5/07/13 DEPARTMENT OF DEFENSE CONTRACT ANNOUNCEMENTS VALUED AT $6.5 MILLION OR MORE

ARMY

Constellation NewEnergy Inc., Baltimore, Md., (W912DY-13-D-0021); ECC Renewables LLC, Burlingame, Calif., (W912DY-13-D-0022); Enel Green Power North America Inc., Andover, Mass., (W912DY-13-D-0023); LTC Federal LLC, Detroit, Mich., (W912DY-13-D-0024); and Siemens Government Technologies, Arlington, Va., (W912DY-13-D-0025); were awarded indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple-award, task-order contract with a maximum value of $7,000,000,000 for the procurement of energy from renewable and alternative energy production facilities that are designed, financed, constructed, operated and maintained by private sector entities on private land under the jurisdiction of the Department of Defense.  Work location and type of appropriation will be determined with each task order.  The bid was solicited through the Internet, with 16 bids received.  The Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

Kiewit Infrastructure West Co., Fairfield, Calif., was awarded a firm-fixed-priced contract with a maximum value of $255,525,030 for dam modification services.  Work will be performed in Folsom, Calif.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-13-C-0005).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $110,261,703 modification (P00032), to a previously awarded cost-plus-incentive-fee contract W58RGZ-12-C-0075, for Gray Eagle Unmanned Aircraft Systems product support and fleet sustainment operations.  The total cumulative face value of this contract is $354,683,431.  Work will be performed in Afghanistan.  Fiscal 2013 Operations and Maintenance and other Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

M.A. Mortenson Co., Minneapolis, Minn., was awarded a firm-fixed-price contract with a maximum value of $94,876,000 for the construction of barracks on Fort Carson, Colo.  Fiscal 2012 Military Construction contract funds are being obligated on this award.  The bid was solicited through the Internet, with 14 bids received.  The Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-13-C-0005).

Eaton Aerospace, Jackson, Miss., was awarded a $25,021,735 modification (0002), to  previously awarded firm-fixed-price contract W58RGZ-13-D-0060, for the procurement of hydraulic parts in support of the CH-47.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

L-3 Communication Corp., Muskegon, Mich., was awarded a $21,958,353 modification (P00086), to previously award firm-fixed-price contract W56HZV-09-C-0098, for the procurement of Hydromechanical Power Train 500-3ECB transmissions.  The total cumulative face value of this contract is $190,395,688.  Fiscal 2013 Procurement Contract funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Pocal Industries Inc., Scranton, Penn., was awarded a firm-fixed-price contract with a maximum value of $20,935,246 for the procurement of various point detonating practice fuzes to support the load facilities for mortar cartridge ammunition.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0051).

Fordice Construction Co., Vicksburg, Miss., was awarded a firm-fixed-price contract with a maximum value of $13,081,750 for construction services at St. Francisville, La. Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0022).

NAVY

Aliron International, Inc.*, Bethesda, Md. (N62645-13-D-5022); The Arora Group, Inc.*, Gaithersburg, Md. (N62645-13-D-5023); Donald L. Mooney, LLC doing business as Nurses Etc. Staffing*, San Antonio, Texas (N62645-13-D-5024); Federal Staffing Resources, LLC*, Annapolis, Md. (N62645-13-D-5025); International Healthcare Staffing Alliance*, Honolulu, Hawaii (N62645-13-D-5026); and Medtrust, LLC*, San Antonio, Texas (N62645-13-D-5027) are each being awarded a 60-month, firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award, task order contract for various medical services that include the labor categories of physicians, allied health, advanced practice nurses, nursing, technologists, technicians, and assistants.  The aggregate not-to-exceed amount for these multiple award contracts combined is $387,038,480.  These six contractors will have the opportunity to bid on each individual task order.  Work will be performed at Naval Hospital Camp Lejeune, N.C. (75 percent); Naval Hospital Beaufort, S.C. (10 percent); Naval Health Clinic, Cherry Point, N.C. (8 percent); Naval Hospital, Charleston, S.C. (5 percent); and all surrounding branch clinics (2 percent) in the Carolina region of the United States, and work is expected to be completed by July 31, 2018.  Fiscal 2013 Defense Health Program funds in the aggregate amount of $150,000 will be obligated at the time of award, and the funds will expire at the end of the current fiscal year.  Funding is predominantly from the Defense Health Program; however, other funding initiatives such as Psychological Health/Traumatic Brain Injury, Overseas Contingency Operations and Wounded, Ill, and Injured may be used.  These are all one-year funding types.  These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside; 44 offers were received.  The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

Ultra Electronics, Austin, Texas is being awarded a $15,364,212 indefinite-delivery/indefinite-quantity, firm-fixed-price, performance based contract for the procurement of engineering and technical services to support Air Defense Systems Integrator systems, communication systems, and satellite communication systems.  This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $44,486,000.  This contract action establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling.  Navy Working Capital funds in the amount of $220,000 will be obligated at the time of award.  Work will be performed in Austin, Texas (70 percent); outside the continental U.S. (12 percent); Norfolk, Va. (9 percent); and San Diego, Calif. (9 percent), and work is expected to be completed by May 2014.  If all options are exercised, work could continue until May 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole source acquisition negotiated under 10 U.S.C. 2304(c)(1).  Space and Naval Warfare Systems Center Command Atlantic, Charleston, S.C., is the contracting activity (N65236-13-D-7003).

The Boeing Co., Seattle, Wash., is being awarded a $14,659,507 modification (P00076) to a previously awarded firm-fixed-price contract N00019-09-C-0022 for interim contractor support for the P-8A aircraftto include in service support, acquisition logistics support, consumables replenishment, repair of repairables, aircraft on ground, and engine remove and replace.  Work will be performed in Dallas, Texas (56 percent) and Seattle, Wash. (44 percent); and is expected to be completed in November 2013.  Fiscal 2012 and 2013 Aircraft Procurement NavyContract funds in the amount of $14,659,507 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Tempe, Ariz., has been awarded a maximum $165,133,799 modification (P00435) extending the three year base contract SPE740-01-D-9711 with three three-year option periods for an additional eighteen months for consumable and depot level reparable spare parts that support multiple weapons systems.  The contract is a firm-fixed-price, indefinite-delivery requirements contract.  Location of performance is Arizona with a Nov. 6, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

Tullahoma Industries, LLC,* Tullahoma, Tenn., has been awarded a maximum $59,389,738 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for three types of Permethrin Army Combat Uniform trousers.  Locations of performance are Tennessee and Alabama with a May 6, 2014 performance completion date.  Using military service is Army.  Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM1C1-13-D-1050).

Pazos Fuel Services, Inc.,** San Juan, Puerto Rico, has been awarded a maximum $18,865,784 fixed-price with economic-price-adjustment contract for an into-plane requirement for jet fuel.  Location of performance is Puerto Rico with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0075).

Weinbrenner Shoe Co., Inc.,* Merrill, Wis., has been awarded a maximum $13,452,923 modification (P00003) exercising the first option year of contract SPM1C1-12-D-1040 with four one-year option periods for hot weather, steel toe boots.  The contract is a firm-fixed-price contract.  Location of performance is Wisconsin with an Aug. 6, 2014 performance completion date.  Using military services are Army, and Air Force.  Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Northrop Grumman Space and Missile Systems Corp., San Diego, Calif., was awarded a $89,425,943 cost-plus-fixed-fee contract modification (P00076) to FA8726-09-C-0010.  This modification extends the operation and logistics support for Battlefield Airborne Communications Node (BACN) payloads, and the contractor shall provide all labor, resources, equipment other direct costs, and travel of contractor personnel for deployment support and operation of the fielded BACN equipped systems.  Work will be performed at San Diego, Calif., and OCONUS at locations where currently deployed, and is expected to be completed by June 22, 2014.  Fiscal 2013 Operations and Maintenance funds in the amount of $7,500,000 are being obligated at time of award.  Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

*Small Business

**Veteran Owned Small Business

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5035

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.