DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

ARMY

Weeks Marine, Inc., Covington, Louisiana, was awarded a firm-fixed-price, no option, non-multi-year, award with a maximum value of $26,440,000.00 for the dredging of the Federal Navigations Channel and deposition basins at East Rockaway Inlet at Jamaica Bay. This contract is in support of Hurricane Sandy repair work. Performance location and funding will be determined at completion. Bidding was solicited via Web, with 2 bids received. The U.S. Army Corps of Engineers New York District, New York, N.Y. is the contracting activity (W912DS-13-C-0042).

Kongsberg Defence & Aerospace AS, Kongsberg, Norway was awarded a firm-fixed-price, option-eligible, non-multi-year, contract award modification of $14,786,467 with a cumulative maximum value of $51,094,647 for the M153 Common Remotely Operated Weapon Station system and system spares. This is an award contract modification to exercise options CLIN. Performance location Johnstown, Pa., and funding will be thru Fiscal 2013. Bidding was solicited via Web, with 2 bids received. The U.S. Army Contracting Command, Picatinny Arsenal, Picatinny, N.J., is the contracting activity (W15QKN-12-C-0103).

EDC Consulting, LLC, Washington, D.C., was awarded a cost price fixed fee, no option, non-multi-year, contract with a cumulative maximum value of $8,588,035 to design, develop, integrate, test, implement and field the Integrated Personnel and Pay System – Army (IFPPS-A) Increment I. Performance location is Alexandria, Va., and funding will be incrementally funded with roughly half up front and the remainder upon satisfactory completion. One bid offer solicited and 1 bid received. U.S. Army Contracting Command, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-13-C-0084).

Hanjin Intermodal America, Inc., Carson, Calif., was awarded a firm-fixed-price, no option, non-multi-year, contract with a cumulative maximum value of $10,000,000 to provide services for ground transportation of locally procured cargo from Uzbekistan and Kazakhstan into Afghanistan for the Defense Logistics Agency. Performance location and funding will be determined with each order. One bid offer solicited and 1 bid received. U.S. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity (W52P1J-13-D-0098).

TSS-GARCO JV, Richland, Wash., was awarded a firm-fixed-price, no option, non-multi-year, contract with a cumulative maximum value of $7,237,000 to construct one bridge over railroad tracks at Joint Base Lewis McChord, Wash. Performance location is Dupont, Wash., and funding will be Fiscal 2010 MILCON. Bids solicited via web with 4 bids received. The U.S. Army Corps of Engineers Seattle District, Seattle, Wash., is the contracting activity (W912DW-13-C-0040).

Delta Resources, Inc., Alexandria, Va., was awarded a firm-fixed-price, option-eligible, non-multi-year, contract with a cumulative maximum value of $6,794,404 for technical, program management, research, administrative and analytical services to support the mission of the assistant secretary of the Army Installation Environment and Energy, deputy assistant secretary of the Army for Environment, Safety and Occupational Health Technology Directorate and the Defense Environment Information Technology Management Program. Performance location and funding determined with each order. Bidding was solicited via Web, with 1 bid received. The U.S. Army Contracting Command, Installation Contracting Division, Aberdeen Proving Ground, Md. (W91ZLK-13-D-0037).

Catapult Health Technology Group, Bethesda, Md., was awarded a firm-fixed-price, option-eligible, non-multi-year, contract with a cumulative maximum value of $26,917,073 for information technology support services for multiple locations of the Army Research Laboratory. Performance locations varied and funding is incremental from fiscal 2013 and fiscal 2014 Research Development Test and Evaluation funds. Bidding was solicited via Web, with 4 bids received. The U.S. Army Contracting Command, Installation Contracting Division, Adelphi Division, Adelphi, Md. (W911QX-13-F-0030).

Manson Construction, Co., Seattle, Wash., was awarded a firm-fixed-price, no option, non-multi-year, contract with a maximum value of $40,067,500 for the placement of $3,900,000 million cubic yards of sand to restore the Long Branch reach of the Sea Bright to Manasquan Project to its initial fill profile. Performance location will be Long Branch, N.J., and funding will be from fiscal 2013 Operations and Maintenance Army. Bidding was solicited via Web, with 2 bids received. The U.S. Army Corps of Engineers New York District, New York, N.Y. is the contracting activity (W912DS-13-C-0044).

NAVY

Booz Allen Hamilton, Inc., McLean, Va. (N00189-13-D-Z031); Engility Corp., Chantilly, Va., (N00189-13-D-Z032); Gemini Industries*, Inc., Burlington, Mass. (N00189-13-D-Z033); ManTech International Corp., Fairfax, Va. (N00189-13-D-Z034); Serco, Inc., Reston, Va. (N00189-13-D-Z035); Whitney, Bradley & Brown, Inc., Reston, Va. (N00189-13-D-Z036) are being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to provide management support services in support of Deputy Chief of Naval Operations, Communications Networks’ (DCNO N6) Warfighting, Manpower and Business Transformation Initiatives. The services are for strategic, operational and tactical level support regarding current and future requirements generation/capability development; programmatic, budgeting, cost-control; strategic governance and policy initiatives. Booz Allen Hamilton, Inc., is being awarded $15,939,976; and if options are exercised, the total aggregate value will be $48,281,854. Engility Corp., is being awarded $12,602,253; and if all options are exercised, the total aggregate value will be $38,017,859. Gemini Industries*, Inc., is being awarded $15,697,139; and if all options are exercised, the total aggregate value will be $47,563,961. ManTech International Corp., is being awarded $16,179,488; and if all options are exercised, the total aggregate value will be $49,217,389. Serco, Inc., is being awarded $12,367,548; and if all options are exercised, the total aggregate value will be $38,073,783. Whitney, Bradley & Brown, Inc., is being awarded $15,331,792; and if all options are exercised the total aggregate value will be $45,995,375. All work will be performed in Washington, D.C., and work is expected to be completed by Sept. 29, 2014. If all options are exercised, work will continue through Sept. 29, 2016. A minimum guarantee of $16,666 will be provided to each of the six contractors at the time of award. Fiscal 2013 Navy Operations and Maintenance funds in the amount of $99,996 will be obligated at the time of award, and will expire at the end of the current fiscal year. These contracts were competitively procured under full and open competition and solicited via the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with ten offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

BergerABAM, Federal Way, Wash., is being awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for marine/waterfront projects at the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for the preparation of design/build request for proposals and plans and specifications for contracts to accomplish renovation projects, or for construction of new facilities. Projects may include new designs, evaluations, and/or studies for maintenance, construction, equipment installation, repair and replacement of piers, wharves, quaywalls, dry docks, fendering systems, floating metal or concrete structures, wave attenuation devices, etc, including utilities. Task order #0001 is being awarded at $20,000 for the minimum guarantee. All work will be performed primarily at various Navy and Marine Corps facilities within the NAVFAC Northwest AOR including, but not limited to Washington (92 percent); Oregon (2 percent); Alaska (2 percent); Idaho (1 percent); Montana (1 percent); Wyoming (1 percent) and work may also be performed in the remainder of the U.S. (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of August 2018. Fiscal 2013 Operation and Maintenance, Navy funds in the amount of $20,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-D-8003).

Whitesell-Green, Inc.*, Pensacola, Fla., is being awarded a $15,949,000 firm-fixed-price contract for construction of a Broad Area Maritime Surveillance (BAMS) Mission Control Complex at Naval Air Station Jacksonville. The work to be performed provides for a new freestanding two-story structure with two Electromagnetic Interference Shielded Mission Control Systems, a Tactical Operations Center with sensitive compartmented information facility spaces, and numerous roof-top mounted antennas. This project will renovate some interior spaces; the renovations include a reconfigured command suite, systems reconfiguration, and in some cases finish upgrades. Within the scope of this project antenna infrastructure will be constructed at a remote site south of the new facility construction site. Work will be performed in Jacksonville, Fla., and is expected to be completed by December 2014. Fiscal 2013 Military Construction, Navy funds in the amount of $15,949,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-C-1258).

Northrop Grumman Systems Corp., El Segundo, Calif., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a responsive, world-wide presence via an organic, sea-based Unmanned Aerial System, with persistent intelligence, surveillance, reconnaissance, and targeting, and strike capabilities. Work will be performed in El Segundo, Calif., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0140).

Lockheed Martin Corp., Palmdale, Calif., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a responsive, world-wide presence via an organic, sea-based Unmanned Aerial System (UAS), with persistent Intelligence, Surveillance, Reconnaissance, and Targeting, and strike capabilities. Work will be performed in Palmdale, Calif., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0141).

The Boeing Co., St. Louis, Mo., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a responsive, world-wide presence via an organic, sea-based Unmanned Aerial System, with persistent intelligence, surveillance, reconnaissance, and targeting, and strike capabilities. Work will be performed in St. Louis, Mo., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0142).

General Atomics Aeronautical Systems, Inc., Poway, Calif., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a responsive, world-wide presence via an organic, sea-based Unmanned Aerial System, with persistent intelligence, surveillance, reconnaissance, and targeting, and strike capabilities. Work will be performed in Poway, Calif., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy contract funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0143).

Booz Allen Hamilton, Inc., McLean, Va., is being awarded a $12,099,998 modification (N65236-09-D-3808) to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for a ceiling increase to provide continued management and business operations support services at the current levels. This contract included four options which, as a result of this modification, would bring the cumulative ceiling value of this contract to $65,998,718. Work will be performed in Charleston, S.C., and is expected to be completed by August 2014. No contract funds are obligated at the time of award, and contract funds will not expire at the end of the current fiscal year. This contract was previously competitively procured with proposals solicited and four offers received via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with four offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

3E Consultants, Inc.*, Orlando, Fla., is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for hazardous material and waste management services in Florida, Georgia, Alabama, South Carolina, and the Caribbean. Task order #0001 is being awarded at $21,774 for Emergency Planning and Community Right to Know Act reporting at Marine Corps Logistics Base, Albany, Ga. Work for this task order is expected to be completed by September 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Southeast area of responsibility including, but not limited to Fla. (60 percent), Ga. (20 percent), Ala. (10 percent), S.C. (five percent) and the Caribbean (five percent), and is expected to be completed by August 2018. Fiscal 2013 Operation and Maintenance, Marines Corps contract funds in the amount of $21,774 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0017).

Evergreen Helicopters, Inc., McMinnville, Ore., is being awarded a $6,765,700 firm- fixed-price contract to provide ship-based and shore-based vertical replenishment and other rotary-wing logistic services. These include search and rescue support; medical evacuations; passenger transfers, internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces Command. Evergreen Helicopters, Inc., will provide helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility. This contract includes four one-year option periods, which, if exercised, would bring the cumulative value of this contract to $36,620,242. Work will be performed in U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility and is expected to be completed September 2014. If all option periods are exercised, work will continue through September 2018. No contract funds will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured with more than 50 companies solicited via the Military Sealift Command’s procurement website, the Navy Electronic Commerce Online website, and the Federal Business Opportunities website, with three offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-C-8000).

Intermat, Biddeford, Maine, is being awarded a $7,127,246, cost-plus-fixed-fee contract for continued research and development efforts directed toward the fabrication of carbon-carbon shape stable nosetip materials; development and fabrication of advanced reentry materials including antenna windows, control surfaces, leading edges and heat shields; and support of engineering studies in direct support of Submarine Launched Ballistic Missile reentry systems. Work will be performed in Biddeford, Maine, and is expected to be completed by August 2016. Fiscal 2013 Research, Development, Test and Evaluation contract funds in the amount of $486,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1(a)(2) satisfying a requirement for unique supplies available from only one source. The Naval Surface Warfare Center, Dahlgren, Va., is the contracting activity (N00178-13-C-1020).

AIR FORCE

Hawker Beechcraft Corp., Wichita, Kan., has been awarded a not-to-exceed $18,637,181 modification (P00020) to an undefinitized contractual action (UCA) (FA8620-11-C-3000) for basic life support (BLS) and security. Work will be performed in Iraq, and is expected to be completed by Sept. 30, 2014. The total cumulative face value of the contract is $47,822,341. This modification provides for the procurement of BLS and security to support the Contractor Logistics Support personnel in-country. As of Sept. 1, 2013, Foreign Military Sales (FMS) contractors are required to obtain their own BLS and security. This contract modification incorporates that requirement for the contractor, while operating in Iraq. This contract supports 100 percent FMS. Air Force Life Cycle Management Center/WINK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Space & Mission Systems, Redondo Beach, Calif., is being awarded a $10,118,368 modification to a cost-plus-fixed-fee contract (HR0011-09-C-0062). Under the Terahertz Electronics (THz) program, the performer shall develop critical device and integration technologies necessary to realize compact, high-performance electronic circuits that operate at a center frequency of 1.03 THz. Work will be performed in Redondo Beach, Calif. (83.95 percent); Charlottesville, Va. (6.17 percent), and Pasadena, Calif. (9.88 percent). The estimated completion date is Feb. 15, 2015. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity.

*Small Business

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5111

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer