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 not-to-exceed $75,726,105 cost-plus-incentive-fee modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI Advance Acquisition contract (N00019-11-C-0083). This modification provides for the diminishing manufacturing sources redesign efforts in support of the Joint Strike Fighter Lot VI effort. Work will be performed in San Diego, Calif. (29 percent); Fort Worth, Texas (21 percent); Cheltenham, United Kingdom (13 percent); Melbourne, Fla. (9 percent); Baltimore, Md. (9 percent); El Segundo, Calif. (7 percent); Orlando, Fla. (6 percent); Nashua, N.H. (2 percent); Owego, N.Y. (1 percent); Rockville, Md. (1 percent); Camden, N.J. (1 percent); and Sarasota, Fla. (1 percent), and is expected to be completed in December 2018. Fiscal 2011 aircraft procurement Navy contract funds in the amount of $56,794,578 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.

Armstrong Marine Inc., Port Angeles, Wash., is being awarded a $38,362,181 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the procurement of marine paint and maintenance barges and associated installation, support, shipping and travel. The maintenance barge will be used specifically to enable painting and maintenance along the breadth and height of hulls of all submarines and surface ship classes. It will also be used to prevent contact with the delicate appendages while berthing or mooring. The resultant award will provide up to 15 marine paint/maintenance barge with 45-foot scissor-type high-lift and low-lift, 30 marine paint/maintenance barges with 45-foot articulating-arm high lift platform and 15 marine paint/maintenance barges with 65-ft articulating-arm lift platform. Work will be conducted at various ship homeport locations within and outside the continental United States as required and is expected to complete by September 2018. Fiscal 2011 other procurement, Navy contract funds in the amount of $398,449 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0024).

3PSC LLC, Norfolk, Va., is being awarded a $34,171,340 modification under a previously awarded firm-fixed-price contract (N00033-09-C-2504) to exercise a one-year option for the operation and maintenance of six oceanographic/survey U.S. Naval ships. The ships are operated for the Naval Oceanographic Office to conduct military surveys. Work will be performed worldwide, and is expected to be completed by October 2014. Navy working capital contract funds in the amount of $34,171,340 are being obligated at the time of award and will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-09-C-2504).

BAE Systems Land and Armaments Inc., U.S. Combat Systems Division, Louisville, Ky., is being awarded a $31,822,583 firm-fixed-price contract for 29 MK 38 Mod 2 ordnance alteration kits, associated hardware and spare parts in support of the U.S. Navy. The MK 38 Mod 2 machine gun system ordnance alteration kit consists of two-axis stabilization with remote control capability and an on-mount day/night electro-optical suite along with an eye-safe laser range finder. The spare parts being procured on this contract include 12 Toplight assemblies, five multi-function displays, five battery chargers, and one Main Assistance Module kits. Work will be performed in Hafia, Israel (68 percent) and Louisville, Ky. (32 percent), and is expected to be completed by March 2015. Fiscal 2011 and 2013 weapons procurement, Navy, fiscal 2013 research, development, test and evaluation, and fiscal 2012 shipbuilding and conversion, Navy funds in the amount of $31,822,583 will be obligated at the time of award. Contract funds in the amount of $142,820 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity (N00174-13-C-0035).

Sundt Construction Inc., Tempe, Ariz., is being awarded $23,933,316 for firm-fixed-price task order #0002 under a previously awarded multiple-award, construction contract (N40085-10-D-5332) for utilities repair at Naval Weapons Station, Earle. The work to be performed provides for repair or replacement of damaged or missing sections of the potable water mains, steam systems, sanitary sewer systems, and electrical systems on Trestles 1A, 3A, and 4 and Piers 3A and 4. The task order also contains five unexercised options, which if exercised would increase cumulative task order value to $25,861,140. Work will be performed in Colts Neck, N.J., and is expected to be completed by December 2014. Fiscal 2013 Defense working capital funds in the amount of $23,933,316 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Scientific Applications International Corp., McLean, Va., is being awarded a $21,111,264 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the procurement of digital video surveillance system (DVSS) associated training sets, engineering services, support and spares. This proposed contract will provide various quantities of DDG 51 class DVSS, embedded software, technical data, and engineering and technical services in support of DDG 51 class modernization. Work will be conducted at various ship homeports within and outside the continental United States as required and is expected complete by September 2018. Fiscal 2013 shipbuilding and conversion, Navy funding in the amount of $2,725,000 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0021).

Hardin Construction Co., LLC/Whitesell-Green Inc., Joint Venture, Atlanta, Ga., is being awarded $15,435,000 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N40085-10-D-5333) for design, construction and renovations of Bachelor Quarters at Naval Air Station Oceana. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $15,773,000. Work will be performed in Virginia Beach, Va., and is expected to be completed by November 2016. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $15,435,000 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $15,200,000 un-priced letter contract for the long lead material for fiscal 2014 and the labor, planning, and scheduling necessary to support the fiscal 2014 Trident II D5 Missile production schedule. Work will be performed in Sunnyvale, Calif., and work is expected to be completed Sept. 30, 2018. Fiscal 2014 weapons procurement, Navy funds in the amount of $15,200,000 are being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with FAR 6.302-1 and 10 U.S.C.2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0100).

Whitney, Bradley & Brown Inc., Reston, Va., is being awarded a $13,082,644 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide technical and professional services to support uniformly managed readiness models for all N43 divisions, on behalf of the deputy chief of naval operations, Fleet Readiness Division (OPNAV N43). The services are to maintain separately managed readiness models and to combine these models into a flexible, fully integrated portfolio of fleet readiness models, which provide relevant information for OPNAV decision makers. Work will be performed in Washington, D.C., and is expected to be completed by Sept. 28, 2016. Fiscal 2013 operations and maintenance and Navy funding in the amount of $20,000 for a minimum guarantee will be obligated and will expire at the end of the current fiscal year. The contract was competitively procured under full and open competition via the Federal Business Opportunities website, with five offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pa., is the contracting activity (N00189-13-D-Z045).

Solpac Construction Inc. doing business as Soltek Pacific Construction Co., San Diego, Calif., is being awarded $11,870,000 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62473-10-D-5411) for the design and construction for Hangar 5 renovations and additions at Marine Corps Air Station, Miramar. The work to be performed provides for the renovation and extension of an existing hangar which consists of removing the existing hangar bay steel truss beam framing, the demolition of the existing hangar doors and the construction of an extension to the hangar bay to accommodate the MV-22 aircraft. Work will be performed in San Diego, Calif., and is expected to be completed by September 2015. Fiscal 2013 military construction, Navy contract funds in the amount of $11,870,000 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Watts-Healy Tibbitts Joint Venture, Honolulu, Hawaii, is being awarded $10,024,207 for firm-fixed-price task order #KB02 under a previously awarded multiple award construction contract (N62478-09-D-4019) for the replacement of a 24 inch underwater waterline crossing Pearl City Peninsula to Ford Island at Joint Base Pearl Harbor-Hickam. The work to be performed provides for the replacement of approximately 3,800 linear feet of deteriorated 24-inch cast iron waterline with a new 24-inch fusible polyvinyl chloride pipe utilizing horizontal directional drilling. Approximately 2,400 linear feet of the existing waterline is underwater. Work will be performed in Pearl City, Hawaii, and is expected to be completed by April 2015. Fiscal 2013 Navy working capital funds in the amount of $10,024,207 are being obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

NASSCO, Norfolk, Va., is being awarded a $6,576,776 modification to previously awarded contract (N00024-10-C-4306) for repairs and alterations for the USS Kauffman (FFG 59) non-dry-docking selected restricted availability. The selected restricted availability consists of various repairs and alterations such as extensive structural repairs in main spaces throughout the ship, open and inspection of tanks, and preservation of auxiliary rooms, main engine room and flight deck. Work will be performed in Norfolk, Va., and is expected to complete by February 2014. Fiscal 2013 operations and maintenance, Navy funding in the amount of $6,576,776 will be obligated at the time of award and will expire at the end of the current fiscal year. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

AIR FORCE

Harris Information Technology Services Corp., Dulles Va., has been awarded a $65,083,169 modification (P00122) to previously awarded contract FA2550-08-C-8011. The contract modification exercises an additional one year of operations, maintenance and logistics support of the Air Force Satellite Control Network and maintenance and logistics support of Global Positioning System (GPS) antenna sites world-wide. It also supports various communications, operations, software and related support services for the 50th Space Wing, Schriever Air Force Base, Colo., and the 50th Space Wing’s geographically separated units in the United States and foreign locations. The locations of performance are Schriever Air Force Base, Colo.; Ellison Onizuka Satellite Operations Facility and Vandenberg Tracking Station, Vandenberg Air Force Base, Calif.; Diego Garcia Station, Diego Garcia, British Indian Ocean Territory; Guam Tracking Station, Andersen Air Force Base, Guam; Hawaii Tracking Station, Kaena Point, Hawaii; New Boston Air Force Station, N.H.; Eastern Vehicle Checkout Facility and Cape Canaveral GPS site, Cape Canaveral Air Force Station, Fla.; Thule Tracking Station, Thule Air Base, Greenland; Ascension Island Global Positioning System site, Ascension Island, British Atlantic Ocean Territory; and Kwajalein Global Positioning System site, Kwajalein Atoll, Republic of the Marshall Islands. The work is expected to be completed by Sep 29, 2014. No funds have been obligated at the time of award; however, fiscal year 2013 operations and maintenance funds in the amount of $52,594,739 are expected to be obligated before the additional year of services begins on Sep 30, 2013. The 50th Contracting Squadron, Schriever Air Force Base, Colo., is the contracting activity.

BAE Systems Technology Solutions and Services, Rockville, Md., has been awarded an estimated $48,631,973 modification (P00374) to contract FA2517-06-C-8001 to exercise option-year seven. The modification will provide for the management, operations, maintainance and logistical support for the solid state phased array radar systems. The locations of performance include Beale Air Force Base, Calif; Cape Cod Air Force Station, Mass.; Clear Air Force Station, Alaska; Thule Air Base, Greenland, and Royal Air Force Fylingdales, United Kingdom and expected completion date is Sept. 30, 2014. Fiscal 2014 Operations and Maintenance funds in the amount of $4,402,930 will be obligated on Oct. 1, 2013 as the contract is incrementally funded. The 21st Contracting Squadron, Peterson Air Force Base, Colo., is the contracting activity.

InDyne Inc., Reston, Va., has been awarded a $ 29,989,217 modification (P00095) to a cost-plus-incentive-fee, cost-reimbursable for materials contract FA2521-08-C-0006. The contract is for infrastructure operations and maintenance services for non-personal services involving operation and maintenance of the facilities, systems, equipment, utilities and infrastructure primarily for Cape Canaveral Air Force Station (AFS), Fla., and several Florida Annexes in support of the 45th Space Wing and its mission partners. Work will be performed at Cape Canaveral AFS, Fla., and is expected to be completed by Sept. 30, 2014. The 45th Contracting Squadron, Patrick Air Force Base, Fla., is the contracting activity.

Textron Systems Corp., Textron Defense Systems, Wilmington Mass., has been awarded a $9,065,330 contract modification (P00015) to previously awarded contract FA8682-11-C-0044 for development of the remote terminal interface control document for the munitions control unit to integrate the sensor fuzed weapon on the Indian Jaguar Aircraft. Work will be performed at Wilmington, Mass., with an expected completion date of May 15, 2014. The total modification of $9,065,330 is being obligated at time of award. This contract involves foreign military sales. Air Force Life Cycle Management Center, Eglin Air Force Base, Fla., is the contracting activity.

Boeing Aerospace Operations Inc., Oklahoma City, Okla., has been awarded an $8,480,351 modification (P00135) to previously awarded contract FA8106-07-C-0001 to provide engineering services for the design, manufacture and procurement of parts and material necessary to upgrade one VC-25 to bring it into compliance with Federal Aviation Agency Airworthiness Directive 2008-23-09. The engineering services will be accomplished concurrently with heavy maintenance efforts being accomplished under a separate contract. Work will be performed at Oklahoma City and Wichita, Okla., with an expected completion date of Oct. 31, 2016. Fiscal 2013 operations and maintenance funds in the amount of $8,480,351 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Okla., is the contracting activity.

ARMY

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a $199,746,895 firm-fixed-price, option-eligible, non-multi-year contract to provide MQ-1C Gray Eagle fiscal year 2013 full rate production and fiscal 2012 hardware backfill requirements applicable to the Gray Eagle Unmanned Aircraft System. Performance locations will be Poway, Calif., with funding from fiscal 2013 other procurement authority funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity. (W58RGZ-13-C-0109)

Doyon Logistics Services*, Federal Way, Wash. (W9127S-13-D-6003); NTVI Enterprises*, LLC, Falls Church, Va. (W9127S-13-D-6004); SES Construction and Fuel Services*, LLC, Oak Ridge, Tenn. (W9127S-13-D-6005) were awarded a $188,000,000 firm-fixed-price, non-option eligible, non-multi-year, multiple-award, indefinite-delivery/indefinite-quantity contract for design-build construction and initial services in support of the U.S. Air Force Medical Service Healthcare Facilities Modernization program nationwide. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with twenty-three bids received. The U.S. Army Corps of Engineers – Little Rock District, Little Rock, Ark., is the contracting office.

Accenture Federal Services, LLC, Arlington, Va., was awarded a $95,000,000 firm-fixed-price, non-option eligible, non-multi-year contract for prevention response and outreach services in support of the Soldier and Family Services Division, National Guard Bureau nationwide. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with six bids received. The National Guard Bureau – Contracting Support, Arlington, Va., is the contracting activity (W9133L-13-A-0003).

ABM Government Services, LLC, Hopkinsville, Ky., was awarded a $42,881,948 cost-plus-fixed-fee, option-eligible, multi-year contract modification (P0001) of contract (W52P1J-12-G-0065) for logistics support services at Fort Benning, Ga. Performance locations will be Fort Benning, Ga, with funding from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with 23 bids received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

Thalle Construction Company, Hillsborough, N.C., was awarded a $36,348,730 firm-fixed-price, non-option eligible, multi-year contract for Herbert Hoover Dike rehabilitation structure replacements and new water control structures with demolition and removal as needed. Performance location will be Pahokee, Fla. with funding from fiscal 2013 other authorization funds. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla. is the contracting activity (W912EP-13-C-0027).

North Carolina Business Enterprise, Raleigh, N.C., was awarded a $19,850,731 firm-fixed-price, option-eligible, multi-year contract for logistics support and food services at Fort Bragg, N.C. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Contracting Command – Fort Bragg, N.C. is the contracting activity (W91247-13-D-0010).

Earthworks Mortenson JV, Red Lake, Minn., was awarded a $17,170,185 firm-fixed-price, option-eligible, non-multi-year contract to construct a 144 person dorm. Performance location will be San Antonio, Texas with funding from fiscal 2010 and 2013 military construction funds. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers – Fort Worth, Texas, is the contracting activity (W9126G-13-C-0016).

Jacob&Sundstrom, Inc., Baltimore, Md., was awarded an $8,310,388 option-eligible, non-multi-year contract modification (P00010) of contract (W911QX-12-F-0052) to provide support services for the U.S. Army Research Laboratory (ARL) Computer network Defense Services program, ARL Information Assurance Manager’s office and the ARL Computational and Information Sciences Directorate gent for the Certification Authority. Performance locations will be Adelphi, Md., with funding from fiscal 2014 Research, Development, Testing and Evaluation funds. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Adelphi Division, Adelphi, Md., is the contracting activity.

Northfolk Dredging Company, Chesapeake, Va., was awarded a $7,447,100 firm-fixed-price, non-option eligible, non-multi-year contract for maintenance and associated dredging services for the Military Ocean Terminal and Wilmington Harbor Lilliput Channel, New Hanover and Brunswick counties, N.C. Performance location will be South Port and Wilmington, N.C., with funding from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Corps of Engineers – Wilmington District, Wilmington, N.C., is the contracting activity (W912PM-13-C-0005).

IAP World Services, Inc., Cape Canaveral, Fla., was awarded a $7,131,000 cost-plus-fixed-fee, option-eligible, non-multi-year contract modification (P00011) of contract (W52P1J-11-C-3027) for caretaker services and payment of utilities at Walter Reed Medical Center, a base re-alignment and closure facility. Performance locations will be Bethesda, Md., with funding from fiscal 2012 other authorizations funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Tidewater Utilities Inc., Dover, Del., has been awarded a maximum $32,421,389 regulated-tariff-rate contract for assumption of ownership, operation, and maintenance of the water distribution system at Dover Air Force Base, Del. This contract is for regulated utility services for a fifty-year contract period. Location of performance is Delaware, with a Sept. 11, 2064 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-C-8282).

WASHINGTON HEADQUARTERS SERVICES

Didlake Inc., Manassas, Va., is being awarded a $7,774,340 firm-fixed-price contract for janitorial services for the Pentagon. Work will be performed primarily at the Pentagon, Washington, D.C. This contract was not competitively processed because it was obtained through the exempt Ability One program. The estimated completion date is May 31, 2014. Washington Headquarters Services, Washington, D.C., is the contracting activity. (HQ0034-08-C-1021)

*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