DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

NAVY

AM Pierce and Associates*, Lexington Park, Md. (N00421-13-D-0009); BAE Systems Technology Solutions and Services, Rockville, Md. (N00421-13-D-0010); Booz Allen Hamilton Engineering Services LLC, Annapolis, Md. (N00421-13-D-0011); Coherent Technical Services, Inc.*, Lexington Park, Md. (N00421-D-13-0012); Engility Corp., Chantilly, Va. (N00421-13-D-0013), and Sierra Nevada Corp., Sparks, Nev. (N00421-13-D-0013) are each being awarded a cost-plus-fixed-fee multiple award contract for the procurement of systems engineering support for the Naval Air Warfare Center Aircraft Department, Aircraft Control Systems Division. These services will provide engineering support to developmental programs such as the Joint Precision Approach and Landing Systems, the Navy Unmanned Combat Aerial Systems, the Unmanned Carrier-Launched Airborne Surveillance and Strike, Broad Area Maritime Surveillance, War Fighter Networking, Unmanned Aircraft System/Ground Based Sense and Avoid and Automated Aerial Refueling Support. The aggregate not-to-exceed amount for these contracts is $243,105,875 and the companies will have the opportunity to compete on individual task orders. Work will be performed in Patuxent River, Md. (80 percent) and St. Inigoes, Md. (20 percent), and is expected to be completed in August 2018. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals, with six offers received. The Naval Air Warfare Center Aircraft, Patuxent River, Md., is the contracting activity.

Tactical Engineering & Analysis, Inc.,* San Diego, Calif., is being awarded a $52,886,922 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide analysis and test engineering, prototype development, and evaluation supports services for the Multifunctional Information Distribution System, Joint Tactical Information Distribution System, Joint Tactical Radio System waveform, Airborne Early Warning Ground Integration Segment systems, Ship Self Defense System, advanced Combat Direction Systems, network communications equipment, and U.S. and Coalition/Allied military tactical data links. This is one of three contracts awarded: each awardee will compete for task orders during the ordering period. This five-year contract includes one, two-year option which, if exercised, would bring the potential value of this contract to $89,986,605. Work will be performed San Diego, Calif., and work is expected to be completed Aug. 14, 2018. No contract funds are being obligated at the time of award. Funds will be obligated as individual task orders are issued. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via 100 percent Small Business Set-Aside via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0093).

Assured Space Access Technologies, Inc.,* Tempe, Ariz., is being awarded a $51,842,563 indefinite-delivery, indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide analysis and test engineering, prototype development, and evaluation supports services for the Multifunctional Information Distribution System, Joint Tactical Information Distribution System, Joint Tactical Radio System waveform, Airborne Early Warning Ground Integration Segment systems, Ship Self Defense System, advanced Combat Direction Systems, network communications equipment, and U.S. and Coalition/Allied military tactical data links. This is one of three contracts awarded: each awardee will compete for task orders during the ordering period. This five-year contract includes one, two-year option which, if exercised, would bring the potential value of this contract to $88,566,414. Work will be performed in Tempe, Ariz. (60 percent), and San Diego, Calif. (40 percent), and work is expected to be completed Aug. 14, 2018. No contract funds are being obligated at the time of award. Funds will be obligated as individual task orders are issued. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via 100 percent Small Business Set-Aside via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0091).

Koam Engineering Systems, Inc.,* San Diego, Calif., is being awarded a $47,107,457 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide analysis and test engineering, prototype development, and evaluation supports services for the Multifunctional Information Distribution System, Joint Tactical Information Distribution System, Joint Tactical Radio System waveform, Airborne Early Warning Ground Integration Segment systems, Ship Self Defense System, advanced Combat Direction Systems, network communications equipment, and U.S. and Coalition/Allied military tactical data links. This is one of three contracts awarded: each awardee will compete for task orders during the ordering period. This five-year contract includes one, two-year option which, if exercised, would bring the potential value of this contract to $80,603,585. Work will be performed in San Diego, Calif., and work is expected to be completed Aug. 14, 2018. No contract funds are being obligated at the time of award. Funds will be obligated as individual task orders are issued. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via 100 percent Small Business Set-Aside via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0092).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $25,272,171 modification under previously awarded contract (N00024-06-C-6311) to provide three mission modules, support containers and engineering and production planning services for mission packages that will deploy from and integrate with the littoral combat ship. Work will be performed in Huntsville, Ala. (48 percent); Portsmouth, Va. (30 percent); Bethpage, N.Y. (18 percent); Manchester, N.H. (2 percent); and Hollywood, Md. (2 percent), and is expected to be completed by September 2015. Fiscal 2013 Other Procurement, Navy funds in the amount of $25,272,171 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded an $11,992,933 cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-2104) for continued procurement and manufacturing of onboard repair parts to be loaded onto Virginia-class submarines upon delivery. Work will be performed in Groton, Conn., and is expected to be completed by February 2017. Fiscal 2013 Other Procurement, Navy funds in the amount $2,688,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

HDR Engineering, Inc., Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for the preparation of plans and specifications for civil projects within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for design and engineering services for civil projects with associated multi discipline architect engineering support services. The services may include but are not limited to preliminary and final design plans and specifications primarily for military construction projects; construction cost estimates; Request for Proposal contract documents; preparation of technical reports including conducting engineering investigations and concept studies; project engineering documentation; record drawings; and post construction award services. Projects may include design of new construction/repair of facilities, site/waterfront/airfield facilities, water treatment/distribution systems, drainage and sewage/solid waste/hazardous waste collection/treatment systems in various NAVFAC Pacific locations. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to Hawaii (80 percent), Guam (10 percent), Far East (10 percent), and is expected to be completed by August 2018. Fiscal 2012 Military Construction Planning and Design funds in the amount of $10,000 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 11 proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor, Hawaii, is the contracting activity (N62742-13-D-0001).

DEFENSE LOGISTICS AGENCY

Golden Manufacturing Co., Inc.,* Golden, Miss., has been awarded a maximum $36,523,456 for a one year base contract with four one-year option periods for various types of Permethrin Army Combat Uniform coats. The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Mississippi with an Aug. 14, 2014 performance completion date. Using service is Army. Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds. Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-13-D-1063).

Nordam Group, Inc., Tulsa, Okla., has been awarded a maximum $21,282,861 contract for brakes. The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Oklahoma with an August 2018 performance completion date. Using service is Air Force. Type of appropriation is Fiscal 2013 through Fiscal 2018 Air Force service funds. Defense Logistics Agency Aviation, Hill Air Force Base, Utah, is the contracting activity (SPRHA4-13-D-0003).

Puerto Rico Apparel Manufacturing Corp.,* Mayaguez, Puerto Rico., has been awarded a maximum $15,992,977 for a one year base contract with four one-year option periods for various types of Permethrin Army Combat Uniform coats. The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico with an Aug. 14, 2014 performance completion date. Using service is Army. Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds. Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-13-D-1065).

Honeywell International Inc., South Bend, Ind., has been awarded a maximum $6,593,760 contract for system analyzer test sets. The contract is a firm-fixed-price contract. Location of performance is Indiana with an Aug. 8, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army Working Capital funds. Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-13-D-0049).

ARMY

Pacific NICC JV, Falls Church, Va., was awarded a firm-fixed-price, option-eligible, multi-year, contract with a maximum value of $38,000,000 for labor, material and associated services for construction and maintenance activities for Joint Base Lewis McChord (JBLM) as described in each task order issued. Performance location will be at JBLM, Wash., and funding will be from Fiscal 2013 O&MA. Bidding was solicited via Web, with 11 bids received. The US Army Contracting Command – JBLM, Ft. Lewis, Wash., is the contracting activity (FA4479-10-D-0003).

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, Develop. Bidding was solicited via Web, with four bids received. The U.S. Army Contracting Command, Installation Contracting Division, Adelphi Division, Adelphi, Md., is he contracting activity (W911QX-13-F-0030).

Trinity of Utah, Inc., Ogden, Utah; Equa Solutions, Salt Lake City, Utah; Rore, Inc., South Jordan, Utah; SRB-RBI JV LLC, Kaneohe, HawaiiI; South Mountain Builders – Adv Sol’s Inc., Riverton, Utah; Nezhoni Construction & Brahma Group, Kaysville, Utah; Mountain West Construction Group – HHI LLC, Ogden, Utah; Vista Management, Salt Lake City, Utah; US Workforce LLC, Orem, Utah; Northern Construction, West Haven, Utah; HK Consulting, South Jordan, Utah; Indefinite Quantity Contract was awarded a firm-fixed-price, no option, non-multi-year, contract with a maximum value of $20,000,000 for support to Sustainment/Repair and Maintenance (SRM) and military construction (MILCON) projects of various size and value for the National Guard at Salt Lake City, Draper, West Jordan and St. George, Utah. Performance location and funding will be determined with each order. Bidding was solicited via Web, with 12 bids received. The National Guard Bureau, Draper, Utah is the contracting activity (W911YP-13-D-2200) (W911YP-13-D-2201)( W911YP-13-D-2202) (W911YP-13-D-2203)( W911YP-13-D-2204)(W911YP-13-D-2205) (W911YP-13-D-2206)(W911YP-13-D-2207)(W911YP-13-D-2208) (W911YP-13-D-2209 W911YP-13-D-2210).

J&S Construction Co., Inc., Cookeville, Tenn., was awarded a firm-fixed-price, no option, non-multi-year, contract with a maximum value of $11,491,270 for construction of an Unmanned Aerial Vehicle (UAV) maintenance complex. Performance location will be at Fort Hood, Killeen, Texas and funding will be from Fiscal 2013 MILCON. Bidding was solicited via Web, with 12 bids received. The U.S. Army Corps of Engineers, Ft. Worth District, Ft. Worth, Texas is the contracting activity (W9126G-13-C-0039).

Northrop Grumman Systems Co., Carson, Calif., was awarded a cost plus incentive fee, option-eligible, non-multi-year, contract modification (P00071) of $22,876,078 with a cumulative maximum value of $157,432,543 for extension of base contract seven months to provide continuing supplies, services and maintenance for the Counter Rocket Artillery Mortar (CRAM) Command and Control System. Performance location will be at Carson, Calif., and funding will be from Fiscal 2013 O&MA and RDT&E. One bid solicited and one offer received. The U.S. Army Contracting Command – Red Stone Arsenal (Missile), Redstone, Ala., is the contracting activity (W31P4Q-07-C-0335).

Alliant Techsystems Operations, LLC, Keyser W.Va., was awarded a firm-fixed-price, no option, non-multi-year, contract with a maximum value of $84,800,000 for equipment (Proximity Sensor and Sensor Dummy). Performance location and funding will be determined for each order. One bid solicited, one offer received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0087).

PAT USA, Inc., Rochester Hills, Mich., was awarded a firm-fixed-price, option-eligible, non-multi-year, contract with a maximum value of $11,392,577 for the consolidation of nine Unspecified Minor Military Construction projects at Al Udeid Air Base, Qatar. Performance location will be Qatar and funding will from Fiscal 2013 MILCON. Bidding was solicited via Web, with 11 bids received. The U.S. Army Corps of Engineers – Transatlantic Program Center, Winchester, Va., is the contracting activity (W912ER-13-C-0027).

Caddell Construction Co., LLC, Montgomery, Ala., was awarded a firm-fixed-price, no option-eligible, non-multi-year, contract with a maximum value of $33,360,000 for construction of Basic Training Complex Barracks and operations facilities. Performance location will be at Ft. Leonard Wood, Mo., and funding will be from Fiscal 2013 MILCON. Bidding was solicited via Web, with eight bids received. The U.S. Army Corps of Engineers – Kansas City District, Kansas City, Mo., is the contracting activity (W912DQ-13-C-4024).

AIR FORCE

KEYW Corp., Severn, Md.,( FA8650-13-D-1551); Science Applications International Corp. (SAIC), McLean, Va., (FA8650-13-D-1552); Raytheon Co., Space and Airborne Systems, El Segundo, Calif. (FA8650-13-D-1553); and BAE Systems Information and Electronic Systems Integration, Inc., Burlington, Mass., (FA8650-13-D-1628), have been awarded an indefinite- delivery/indefinite-quantity contract in the amount of $24,375,000 (shared ceiling for five contracts) for research and development for the Compact Automatic Target Recognition (ATR) and Sustainable Environment (CASE) program. Research is focused on reducing template/database dimensionality and cost for single and multi-phenomenology ATR, while maintaining target identification performance. Work will be performed at various locations including (Severn, Md., McLean, Va., El Segundo, Calif., and Burlington, Mass.) and is expected to be completed by Aug. 15, 2020. This award is the result of a competitive acquisition and multiple offers were solicited through a Broad Agency Announcement call. Seven offers were received; however five contracts will be awarded. Fiscal 2013 Research and Development funds in the amount of $500,000 for KEYW, SAIC and Raytheon, and $400,000 for BAE will be obligated at time of award. These are not multi-year funds. Air Force Research Laboratory/RQKSR, Wright-Patterson Air Force Base, is the contracting activity.

*Small Business

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5112

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