DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $508,214,419 modification to the previously awarded F-35 Lightening II Lot VI low rate initial production advance acquisition contract (N00019-12-C-0090). This modification provides for the procurement of 18 F135 conventional take off and landing (CTOL) propulsion systems for the U.S. Air Force; six short take-off and vertical landing propulsion systems for the U.S. Marine Corps; and seven carrier variant propulsion systems for the U.S. Navy. In addition, this contract procures three F135 CTOL propulsion systems for Italy; two CTOL propulsion systems for Australia; one F135 CTOL spare propulsion system for Italy; and one F135 spare propulsion system for Australia. This modification also provides for program labor, engineering assistance to production, non-recurring sustainment efforts, service and country specific requirements, depot activation efforts, and long-lead hardware. Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Ind. (16.5 percent), and is expected to be completed in June 2016. Fiscal 2012, aircraft procurement Air Force, fiscal 2012 aircraft procurement Navy, and international partner funding in the amount of $508,214,419 will be obligated at time of award, $422,680,150 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy and Marine Corps ($211,858,131; 42 percent); the U.S. Air Force ($210,822,019; 41 percent); and the international partners ($85,534,269; 17 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

RORE-ITSI Joint Venture LLC*, San Diego, Calif., is being awarded $11,359,755 for firm-fixed-price task order HC09 under a previously awarded multiple award construction contract (N62742-09-D-1186) for construction of a child development center, sized to accommodate 120 children, at Joint Base Pearl Harbor-Hickam. Work to be performed will also include incidental related work. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $12,045,322. Work will be performed in Oahu, Hawaii, and is expected to be completed by May 2015. Fiscal 2011 procurement, acquisition and construction, National Oceanic and Atmospheric Administration, Commerce contract funds in the amount of $11,359,755 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Electronic Metrology Laboratory LLC*, Franklin, Tenn., is being awarded a $9,638,498 firm-fixed-price, indefinite-delivery/ indefinite-quantity contract for base operating support services at Naval Air Station Whiting Field. The work to be performed provides for facilities management, facilities investment, pest control, grounds maintenance, other (swimming pools), pavement clearance, electrical, gas, wastewater, water, environmental services, and base support vehicles and equipment. The maximum dollar value including the base period and four option years is $48,887,598. Work will be performed in Milton, Fla., and is expected to be completed by November 2014. Fiscal 2014 operation and maintenance, Navy; fiscal 2014 Navy working capital fund; fiscal 2014 Defense Health Program fund; and fiscal 2014 family housing operations and maintenance contract funds in the amount of $2,557,993 will be obligated at time of award. Contract funds in the amount of $5,076,301 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 10 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-14-D-8000).

AIR FORCE

TASC Inc., Andover, Md., has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the Optical Radiation Bioeffects and Safety (ORBS) program. The objective of the ORBS program is to conduct research on kinetic energy systems to assist in transitioning DoD technologies. Research efforts will include the following technical areas: novel laser bioeffects, laser eye protection and advanced technology demonstration, and applied high energy laser bioeffects. Basic and applied research will be conducted on optical radiation hazards expected in future combat scenarios with the view toward development of appropriate countermeasures. Contract deliverables include data, hardware and software. Work will be performed Joint Base San Antonio-Fort Sam Houston, Texas, and is expected to be complete by April 23, 2020. This award is the result of broad agency announcement HPW/RHDO-2013-0003, and only one proposal was submitted and received. Fiscal 2013 research and development funds will be obligated in the amount of $712,500 that are being used to incrementally fund the initial task order 0001 for a total cost-plus-fixed-fee price of $8,000,000 under the basic IDIQ contract; no expiring funds are being used. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-14-D-6519)

U.S. TRANSPORTATION COMMMAND

American Auto Logistics LP, Park Ridge, N.J., is being awarded a $23,000,000 delivery order option modification 0010 to previously awarded DAMT01-03-D-0184, in order to provide for Department of Defense-sponsored shipments of privately owned vehicles belonging to military service members and DoD civilian employees. Work will be performed at multiple U.S. and overseas locations through Nov. 30, 2013. Fiscal 2014 transportation working capital funds in the amount of $23,000,000 are being obligated at the time of modification execution. The contracting activity is U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.

DEFENSE LOGISTICS AGENCY

Weckworth Manufacturing*, Haysville, Kan., has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment contract for sling cargo nets. This is a one-year base contract with four one-year options. This contract was a competitive acquisition, and four offers were received. Location of performance is Kansas with an Oct. 22, 2014 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EG-14-D-0002).

*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