DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

NAVY

Electric Boat Corp., Groton, Connecticut, is being awarded a $203,073,701 cost-plus-fixed-fee modification to increase the design support requirements under a previously awarded contract (N00024-13-C-2128) for Columbia-class submarines (formerly known as the Ohio Replacement).  This is a joint Navy/United Kingdom (UK) Common Missile Compartment program.  Work will be performed in Groton, Connecticut (91 percent); Newport News, Virginia (7 percent); Quonset, Rhode Island (1 percent); and Bath, Maine (1 percent), and is expected to be completed by October 2017.  Fiscal 2017 shipbuilding and conversion (Navy); UK foreign military sales; and 2017 research, development, test, and evaluation (Navy) funds in the amount of $203,073,701 will be obligated at the time of award and contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $130,827,895 cost-plus-incentive-fee, cost reimbursement contract for the procurement of Technical Insertion 18-20 Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) engineering services.  The A-RCI TI 18-20 engineering services provide engineering development to support modernization requirements.  This contract combines purchases for the Navy (88 percent); and the governments of Canada (6 percent); Australia (4 percent); England (1 percent); and Japan (1 percent). This contract includes options that, if exercised, would bring the cumulative value of this contract to $1,168,676,654.  Work will be performed in Manassas, Virginia (95 percent); and Clearwater, Florida (5 percent), and is expected to be completed by August 2018.  Fiscal 2017 research and development (Navy); 2015 shipbuilding and conversion (Navy); 2016 other procurement (Navy); and 2017 other procurement (Navy) funds in the amount of $2,983,247 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via Federal Business Opportunities with one offer received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-R-6267).

Arête Associates, Tucson, Arizona, is being awarded an $8,522,007 modification to a previously awarded firm-fixed-price contract (N61331-11-C-0007) for the engineering, manufacturing, production and delivery of AN/DVS-1 Coastal Battlefield Reconnaissance and Analysis (COBRA) Block 1 subassemblies to support the littoral combat ship mine countermeasures mission.  This contract modification exercises the options for the COBRA subassemblies integration and the post-delivery technical support.  The primary mission of AN/DVS-1 COBRA program is to conduct unmanned aerial tactical reconnaissance in littoral battlespace for detection and localization of mine fields and obstacles in the surf zone and beach zone prior to amphibious assault. Work will be performed in Tucson, Arizona, and is expected to be completed by December 2019.  Fiscal 2017 other procurement (Navy) funding in the amount of $8,522,007 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

Insight Public Sector, Chantilly, Virginia, is being awarded an $8,600,231 firm-fixed-price delivery order under previously awarded blanket purchase agreement (BPA) N66001-15-A-0001 under the Department of Navy Enterprise Software Licensing initiative to provide Microsoft licenses and software assurance for the Consolidated Afloat Networks and Enterprise Services (CANES) program.  The order was executed against the Navy’s mandatory use agreement for Microsoft licensing and is subject to the policy established in the “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.”  This award is supported by a brand name limited source justification in accordance with Federal Acquisition Regulation 8.405-6(b) and was approved by the Assistant Secretary of the Navy for research, development and acquisition on March 25, 2015.  Work will be performed at locations and on ships worldwide.  Work is expected to be completed May 31, 2018.  Fiscal 2017 other procurement (Navy) funds in the amount of $8,600,231 will be obligated at the time of award.  The BPA was competitively awarded among all Department of Defense Enterprise Software Initiative agreement holders in accordance with Defense Federal Acquisition Regulation Supplement208.74.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

ABM Government Services LLC, Hopkinsville, Kentucky, is being awarded an $8,148,542 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Support Activity, Naples and its outlying support sites including Naval Support Activities in Gaeta, Gricignano, and Naples, Italy. The maximum dollar value including the base period and seven option years is $65,995,514.  The work to be performed provides for all  management, supervision, labor, materials, and equipment necessary to provide  facility support (including facility investment, facility management, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, and pavement clearance), utility management, utilities (including wastewater, and water), base support vehicles and equipment, and environmental.  Work will be performed in Gricignano (56 percent); Naples (40 percent); and Gaeta (4 percent) Italy, and is expected to be completed by September 2025.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $6,741,730 for recurring work will be obligated on individual task orders issued during the base period.  This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-17-D-4011).

ARMY

Defense Systems and Solutions,* Huntsville, Alabama, was awarded a $93,000,000 firm-fixed-price contract for technical, engineering, program management, and integration services. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of August 3, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911KF-17-D-0005).

The following contract was inadvertently announced June 20, however the actual award date is today: Tetra Tech/Pond JV, Louisville, Kentucky, was awarded an $8,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order; with an estimated completion date of June 20, 2022. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-R-0029).

DEFENSE LOGISTICS AGENCY

Petro Star Inc.,* Anchorage, Alaska, has been awarded a $37,786,700 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1) from the Federal Acquisition Regulation 6.302-1. This is a one-year contract with a 30-day carryover period. Location of performance is Alaska, with a Sept. 30, 2018, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-D-0504).

Seqirus Inc., King of Prussia, Pennsylvania, (SPE2DP-17-D-0009) $34,920,736, and GlaxoSmithKline LLC, Research Triangle Park, North Carolina, (SPE2DP-17-D-0010) $27,956,807 have each been awarded a firm-fixed-price, indefinite-quantity contract under solicitation SPE2DP-17-R-0003 for the influenza virus vaccine. These are one-year contracts with no option periods. These were competitive acquisitions with four responses received. Locations of performance are Pennsylvania, New Jersey, North Carolina and Germany, with a June 22, 2018, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Petro Star Inc.,* Anchorage, Alaska, has been awarded a $20,695,640 modification (P00007) to a one-year contract with a 30-day carryover (SPE600-16-D-0503), which creates a new line item for aviation turbine fuel and adds fuel to an existing line item. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Alaska, with a Sept. 30, 2017, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

US Oil Refining Co., Tacoma, Washington, has been awarded a $10,465,000 modification (P00006) to a one-year contract with a 30-day carryover period (SPE600-16-D-0500) for additional quantities of aviation fuel. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. This was a competitive acquisition with two offers received. Location of performance is Washington, with an Oct. 31, 2017, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AIR FORCE

Calspan Corp., Buffalo, New York, has been awarded a $20,907,828 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for the F-16 variable stability in-flight simulator test aircraft (VISTA). Contractor will provide all maintenance and curriculum development for all Air Force Test Pilot School student sorties for the VISTA, as well as special projects. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by June 30, 2022.  This award is the result of a sole-source acquisition. Fiscal year 2017 research, development, test and evaluation funds in the amount of $1,223,135 are being obligated at the time of award. Air Force Test Center – Directorate of Contracting, Edwards Air Force Base, California, is the contracting activity (FA9304-17-D-0001).

 

*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