DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

Defense Logistics Agency

Tiffin Metal Products Co.*, Tiffin, Ohio, has been awarded a maximum $39,544,872 modification (P00004) exercising the second option-year period of a one-year base contract (SPM8E6-11-D-0009) with thee one-year option periods for acquisition of drive-type spade less fence posts for use in providing framework and support for erecting military barbed wire entanglements and fencing. The contract is a fixed-price with an economic-price-adjustment contract. There were five responses to the DLA Internet Bid Board solicitation. Location of performance is Ohio, with a Sept. 22, 2014 performance completion date. Using services are Army and Air Force. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

American Posts, LLC.*, Toledo, Ohio, has been awarded a maximum $39,421,755 modification (P00005) exercising the second option-year period of a one-year base contract (SPM8E6-11-D-0010) with thee one-year option periods for acquisition of drive-type spade less fence posts for use in providing framework and support for erecting military barbed wire entanglements and fencing. The contract is a fixed-price with an economic-price-adjustment contract. There were five responses to the DLA Internet Bid Board solicitation. Location of performance is Ohio, with a Sept. 22, 2014 performance completion date. Using services are Army and Air Force. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Navy

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $34,500,000 undefinitized modification to the previously awarded Low Rate Initial Production Lot 6 Advance Acquisition contract (N00019-11-C-0083) for the F-35 Lightning II Joint Strike Fighter aircraft. This modification provides for the procurement of Autonomic Logistics Information System equipment, training devices and sustainment and logistics support for non-recurring engineering activities for the government of Italy. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in October 2018. International Partner funding contract funds in the amount of $17,250,000 will be obligated at the time of award, none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Computer Sciences Corp., San Diego, Calif., is being awarded a not-to-exceed $28,897,021 undefinitized modification (P00007) to a previously awarded cost-plus-fixed-fee bridge contract (M00264-13-C-0004) for information technology services to support the Technology Services Organization’s (TSO) requirements and its role as an enterprise business systems integrator for the Marine Corps. Services required are in support of government designed and owned Marine Corps business systems that have no parallel in other sectors of the government or private industry. Software engineering design, programming, testing, and integration to be performed under this contract will involve tasking that is so integrally related that it requires personnel with highly developed experiences with the specific systems supported by the TSO. The TSO supports a number of business mission areas across the Marine Corps, including the deputy commandant program and resources, deputy commandant manpower and reserve affairs, and the deputy commandant installation and logistics. Work will be performed in Kansas City, Mo. (95 percent) and Indianapolis, Ind. (5 percent), and is expected to be completed by August 2014. Fiscal 2013 operations and maintenance, Marine Corps funds in the amount of $28,897,021 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Regional Contracting Office, National Capital Region, Quantico, Va., is the contracting activity.

Tetra Tech Inc., San Luis Obispo, Calif., is being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $7,500,000 for surveying and mapping services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for cadastral surveys; topographic surveys; aerial surveys; geodetic surveying; construction surveys; record of surveys; hydrographic surveys; special studies; civil site improvements; digital mapping products; and geospatial information and service database/mapping. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 36 months with an expected completion date of August 2016. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $5,000 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 27 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-D-3007).

Blinderman Construction Co., Inc.*, Chicago, Ill., is being awarded a $14,864,000 firm-fixed-price contract for construction of the Navy Drug Screening Laboratory at Naval Station Great Lakes. The one story drug screening laboratory will include administrative and training spaces for the Navy Drug Screening Program. Work will be performed in Great Lakes, Ill., and is expected to be completed by December 2014. Fiscal 2013 military construction, defense medical contract funds in the amount of $14,864,000 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 six proposals received. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contract activity (N40083-13-C-0003).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $10,778,997 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for 11 low power repairs of the AE1107 turbo shaft engines for the MV-22 aircraft and two months of mission care site support for HMX-1s in Quantico, Va. Work will be performed in Oakland, Calif. (70 percent); Indianapolis, Ind. (20 percent); and Quantico, Va. (10 percent), and is expected to be completed in February 2014. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $10,778,997 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Pave-Tech Inc., Carlsbad, Calif., is being awarded $8,412,212 for firm-fixed-price task order #0013 under a previously awarded multiple award construction contract (N62473-09-D-1605) for construction and repair of the aircraft parking apron and joint and slab repair on taxiway E at Marine Corps Air Station, Yuma. Work will be performed in Yuma, Ariz., and is expected to be completed by January 2015. Fiscal 2013 operation and maintenance, Marine Corps contract funds in the amount of $8,412,212 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Air Force

Phantom Eagle LLC., Hot Springs, Va., has been awarded a $13,803,202 firm-fixed-price level-of-effort contract for Air Operations Center weapons system test, experimentation, & technical services for Air Combat Command (ACC). Work will be performed at Langley Air Force Base, Va., and is expected to be completed by Aug. 31, 2016. This award is the result of a competitive acquisition and all eligible service disabled veteran owned small businesses were solicited via Federal Business Opportunities and six offers were received. Fiscal 2013 operations and maintenance funds in the amount of $246,000 will be obligated at time of award. ACC/AMIC/PKA, Newport News, Va., is the contracting activity (FA4890-13-C-0105).

The Air Force is exercising an option with G4S Government Solutions Inc., Palm Beach Gardens, Fla., for $8,960,604 modification (P00014) to a firm-fixed-price, cost-reimbursable for fuel contract (FA2521-12-C-0057) for fire protection, emergency management and emergency medical services (FEMS II) for Cape Canaveral Air Force Station, Fla. Work will be performed at Patrick Air Force Base, Fla., and is expected to be completed by Sept. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $746,717 will be obligated at time of award. 45 Contracting Squadron/LGCZC, Patrick Air Force Base, Fla., is the contracting activity.

Army

JE Hurley Construction*, Colorado Springs, Colo., was awarded a firm-fixed price, option eligible, non-multi-year contract with a cumulative maximum value of $37,465,421 for repair and replacement of Runway 14/32 at Buckley Air Force Base. Funding will be from fiscal 2013 Other Procurement accounts. This contract was a competitive acquisition via the web with two bids received. The National Guard Bureau – Major Construction, Selfridge Army National guard Base, Mich., is the contracting activity (W912QR-13-C-0023).

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a cost-plus-incentive fee, option eligible, multi-year contract with a cumulative maximum value of $30,481,905 for one MQ-1C Gray Eagle Composite Maintenance System Trainer (CMST) suite of equipment with an option for Interim Contractor Support (ICS) for one CMST suite of equipment. Performance location will be Fort Huachuca, Ariz., with funding from fiscal 2013 Other Procurement accounts. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0127).

Accel and Pacific Joint Venture*, Chicago, Ill., was awarded a firm-fixed price, option eligible, multi-year contract with a cumulative maximum value of $21,779,000 for construction of Army Reserve Center Phase I at Fort Sheridan, Ill. Performance location will be Fort Sheridan, Ill., and $21,575,000 of funding will be from fiscal 2013 Military Construction account, and $204,000 will be from fiscal year 2013 Operations and Maintenance account. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers – Louisville District, Louisville, Ky., is the contracting activity (W912QR-13-C-0024).

Walsh-Butt Joint Venture, Chicago, Ill., was awarded a firm-fixed price, option eligible, non-multi-year contract with a cumulative maximum value of $12,598,778 for replacement of boilers located at Wright Patterson Air Force Base, Ohio. Funding will be from fiscal 2013 Operations and Maintenance account. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers – Louisville District, Louisville, Ky., is the contracting activity (W912QR-13-C-0023).

Olin Winchester, Inc., East Alton, Ill., was awarded a firm-fixed-price, option eligible, non-multi-year contract modification (P00029) in the amount of $11,676,796 with a cumulative maximum value of $136,598,412 in exercise of their option to procure: 10,380,720 each A059 (5.56mm M855 cartridges in 10-round clips), 2,337,600 each A062 (5.56mm M855 cartridges linked), 3,200 each A064 (5.56mm M855 and M 856 cartridges and tracers linked 4 to 1) and 3,186,200 each A55 (Caliber .50 M17 cartridges linked). Performance location will be East Alton, Ill., with funding from fiscal 2011-2013 Other Procurement accounts. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill. is the contracting activity (W52P1J-11-C-0038).

U.S. Special Operations Command

General Dynamics Ordnance and Tactical Systems of St. Petersburg, Fla., is being awarded an indefinite-delivery/indefinite-quantity contract with firm-fixed-price, cost-plus-fixed-fee and cost delivery orders (or any combination of those) contract with total ceiling of $562,210,980 for the purchase of Ground Mobility Vehicles 1.1 (GMV 1.1). The GMV 1.1 is a highly mobile, C/MH-47-transportable platform with associated manuals, spare parts, mechanical/operator training and a Government Furnished C4ISR suite non-developmental item with Special Operations Forces-peculiar modifications. The majority of the work will be performed in St. Petersburg, Fla., and Ladson, S.C. The term of the contract is seven years, and is expected to be completed by September 2020. This contract will be funded at the delivery order level. One delivery order will be issued at the time of contract award and funded with $9,807,029 of research, development, test and evaluation funds, under fiscal 2012 and 2013, and $4,999,500 procurement funds under fiscal 2012 and 2013. This contract was competitively procured via Federal Business Opportunities, with seven proposals received. U.S. Special Operations Command is the contracting activity (H92222-13-D-0013).

World Wide Language Resources (WWLR) of Fayetteville, N.C., is being awarded a $257,223,248 firm-fixed-price contract for linguist and translation support, in support of U.S. Special Operations Command. The work will be conducted in multiple locations in the United States and overseas. The term of the contract is five years (base and four one 1-year options) with expected completion date of 60 months after date of contract, assuming all options are exercised. This contract will be funded incrementally. FY13 operations and maintenance funds in the amount of $1,000,000 will be obligated at the time of award. This contract was competitively procured via Federal Business Opportunities, with seven proposals received. U.S. Special Operations Command is the contacting activity (H92222-13-C-0053).

*Small Business

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5118

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