DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

AIR FORCE

AECOM Technical Services Inc., Los Angeles, Calif., (FA8903-14-D-0001); Baker-Stanley-Cardno Joint Venture, Moon Townside, Pa., (FA8903-14-D-0002); OTIE-RS&H Joint Venture, Milwaukee, Wis., (FA8903-14-D-0004); Parsons Brinkckerhoff-FSB-H&A Joint Venture, Houston, Texas, (FA8903-14-D- 0005); Parsons Government Services Inc., San Antonio, Texas, (FA8903-14-D-0006), and LEIDOS Inc. (formerly SAIC), McLean, Va., (FA8903-14-D-0007) have been awarded a $950,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization (SRM) programs worldwide. The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON, MFH (to include military housing privatization initiatives, SRM program areas, and other areas of essential support worldwide. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 82 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

Booz Allen Hamilton, McLean, Va. (FA8075-14-D-0002); Battelle Memorial Institute, Columbus, Ohio (FA8075-14-D-0003); Jacobs Technology Inc., Tullahoma, Tenn. (FA8075-14-D-0004); MacAulay-Brown Inc., Dayton, Ohio (FA8075-14-D-0005); MRI Global, Kansas City, Mo. (FA8075-14-D-0006); National Security Information Associates, Chantilly, Va. (FA8075-14-D-0007); Strategic Analysis Inc., Arlington, Va. (FA8075-14-D-0008); Leidos Inc., Reston, Va. (FA8075-14-D-0009); Scitor Corp., Colorado Springs, Colo. (FA8075-14-D-0010); TASC Inc., Andover, Md. (FA8014-14-D-0011); URS Federal Services Inc., Germantown, Md. (FA8075-14-D-0012); and Wyle Laboratories Inc., Houston, Texas (FA8075-14-D-0013) have been awarded a maximum $900,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for Homeland Defense and Security Technical Area Tasks (HD TATs). The HD TATs multiple-award IDIQ contracts will provide research, development, test and evaluation, and advisory and assistance services related to research and development efforts for TATs within the chemical, biological, radiological and nuclear defense, homeland defense and security, critical infrastructure protection, weapons of mass destruction, biometrics, medical, cultural studies and alternative energy focus areas. Location of performance will be cited on individual task orders. Generally, work will be performed at government facilities, and the period of performance is five years. The ordering period is a one year basic period with four one-year option periods with work expected to be completed by April 2019 if all option periods are exercised. Individual task orders, obligating fiscal 2014 research and development funds, will be issued against the basic contracts, in order to meet the minimum order guarantee. The multiple-award contracts were competitively procured by full and open competition along with a small business reservation via the Federal Business Opportunities website with 13 offers received. The Air Force Installation Contracting Agency, Offutt Air Force Base, Neb., is the contracting activity.

Jacobs Government Services Co., Oak Ridge, Tenn. (FA8903-14-D-0023); MWH-Cardno TEC Baker-A Joint Venture, San Antonio, Texas (FA8903-14-D-0024); and Zapata Inc., Charlotte, N.C. (FA8903-14-D-0025), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to include environmental projects consisting of planning and programming, restoration, quality (compliance and pollution prevention), and conservation as required by the Air Force Civil Engineering Center. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 37 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

NAVY

Baldi Bros. Inc.,* Beaumont, Calif. (N62473-14-D-0043); Coffman Specialties Inc., San Diego, Calif. (N62473-14-D-0044); Flatiron West Inc., San Marcos, Calif. (N62473-14-D-0045); Granite Construction Co., Watsonville, Calif. (N62473-14-D-0046); Kiewit Infrastructure West, Co., Vancouver, Wash. (N62473-14-D-0047); and Reyes Construction Inc., Pomona, Calif. (N62473-14-D-0048); are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple-award construction contract for airfield paving and heavy duty paving projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. Types of projects may include, but are not limited to: paving of airfield runway, taxiway, apron, and support areas for aircraft; and heavy duty paving of areas intended for heavy military and other heavy operational vehicles and equipment. No task orders are being issued at this time. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent), Arizona (16 percent), Nevada (1 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of April 2019. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website with 20 proposals received. The reserve was met by award to Baldi Bros. Inc. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BCF Solutions Inc., Arlington, Va. (N65236-14-D-4151); Booz Allen Hamilton Inc., McLean, Va. (N65236-14-D-4152); Bowhead Science and Technology LLC, Alexandria, Va. (N65236-14-D-4153); CommIT Enterprises Inc.,* Hughesville, Md. (N65236-14-D-4154); Deloitte Consulting LLP, Alexandria, Va. (N65236-14-D-4155); TASC Inc., Andover, Mass. (N65236-14-D-4156); and Whitney, Bradley and Brown Inc., Reston, Va. (N65236-14-D-4157), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, with provisions for cost-plus-fixed-fee task orders, performance based multiple award contract. The cumulative, estimated ceiling value of the base year is $83,333,333. The contracts are for the procurement of program management and financial management support services including non-inherently governmental services to perform analyses and research. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $250,000,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed worldwide. Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2017. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the seven awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 12 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

iRobot Corp., Bedford, Mass., is being awarded a $59,220,496 modification to previously awarded contract (N00174-11-D-0013) for the procurement of Man Transportable Robotic System (MTRS) production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories. The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Bedford, Mass., and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance, Army and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $720,500 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Whitman, Requardt & Associates LLP, Baltimore, Md., is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with for multi-discipline architect-engineering services in support of projects primarily in New Jersey, New York, and Pennsylvania. The work to be performed provides for the following engineering and design services, but is not limited to building construction and addition of special projects and military construction facilities, general building renovation work, development of design-bid-build packages, development of design-build request for proposal packages, conducting life safety code studies, interior space planning/design studies, engineering and design site work, paving, landscaping, communications, fire protection, energy conservation systems, utilities and facility planning. Task order 0001 is being awarded at $157,886 for survey of sanitary and storm drain systems in Building 77L at the Philadelphia Navy Yard, Philadelphia, Pa. Work for this task order is expected to be completed by August 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities throughout the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility including, but not limited to, New Jersey (34 percent), New York (33 percent), and Pennsylvania (33 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 Navy working capital fund contract funds in the amount of $157,886 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance, Navy. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast, Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-14-D-5205).

Insitu Inc., Bingen, Wash., is being awarded $10,222,289 for firm-fixed-price delivery order 0015 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21A Unmanned Aircraft System, including all requirements necessary to support the system at the organizational level during planned and surge flight operations. Services include integrated logistics support, program planning and management support, field service technical support, data reporting, and hardware to maintain the RQ-21 production configuration during initial fielding. Work will be performed at Marine Corps Air Station, Cherry Point, N.C. (80 percent) and Bingen, Wash. (20 percent), and is expected to be completed in April 2015. Fiscal 2014 procurement, Marine Corps funds in the amount of $10,222,289 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Golden Manufacturing Co., Inc.,* Golden, Miss., has been awarded a maximum $54,873,720 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1047) with four one-year option periods for various Permethrin Army combat uniform coats. This is a firm-fixed-price contract. Locations of performance are Mississippi and Georgia with an April 16, 2015 performance completion date. Using military service is Army. 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. (Awarded April 9, 2014)

Dental Health Products,* New Franken, Wis., has been awarded a maximum $38,436,832 modification (P00002) exercising the second option period on a one-year base contract (SPM2DE-12-D-7459) 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 Wisconsin with an April 27, 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.

MedImmune Biologics Inc., Gaithersburg, Md., has been awarded a maximum $23,274,000 modification (P00101) exercising the first option period on a one-year base contract (SPM2D0-13-D-0006) with one one-year option period for intranasal influenza vaccine spray. This is a firm-fixed-price contract. Locations of performance are Maryland and Pennsylvania with a June 26, 2015 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. 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.

ARMY

Allison Transmission Inc., Indianapolis, Ind., was awarded a $51,444,025 modification (P00026) to multi-year contract W56HZV-08-D-0159 to acquire 99 X1100-3B transmissions for M1A2 Abrams tanks. Work will be performed in Indianapolis, Ind. Estimated completion date is Sept. 30, 2015. Fiscal 2013 other procurement funds in the amount of $11,349,458 were obligated at the time of the award. Army Contracting Command, Warren, Mich., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

LEIDOS, Reston, Va., is being awarded a $7,294,064 modification (18) to firm-fixed-price contract (HQ0034-11-F-0080) to provide mission support services for court room and case preparation. Services required are linguistic, translation, transcription support, court reporters, and expert witnesses for commission hearings. Work will be performed in Washington, D.C., with an expected completion date of April 14, 2016. Fiscal 2014 operations and maintenance funds in the amount of $7,294,064 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with one proposal received. Washington Headquarters Services, Arlington, Va., is the contracting activity.

*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