5/03/13 DEPARTMENT OF DEFENSE CONTRACT ANNOUNCEMENTS VALUED AT $6.5 MILLION OR MORE

DEFENSE COMMISSARY AGENCY

Coast Produce Co., Los Angeles, Calif., is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables (FF&V), live potted plants, and ornamental produce for resale at 36 commissary store locations in Defense Commissary Agency’s (DeCA) West Area, considered Area 6.  The estimated award amount is $75,098,651.  Contractor will deliver FF&V, live potted plants, and ornamental produce to the store locations as needed.  The contract is for a two-year base period beginning June 1, 2013 through May 31, 2015.  Three one-year option periods are available.  If all option periods are exercised, the contract will be completed May 31, 2018.  Contract funds will not expire at the end of the current fiscal year.  Forty-two firms were solicited and seven offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Directorate, Commodities Division, Fort Lee, Va., (HDEC02-13-D-0012).

Military Produce Group LLC., Norfolk, Va., is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables (FF&V), live potted plants, and ornamental produce for resale at 42 commissary store locations in DeCA’s East and Central Areas, considered Area 3, Group 1 and 2.  The estimated award amount is $52,026,419.  Contractor will deliver FF&V, live potted plants, and ornamental produce to the store locations as needed.  The contract is for a two-year base period beginning June 1, 2013 through May 31, 2015.  Three one-year option periods are available.  If all option periods are exercised, the contract will be completed May 31, 2018.  Contract funds will not expire at the end of the current fiscal year.  Seventeen firms were solicited and seven offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Directorate, Commodities Division, Fort Lee, Va., (HDEC02-13-D-0011). 

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $48,628,316 modification to previously awarded contract (N00024-10-C-4308) for the USS Laboon (DDG 58) fiscal 2013 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by December 2013.  Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy contract funds in the amount of $46,915,363 will be obligated at time of award, and will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Epsilon Systems Solutions, Mission Solutions Group, Inc., San Diego, Calif., is being awarded a $21,649,304 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for technical services for environmental resources projects in support of the Naval Air Warfare Center Weapons Division Range Department.  Work will be performed in China Lake, Calif. (65 percent); San Nicolas Island, Calif. (25 percent), and Patuxent River, Md. (10 percent), and is expected to be completed in May 2018.  Fiscal 2013 Research, Development, Test & Evaluation Navy contract funds in the amount of $24,907 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; 13 companies were solicited and three offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0015).

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $17,656,225 cost-plus-fixed-fee contract to provide training material, development and maintenance, instructor services, program management, administration and training systems in support of the Center for Surface Combat Systems.  This contract involves Foreign Military Sales (FMS) to Norway (81 percent) and South Korea (19 percent).  Work will be performed in Dahlgren, Va. (50 percent), and Moorestown, N.J. (50 percent), and is expected to be completed by December 2015.  FMS funding in the amount of $2,050,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-4, DFARS 206.302-4, and pursuant to 10 U.S.C. 2304 (c)(4), full and open competition need not be provided for when precluded by terms of an international agreement.  The Naval Surface Warfare Center, Dahlgren Division is the contracting activity (N00178-13-C-1022).

3 Phoenix Inc.*, Chantilly, Va., is being awarded an $8,767,580 cost-plus-fixed-fee contract for engineering services to support software development, procurement of commercial off-the-shelf products, and hardware/software integration required to provide improved technology for U.S. Navy open architecture and network-centric operations and warfare systems in support of Virginia-class submarines and other submarine and surface ship systems.  This effort is for a follow-on Phase III of a Small Business Innovative Research, topic number N04-138 — Real-time Data Fusion and Visualization Interface for Environmental Research Data.  These services will be rendered as needed to support the Navy’s initiative to maintain the pace of performance improvement through judicious use of lower power electronics, advanced algorithm design, and innovative applications of open software and hardware.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $75,000,000.  Work will be performed in Chantilly, Va. (40 percent); Wake Forest, N.C. (40 percent); and Hanover, Md. (20 percent), and is expected to be completed by May 2018.  Fiscal 2013 Research, Development, Test & Evaluation funding in the amount of $125,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(5), Authorized or Required by Statue 15 U.S.C. 638 (r) Aid to Small Business.  The Naval Sea Systems command, Washington, D.C., is the contracting activity (N00024-13-C-6264).

International Marine and Industrial Applicators LLC., Bremerton, Wash., is being awarded a $7,890,589 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N4523A-12-D-0003) for the procurement of long-lead-time material for the preservation of U.S. Navy ships.  Delivery Order #0005 is being executed under contract line item number 0001 for planning and execution of preservation work for U.S. Navy carriers, submarines and surface ships.  The purpose of the contract is to provide preservation efforts in support of the maintenance and modernization so as to maximize vessel readiness.  Work will be performed in Bremerton, Wash., and is expected to be completed by June 2014.  Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $7,890,589 will be obligated at time of award, and will expire at the end of the current fiscal year.  Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

Thornhill Research Inc., Toronto, Ontario, is being awarded $7,756,896 for delivery order #0002 to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-13-D-5003) for 68 Portable Patient Transport Life Support Systems and field level maintenance spare parts in support of the Program Manager Combat Support Systems.  All work is to be performed in Toronto, Ontario, and is expected to be completed by Feb. 28, 2014.  Fiscal 2012 Procurement, Marine Corps contract funds in the amount of $7,756,896 will be obligated at time of award and will not expire at the end of this this fiscal year.  This delivery order is issued against a previously awarded contract solicited through full and open competition, with two offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

AIR FORCE

MK Joint Venture (FA8501-13-D-0006), Colorado Springs, Colo.; Patriot Comm, (FA8501-13-D-0007) Woodbridge, Va., and Contract and Purchasing Solutions Inc. (FA8501-13-D-0008), Lake Park, Ga. are being awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for design-build and/or construction-only type projects.  Work will be performed at Robins Air Force Base, Ga., with a base 12-month period and four 12-month option periods.  No funds are being obligated at time of award but will be obligated on future individual orders with operations and maintenance funds.  This award is a result of a service disabled veteran owned small business competitive set-aside with 18 offers received.  All awarded companies met the service disabled veteran owned small business requirements.  Air Force Sustainment Center contracting office, Robins Air Force Base, Ga., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Genco Infrastructures Solutions Inc., Pittsburgh, Pa., has been awarded a maximum $9,773,739 fixed-price-incentive-firm, cost-reimbursement contract to provide non-government furnished warehousing and distribution support services.  Location of performance is Pennsylvania and Bahrain, Southwest Asia, with a June 1, 2014 performance completion date.  Using service is Defense Logistics Agency Distribution.  Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa. (SP3300-13-C-5002).

Petromax LLC.*, Bay City, Texas, has been awarded a maximum $8,036,875 modification (P00004) exercising the remainder of the first option year of a one year base contract (SP0600-12-D-0461) with one one-year option period for fuel.  The modification is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Texas, with a Nov. 30, 2013 performance completion date.  Using service is Israel.  Type of appropriation is fiscal year 2013 Foreign Military Sales funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

CORRECTION

AIR FORCE

Correction–No. 284-13, April 30:  Lockheed Martin Aeronautics Corp., Fort Worth, Texas, contract modification for $830,000,000 (FA8615-12-C-6012 P00008) should have read-work will be performed in Fort Worth, with an expected completion date of December 2018.

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5033

Related News

Eric Pecinovsky is the Director of Marketing for ClearanceJobs.com, focusing on brand development, web site traffic growth, product development. Build and maintain relationships with all departments who support the product line. Support cross-functional initiatives. Assess the competitive landscape. Development of brand/product strategy.