DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

Army

SRCTec Inc., Syracuse, N.Y., was awarded a firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum value of $221,800,000 for the procurement of lightweight counter mortar radars and related parts and services.  Performance location and funding will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C702).

General Dynamics Armament and Technical Products Inc., Williston, Vt., was awarded a $67,456,648 modification (P00136) to a previously awarded firm-fixed-price, option-filled, foreign-military-sales contract (W31P4Q-10-C-0190) for the procurement of hydra rockets, warheads and related parts in support of the Army, Navy, Air Force and Saudi Arabia.  The cumulative total face value of this contract is $1,025,465,887.  Work will be performed in Camden, Ark.  A combination of fiscal 2011, fiscal 2012 and fiscal 2013 procurement funds and fiscal 2013 research, development, testing and engineering funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Center Industries Corp., Wichita, Kan., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year contract with a maximum value of $44,270,394 for the procurement of improved magazines for the M4/M4A1 carbine.  Performance location and funding will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0132).

The Boeing Co., Ridley Park, Pa., was awarded a cost-plus-fixed-fee contract with a maximum value of $39,619,052 for the logistics support and fielding and training services for units receiving the CH-47F.  Fiscal 2013 procurement funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0114).

Phylway Construction LLC, Thibodaux, La., was awarded a firm-fixed-price contract with a maximum value of $29,537,805 for the construction of a new pump station, new floodwall, new levees, berms and embankments and new channels and ditches.  Work will be performed in Belle Chase, La.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-D-0010).

The SURVICE Engineering Company LLC, Belcamp, Md., was awarded a $27,000,000 modification (P00014) to a previously awarded time-and-materials contract (W91CRB-09-D-0027) for engineering and testing and evaluation support services.  Performance location and funding will be determined with each order.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

HamHed LLC, New Albany, Ind., (W912QR-13-D-0034); Budget Services & Supplies LLC, Jeffersonville, Ind., (W912QR-13-D-0035); TATCO Services Inc., La Plata, Md., (W912QR-13-D-0036); and Radcorp Solutions Inc., Waldorf, Md., (W912QR-13-D-0037) were awarded a firm-fixed-price contract with a maximum value of $20,000,000 for janitorial services.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity.

Norfolk Dredging Co., Chesapeake, Va., was awarded a firm-fixed-price, option-filled contract with a maximum value of $15,258,000 for dredging services in support of the New York Beach Erosion Control and Navigation Project. Work will be performed in Fire Island, N.Y.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0037).

Utah State University Research Foundation, North Logan, Utah, was awarded a contract with a maximum value of $12,000,000 for research and development services in support of the Precision Lightweight Weapon and Sensor Mount program.  Performance location and funding will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0005).

Senne & Company Inc., Topeka, Kan., was awarded a firm-fixed-price, option-filled contract with a maximum value of $7,963,784 for the construction services in support of the Kansas Army National Guard.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The National Guard Bureau, Topeka, Kan., is the contracting activity (W912JC-13-C-1307).

SAP Government Support and Services Inc., Newtown Square, Pa., was awarded a time-and-materials, option-filled contract with a maximum value of $7,148,785 for services in support of enterprise resource planning.  Work will be performed in Alexandria, Va.  Fiscal 2013 research, development, testing and engineering funds in the amount of $3,377,160 are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0025).

Navy

General Electric Co., Lynn, Mass., is being awarded an $87,034,442 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an option for the procurement of 22 Lot 17 full rate production F414-GE-400 install engines for the F/A-18E/F aircraft.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in October 2015.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $87,034,442 will be obligated at the 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $70,358,000 modification to a previously awarded advance acquisition contract (N00019-13-C-0008) to provide long lead-time parts, material and components required for the delivery of seven Conventional Take Off and Landing F-35 Lightning II Joint Strike Fighter aircraft and one Short Take-Off Vertical Landing F-35 Lightning II Joint Strike Fighter aircraft for the government of Italy.  Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2014.  International Partner contract funds in the amount of $70,358,000 are being obligated on this 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 authority.

Oceaneering International Inc., Chesapeake, Va., is being awarded a $16,468,887 cost-plus-fixed fee, cost-plus-incentive fee and firm-fixed-price contract to procure technical/maintenance services for the dry-deck shelter.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $99,717,721.  Work will be performed in Chesapeake, Va. (60 percent); Honolulu, Hawaii (30 percent); Kings Bay, Ga. (5 percent); Groton, Conn. (3 percent); and Guam (2 percent).  Work is expected to be completed by July 2014, and with options exercised, work will continue through July 2018.  Fiscal 2013 Operations and Maintenance and Fiscal 2013 Other Procurement, Navy funding in the amount of $4,034,257 will be obligated at the time of this award.  Contract funds in the amount of $2,622,669 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy E-Commerce and Federal Business Opportunities websites, with one proposal solicited and two offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6403).

Lockheed Martin Gyrocam Systems LLC, Orlando, Fla., is being awarded $14,623,204 for delivery order #0003 to previously awarded firm- fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-12-D-5504) for field service representatives (FSRs) in support of the vehicle optic surveillance system program, program manager, Marine Air Ground Task Force command, control and communications.  Work includes FSRs to provide parts, stock support, maintenance and training support for legacy systems.  Work will be performed in Afghanistan (80 percent) and Orlando, Fla. (20 percent), and is expected to be completed by July 2014.  Fiscal 2013 Operations and Maintenance Funds in the amount of $14,623,204 will be obligated at the time of award, and will expire Sept. 30, 2013.  This contract was competitively procured via Federal Business Opportunities, with two offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Rite Solutions Inc.*, Pawcatuck, Conn., is being awarded a $14,589,640 modification to a previously awarded cost-plus-fixed fee contract (N00024-10-C-6258) for engineering services to apply unique human systems integration processes leading to command decision modules and supporting infrastructures, command and control center configurations, and other technical support work associated with Navy submarines, surface and air platforms.  This effort is the result of Small Business Innovative Research Topic N05-149 – Combat Systems of the Future.  Work will be performed in Middletown, R.I., and is expected to be completed by May 2014.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $283,500 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Defense Logistics Agency

Northrop Grumman Systems Corp., Bethpage, N.Y., has been awarded a maximum $40,278,672 firm-fixed-price, sole-source contract.  The contract is for procurement of outer wing panels.  Location of performance is New York, with a Jan. 31, 2017 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPM4AX-12-D-9401-THA4).

GE Aviation, Lynn, Mass., has been awarded a maximum $6,896,800 firm-fixed-price, sole-source contract.  The contract is for combustion chamber liners.  Location of performance is Massachusetts, with a December 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2015 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (FA8122-09-G-0001-THEJ).

Air Force

Deloitte Consulting LLP, McLean, Va., has been awarded a maximum $23,000,000 single award, indefinite-delivery/indefinite-quantity contract (FA8734-13-D-0001; FA8734-13-D-0001 0001; FA8734-13-D-0001 0002).  Individual task orders will specify contract type(s) to be utilized at time of order.  The contract types at the task order level will provide support for requirements analysis, design, development, testing, fielding, sustainment, and Tier 3 (developmental and operational) support for a library of web services to support the AF/A1 human resources information technology portfolio.  This contract was solicited electronically, and six bids were received.  Because this is an IDIQ contract, location is not known at this time and will be cited on individual task orders.  Generally, work will be performed at Air Force facilities or at contractor facilities on software programs owned by the Air Force.  Work is expected to be completed by July 14, 2018.  Fiscal 2012 Research and Development, Test and Evaluation funds in the amount of $1,029,000 are being obligated at time of award.  Air Force Life Cycle Management Center/HIBK, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

U.S. Transportation Command

Software AG Government Solutions Inc., Reston, Va., was awarded a $10,274,000 firm-fixed-price contract for software AG Flex Perpetual licenses and maintenance support.  This contract provides for Flex Perpetual licenses and maintenance support for defense personal property system (DPS) and agile transportation for the 21st century (AT21) programs.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed July 14, 2017.  The maximum dollar value, including the base period and three option years, is $17,684,000.  Transportation Working Capital funds in the amount of $10,274,000 are being obligated at time of award.  This contract was a sole-source acquisition.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-13-M-D018).

*Small Business

 

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5088

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