DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

AIR FORCE

The Boeing Co., St. Louis, Mo., has been awarded a maximum $80,000,000 indefinite-delivery/indefinite-quantity contract, for Joint Direct Attack Munitions technical support for studies and analysis, product improvement, upgrades, integration (including, but not limited to, software integration, aircraft integration, and associated hardware) and testing. Work will be performed in Missouri with an expected completion date of March 31, 2019. Fiscal 2014 Air Force procurement funds in the amount of $4,141,039 and fiscal 2014 Navy operations and maintenance funds in amount $145,000 will be obligated at time of award. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla., is the contracting activity (FA8681-14-D-0028).

DEFENSE LOGISTICS AGENCY

Petroleum Traders Corp.,* Fort Wayne, Ind., has been awarded a maximum $66,882,605 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Indiana with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8509).

Dennis K. Burke Inc.,** Chelsea, Mass., has been awarded a maximum $65,282,707 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Massachusetts, Maine, New Hampshire, New York, Rhode Island, and Connecticut with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8521).

Allied Tube & Conduit, Harvey, Ill., (SPE8E6-14-D-0002); Cobra Systems,** Bloomington, N.Y., (SPE8E6-14-D-0003); Iris Kim,** Hampton, Va., (SPE8E6-14-D-0004), have been awarded a maximum $41,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for concertina barbed tape. This is a two-year base contract with three one-year option periods. This contract is a competitive acquisition, and five offers were received. Locations of performance are Illinois, New York, and Virginia with an April 1, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Defense Logistics Agency. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Global Montello Group,** Waltham, Mass., has been awarded a maximum $36,202,002 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Massachusetts with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8533).

Sprague Operating Resources LLC,** White Plains, N.Y., has been awarded a maximum $34,898,134 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are New York, Pennsylvania, New Jersey, and Maine with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8528).

Air Liquide Industrial US LP, Houston, Texas, has been awarded a maximum $25,310,221 firm-fixed-price contract for gaseous nitrogen. This is a competitive acquisition, and one offer was received. This is a five-year base contract with no option periods. Locations of performance are Texas and California with an April 30, 2019 performance completion date. Using services are federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas, (SPE601-14-D-1516).

Brasseler USA,** Savannah, Ga., has been awarded a maximum $22,335,309 modification (P00003) exercising the second option period on a one-year base contract (SPM2DE-12-D-7458) with four one-year option periods for distribution of general dental supplies. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Georgia with an April 8, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Indigo Energy Partners LLC,** Alpharetta, Ga., has been awarded a maximum $20,745,146 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Georgia and Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8526).

Naughton Energy Corp.,** Pocono Pines, Pa., has been awarded a maximum $18,217,525 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Locations of performance are Pennsylvania and New York with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0238).

Mansfield Oil Co.,** Gainesville, Ga., has been awarded a maximum $14,541,401 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Georgia with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8530).

Riggins Oil,** Vineland, N.J., has been awarded a maximum $9,735,913 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are New Jersey and Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8531).

Talley Petroleum Enterprises Inc.,** Grantville, Pa., has been awarded a maximum $9,504,864 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Location of performance is Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-8527).

Foster Fuels Inc.,** Brookneal, Va., has been awarded a maximum $8,268,245 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Virginia, Maine, Massachusetts, New Hampshire, New York, Pennsylvania, and Vermont with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8505).

NAVY

URS Federal Inc., Germantown, Md. (N00189-12-D-Z016); Raytheon Technical Services Co. LLC, Sterling, Va. (N00189-12-D-Z017); Technical Software Services Inc.,* Pensacola, Fla. (N00189-12-D-Z018); Camber Corp., Huntsville, Ala. (N00189-12-D-Z019); General Dynamics Information Technology, Fairfax, Va. (N00189-12-D-Z020); Northrop Grumman Corp., Herndon, Va. (N00189-12-D-Z021); Logistic Services International Inc., Jacksonville, Fla. (N00189-12-D-Z022); Sonalysts Inc., Waterford, Conn. (N00189-12-D-Z023); and Kratos Defense and Security Solutions, San Diego, Calif. (N00189-12-D-Z024), are being awarded modifications under previously awarded multiple award contracts to exercise option two of the contracts pursuant to contract clause FAR 52.217-9, option to extend the term of the contract. The contracts provide education training products and services for the Naval Education Training Command in conjunction with Naval Education Training and Professional Development and Technology Center which works to educate Navy sailors in a variety of ways. The maximum contract value, for option two, for all nine contracts combined, is $33,079,710. These nine contractors will compete for task orders under the terms and conditions of the awarded contracts. No funding will be obligated with the exercise of the option, and therefore none of the funding will expire before the end of the current fiscal year. Funding will be provided on individual task orders issued against the contracts during the period of the option. Work will be performed in Pensacola, Fla. (90 percent) and the other 10 percent will be performed at the contractors’ locations. Work is expected to be completed April 30, 2015. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $21,319,984 cost-plus-fixed-fee, level of effort, completion type contract to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the UK Trident II Missile System. This contract provides for, but is not limited to, technical planning, direction, coordination, and control to assure that UK fleet ballistic missile program requirements are identified and integrated to support planned milestone schedules and emergent requirements, re-entry systems UK resident technical support, operational support hardware, and UK-unique common missile compartment/UK successor support. Work will be performed in Sunnyvale, Calif. (76.4 percent); Cape Canaveral, Fla. (12.5 percent); Coulport, Scotland. (4.4 percent); Aldermaston, England (3.3 percent); St. Mary’s, Ga. (2 percent); Silverdale, Wash. (less than 1 percent), Campbell, Calif. (less than 1 percent), Denver, Colo. (less than 1 percent), other U.S. cities (less than 1 percent); and Italy (various cities) (less than 1 percent), with an expected level-of-effort completion date of March 31, 2015 and deliverable items completion date of June 30, 2016. United Kingdom contract funds are being obligated in the amount of $21,319,984. Contract funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S.C. 2304(c)(4). The Department of the Navy, Strategic Systems Programs Office, is the contracting activity (N00030-14-C-0028).

Progeny Systems Corp.,** Manassas, Va., is being awarded a $9,589,064 cost-plus-fixed-fee contract for engineering and technical services in support of the Navy’s AN/UYQ-100 Undersea Warfare Decision Support System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,567,452. Work will be performed in Manassas, Va. (67 percent); Patuxent River, Md. (12 percent); Gig Harbor, Wash. (7 percent); Middletown, R.I. (6 percent); Norfolk, Va. (4 percent); and Pearl Harbor, Hawaii (4 percent), and is expected to be completed by March 2015. Fiscal 2013 and 2014 research, development, test and evaluation; fiscal 2014 other procurement, Navy and fiscal 2014 operations and maintenance, Navy funding in the amount of $6,877,411 will be obligated at time of award. Contract funds in the amount of $183,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the Federal Acquisition Regulation 6.302-5. This contract is being awarded as a Phase III Small Business Innovative Research effort, under the Small Business Innovative Development Act of 1982. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-5209).

Hamilton Sundstrand Corp., Rockford, Ill., is being awarded $7,354,035 for firm-fixed-price delivery order 7006 under a previously awarded contract (N00383-12-D-011N) for repair of the V-22 Osprey aircraft constant frequency generator. Work will be performed in Rockville, Ill., and is expected to be completed in September 2016. Fiscal 2014 Navy working capital funds in the amount of $7,554,035 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

ARMY

Alessi Keyes Construction, North Little Rock, Ark. (W912JF-14-D-0001); AMR Construction LLC, Little Rock, Ark. (W912JF-14-D-0002); Oren Atchley Co., Inc., Fort Smith, Ark. (W912JF-14-D-0003); BES Design/Build LLC, Fairhope, Ala. (W912JF-14-D-0004); Beshears Construction Inc., Fort Smith, Ark. (W912JF-14-D-0005); C&M Contractors Inc., Doniphan, Mo. (W912JF-14-D-0006); Charpie Construction Co., Inc., Hopkinsville, Ky. (W912JF-14-D-0007); CWR Construction Inc., North Little Rock, Ark. (W912JF-14-D-0008); DAV Construction Co., Sherwood, Ark. (W912JF-14-D-0009); Flynco Inc., Little Rock, Ark. (W912JF-14-D-0010); Haralson Property Resources LLC, Memphis, Tenn. (W912JF-14-D-0011); Hernandez Consulting LLC, New Orleans, La. (W912JF-14-D-0012); HGL Construction, Midwest City, Okla. (W912JF-14-D-0013); Hollon Contracting LLC, Dothan, Ala. (W912JF-14-D-0014); J&S Construction Company Inc., Cookeville, Tenn. (W912JF-14-D-0015); Jack Helms Construction Co., Fort Smith, Ark. (W912JF-14-D-0016); Jack Morgan Construction, England, Ark. (W912JF-14-D-0017); Jane Construction LLC, Ozark, Ark. (W912JF-14-D-0018); K&E Construction Inc., South Beebe, Ark. (W912JF-14-D-0019); LJB Construction Inc., Rogers, Ark. (W912JF-14-D-0020); Lobina Construction, Hot Springs, Ark. (W912JF-14-D-0021); McCormick Asphalt Paving & Excavation, Ozark, Ark. (W912JF-14-D-0022); Precise Concrete Works LLC, Memphis, Tenn. (W912JF-14-D-0023); Primestar Construction Corp., Dallas, Texas (W912JF-14-D-0024); RHI Inc., West Haven, Utah (W912JF-14-D-0025); Roederer Construction Inc., LaGrange, Ky. (W912JF-14-D-0026); Ross Sparks Builders, Little Rock, Ark. (W912JF-14-D-0027); Structural Systems Inc., Fort Smith, Ark. (W912JF-14-D-0028); Wilkins Construction, North Little Rock, Ark. (W912JF-14-D-0029), were awarded a $20,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the sustainment/repair and maintenance of National Guard military construction projects at Little Rock Air Force Base, Camp Joseph T. Robinson, and Fort Smith Regional Airport. Funding and work location will be determined with each order. Estimated completion date is March 31, 2019. Bids were solicited via the Internet with 29 received. All contractors in this announcement are small businesses. National Guard Bureau, North Little Rock, Ark., is the contracting activity.

Tower Industries Inc., Greenville, Wis., was awarded a $6,598,704 modification (P00013) to contract W52P1J-12-C-0051 to acquire 500-pound practice bombs. Fiscal 2014 other procurement, Army funds in the amount of $7,258,574 were obligated at the time of the award. Estimated completion date is Dec. 30, 2015. Work will be performed in Greenville, Wis. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

SAIC/LEIDOS Inc, Reston, Va., is being awarded a $9,499,534 modification (P00019) to firm-fixed-price contract (HQ0034-11-A-0013-0001) for professional engineering services to support the warfare area of developmental, test and evaluation. Work will be performed in Reston, Va. The expected completion date is March 31, 2015. Fiscal 2014 research and development funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities with seven proposals received. Washington Headquaters Services, Arlington, Va., is the contracting activity.

Logistics Management Institute, McLean, Va., is being awarded a $7,031,240 modification (P00037) to firm-fixed-price contract (HQ0034-10-F-0075) for technical support to Defense Procurement and Acquisition Policy. Work will be performed in Arlington, Falls Church and Alexandria, Va. The expected completion date is Feb. 28, 2015. Fiscal 2014 operations and maintenance funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with two proposals received. Washington Headquarters Services, Arlington, Va., is the contracting activity.

*Veteran Owned Small Business
**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