DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $1,038,074,689 modification to the previously awarded advance acquisition contract for the Lot IX low-rate initial production F-35 Lightning II Propulsion contract (N00019-14-C-0004) for the Air Force, Navy/Marine Corps, international partners and foreign military sales (FMS) customers.  This modification provides for components, parts and materials associated with the procurement of 28 F135-PW-100 conventional take-off and landing propulsion systems for the Air Force; six F135-PW-600 propulsion systems for the Marine Corps; and four F135-PW-100 propulsion systems for the Navy.  In addition, this modification provides for seven each F135-PW-100 and F135-PW-600 propulsion systems for international partners, as well as 11 F135-PW-100 spare propulsion systems for FMS customers. This modification further provides for three spare propulsion systems and one trainer propulsion system for the Air Force.  This contract combines purchases for the Air Force ($365,456,442; 35 percent); the Navy/Marine Corps ($226,542,833; 22 percent); international partners ($299,525,306; 29 percent); and FMS customers ($146,550,108; 14 percent).  Work will be performed in East Hartford, Connecticut (85 percent); Indianapolis, Indiana (11 percent); and Bristol, United Kingdom (4 percent), and is expected to be completed in September 2019.  Fiscal 2014 and 2015 aircraft procurement (Navy and Air Force); international partner; and foreign military sales funds in the amount of $1,038,074,689 will be obligated at time of award, $14,479,576 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Jacksonville, Florida, is being awarded $93,842,190 for modification P00012 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-14-D-0001) to exercise an option for depot-level maintenance support and sustainment for the F/A-18 A/B/C/D aircraft.  This includes the performance of High Flight Hour (HFH) inspections, HFH recurring inspections, additional inspections, modifications and liaison engineering.  Work will be performed in Jacksonville, Florida, and is expected to be completed in December 2016.  No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CDM Constructors Inc., Maitland, Florida, is being awarded a $17,997,749 firm-fixed-price contract for the repair of a water distribution system at Naval Air Station Joint Reserve Base New Orleans.  The proposed repair will consist of all analysis, field investigation, solution development, computer modeling, permitting, design, construction, and testing of the water system repairs so that the domestic potable water system will meet all water quality requirements of local, state, and federal authorities while completely splitting the potable domestic water system from the non-potable flight line fire protection system so that the fire main system provides sufficient water to the hangars without affecting domestic water quality.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by September 2017.  Fiscal 2016 Navy working capital contract funds in the amount of $17,997,749 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 five proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-C-1610).

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $54,991,000 modification (P00245) to foreign military sales contract (Mexico) W58RGZ-12-C-0008 for seven uniquely configured UH-60M Black Hawk helicopters.  Work will be performed in West Palm Beach, Florida, with an estimated completion date of Feb. 28, 2019.  Fiscal 2016 other procurement funds in the amount of $54,991,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

MedImmune Biologics Inc., Gaithersburg, Maryland, has been awarded a maximum $47,600,000 modification (P0001) exercising the first one-year option period of a one-year base contract (SPE2DP-15-D-0003) with one one-year option period for influenza vaccine. This is a firm-fixed-price contract. Locations of performance are Maryland and Pennsylvania, with a June 5, 2017, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Exide Technologies, Milton, Georgia, has been awarded a maximum $45,068,074 fixed-price with economic price adjustment, indefinite-quantity contract for storage batteries. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Georgia and Iowa, with an April 9, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-16-D-0072). (Awarded on April 10, 2016)

U.S. SPECIAL OPERATIONS COMMAND

Dillon Aero Inc., Scottsdale, Arizona (H92241-16-D-0004), is being awarded a $15,000,000 indefinite-delivery/indefinite-quantity contract to provide life-cycle contractor support for the M134 mini-gun weapons systems for the Technology Applications Program Office. The majority of the work will be performed in Scottsdale, Arizona, and expected to be completed by April 4, 2021. Fiscal 2016 operations and maintenance (O&M) funds in the amount of $5,053 are being obligated at the time of award. Each individual task order will be funded with O&M appropriation under the appropriate fiscal year, and is not multiyear.  This contract has one five-year ordering period (total of 60 months). This contract was awarded through non-competitive award in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

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