DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $54,574,234 modification to a previously awarded fixed-price-incentive-fee, cost-plus-incentive-fee contract (N00019-12-C-0004) for production non-recurring technical assistance in support of the F-35 Lot VII effort for the U.S. Navy, U.S. Air Force, and international partner governments. Services to be provided includes manufacturing technology transfer and planning tasks required to ensure a manufacturing base with sufficient technical knowledge to support F-35 production requirements. Work will be performed in El Segundo, Calif. (38 percent); Fort Worth, Texas (24 percent); Warton, United Kingdom (16.5 percent); San Diego, Calif. (14 percent); Orlando, Fla. (3.4 percent); Nashua, N.H. (2.3 percent); Palmdale, Calif. (1.2 percent); Marietta, Ga. (.3 percent) Amityville, N.Y. (.2 percent); and Laval, Canada (.1 percent), and is expected to be completed in January 2015. Fiscal 2012 aircraft procurement, Navy and Air Force and international partner funds in the amount of $54,574,234 are being obligated on this award, $42,966,294 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($21,912,810; 4 percent); the U.S. Air Force ($21,053,484; 38.7 percent); and F-35 international partner governments ($11,607,930; 21.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

FTSI-Phelps Joint Venture,* Irvine, Calif., is being awarded a $13,961,000 firm-fixed-price contract for the design and construction of a low-rise composite shop and Marine Aviation Logistics Squadron (MALS) Ground Support Equipment (GSE) holding shed at Marine Corps Base Hawaii. The work to be performed provides for the demolition of an existing engine test cell facility and the removal of an existing tension fabric structure that was used for equipment storage. The composite shop building will include areas for epoxy storage and mixing, paint storage and mixing, machining and grinding, cleaning and preparation, layup and bonding, open storage, preparation room, offices, restrooms and supporting mechanical, electrical and communication spaces. The MALS GSE holding shed will include open equipment storage, restrooms and supporting electrical and mechanical spaces. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $14,372,716. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by September 2015. Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $13,961,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1315).

Alutiiq Security & Technology,* Anchorage, Alaska (N65236-14-D-4978); Atlantic CommTech, Corp.,* Norfolk, Va. (N65236-14-D-4979); Forward Slope Inc.,* San Diego (N65236-14-D-4980); The Cameron Bell Corp., doing business as Government Solutions Group,* Daniel Island, S.C. (N65236-14-D-4981); Mandex Inc.,* Fairfax, Va. (N65236-14-D-4982); and Systems Applications & Solutions,* Hanahan, S.C. (N65236-14-D4983), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with provisions for firm-fixed-price task orders, performance based multiple award contract. The contracts are for the procurement of Ashore Systems engineering services. The services required include engineering development, design, procurement, fabrication, configuration, integration, installation, logistics, maintenance and life cycle support services for Ashore Systems. The cumulative, estimated ceiling value of the base year is $9,980,000. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $49,900,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed in Charleston, S.C. (85 percent) and Washington, D.C. (15 percent). Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2019. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the six awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 20 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $13,810,540 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition, and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5410).

The Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $10,432,295 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5411).

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $10,307,718 modification (02) on delivery order (0009) to contract (SPRWA1-11-D-0007). The modification adds various items in support of the joint helmet mounted cueing system. The revised total based on this delivery order modification is $37,210,209. This is a firm-fixed-price contract. This is a sole-source acquisition. Locations of performance are Texas, Oregon, and Israel with a Sept. 30, 2015 performance completion date. Using military service is Air Force. This modification contains foreign military sales elements for Iraq. Type of appropriation is fiscal 2015 Air Force procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

*Small Business

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