CONTRACTS
DEFENSE LOGISTICS AGENCY
CFM
International Inc., Cincinnati, Ohio, has been awarded an estimated $1,969,320,231
fixed-price with economic-price-adjustment, requirements contract for F108
replenishment spare parts. This was a sole-source acquisition using
justification 10 U.S. Code 2304 (c)(1). This is a nine-month base contract with
a four-year and a three-year option period. The maximum dollar amount is for
the life of the contract. Locations of performance are Ohio and France, with an
Oct. 31, 2024, performance completion date. Using military services are Air
Force and Navy. Type of appropriation is fiscal 2017 through 2025 defense
working capital funds. The contracting activity is the Defense Logistics Agency
Aviation, Richmond, Virginia (SPE4AX-17-D-9403).
KPMG
LLP, Washington, District of Columbia (SP4703-17-A-0001) $60,627,373; and St.
Michaels Inc.,** Woodbridge, Virginia (SP4703-17-A-0002) $32,645,509, have each
been awarded a firm-fixed-price, blanket purchase agreement totaling an
estimated $93,272,882 for financial stewardship improvement and sustainment
support services. These are one-year base blanket purchase agreements with four
one-year option periods. The total dollar amounts listed are for the life of
the agreements. This was a competitive acquisition with two responses received.
Locations of performance are Washington, District of Columbia; and Virginia,
with a Jan. 31, 2022, performance completion date. Using customer is Defense
Logistics Agency. Type of appropriation is fiscal 2017 through 2022 defense
working capital funds; and various other funding. The contracting activity is
the Defense Logistics Agency Contracting Services Office, Richmond, Virginia.
SHI
International Corp., Somerset, New Jersey, has been awarded a $13,657,127
modification (P00001) exercising the first one-year option of a one-year base
contract (SP4701-17-F-0023) with three one-year option periods for Microsoft
software assurance and license subscription services. The modification brings
the total cumulative face value of the contract to $14,795,443 from $1,138,316.
This is a firm-fixed-price contract. Locations of performance are Defense
Logistics Agency locations inside and outside the continental U.S. with a Jan.
31, 2018, performance completion date. Type of appropriation is fiscal 2017
operations and maintenance funds. The contracting activity is the Defense Logistics
Agency Contracting Services Office, Philadelphia, Pennsylvania.
Accent
Controls Inc.,* Riverside, Missouri, has been awarded a maximum $8,140,315
modification (P00026) exercising the second one-year option period of a
one-year base contract (SP3300-15-C-5004) with four one-year option periods for
warehousing and distribution support services. This is a fixed-price incentive,
firm target contract with cost reimbursement line items. Locations of
performance are Missouri and North Carolina, with a Jan. 31, 2018, performance
completion date. Using customer is Defense Logistics Agency. Type of
appropriation is fiscal 2017 defense working capital funds. The contracting
activity is the Defense Logistics Agency Distribution, New Cumberland,
Pennsylvania.
AIR FORCE
Boeing
Aerospace - Operations, Defense, Space & Security, Oklahoma City, Oklahoma,
has been awarded a $983,000,000 indefinite-delivery/indefinite-quantity
contract for engineering support services. Contractor will provide engineering
services and support for recurring and non-recurring activities relating to the
VC-25, E-4B, C-32A, C-40B/C, E-8C, and NT-43 aircraft. This includes analysis
and technical instructions needed to overcome maintenance issues; non-recurring
engineering needed to implement retrofit changes to the aircraft to correct
deficiencies, overcome obsolescence and to introduce product enhancements. Work
will be predominantly performed at Oklahoma City, Oklahoma, and is expected to
be complete by Jan. 31, 2027. This award is the result of a sole-source
acquisition. Fiscal 2017 operations and maintenance funds in the amount of
$61,843,563 are being obligated for the first task order at the time of award.
Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the
contracting activity (FA8106-17-D-0002).
Northrop
Grumman Systems Corp. - Aerospace Systems, Palmdale, California, has been
awarded a $35,815,100 modification (P00395) to previously awarded contract
F33657-00-L-2054 to construct a new 45,900 square foot coatings facility at Air
Force Plant 42. Work will be performed at Palmdale, California, with an
expected completion date of Dec. 25, 2019. No funds are being obligated at time
of award. The Air Force Life Cycle Management Center, Wright Patterson Air
Force Base, Ohio, is the contracting activity.
Harris
Corp. - Space and Intelligence Systems, Palm Bay, Florida, has been awarded a $16,162,597
modification (P00244) to exercise an option on previously awarded contract
FA8819-08-C-0001 for Space Control Depot support. Contractor support includes
depot and sustainment engineering; repairable and disposable item management;
stock, storage and issuance of spares; hardware and software maintenance
including repairs. Work will be performed at Palm Bay, Florida, and is expected
to be complete by Jan. 31, 2018. Fiscal 2017 operations and maintenance funds
in the amount of $16,162,595 are being obligated at the time of award. Air
Force Space and Missile Systems Center, Los Angeles Air Force Base, California,
is the contracting activity.
Alpha-Omega
Change Engineering Inc.,* Williamsburg, Virginia, has been awarded an
$8,290,188 firm-fixed-price contract for F-15E, F-16 and F-22A aircrew training
and courseware development. Contractor will provide all personnel, equipment,
tools, materials, supervision, and all other items and services that are
required to perform F-15E, F-16, F-22A contract aircrew training courseware development
to include instrument refresher course instruction, distributed mission operations
and distributed mission training. Work will be performed at Seymour Johnson Air
Force Base, North Carolina; Shaw AFB, South Carolina; Langley AFB, Virginia;
Hill AFB, Utah; Mt. Home AFB, Idaho; and Nellis AFB, Nevada, and is expected to
be complete by March 31, 2022. This award is the result of a competitive
acquisition with seven offer received. Fiscal 2017 operations and maintenance
funds in the amount of $8,290,188 are being obligated at the time of award.
Acquisition Management and Integration Center, Joint Base Langley-Eustis,
Virginia, is the contracting activity (FA4890-17-C-0006).
Lockheed
Martin Corp. - Rotary and Mission Systems, Manassas, Virginia, has been awarded
a $7,702,239 cost-plus-fixed fee contract for contractor logistics support for
the Iraq integrated air defense system. Work will be performed at Manassas,
Virginia, and is expected to be complete by Jan. 31, 2018. This contract is 100
percent foreign military sales to Iraq. Air Force Life Cycle Management Center,
Hanscom Air Force Base, Massachusetts, is the contracting activity
(FA8730-17-C-0008).
Lockheed
Martin Aeronautics Co., Marietta, Georgia, has been awarded a not-to-exceed
$7,568,460 undefinitized contract action for the Saudi Arabian C-130J spares
and support elements program. Contractor will provide contract maintenance,
logistics support, repair of repairables, consumable replenishment spares,
integrated logistics support and engineering technical support. Work will be
performed at Royal Saudi Air Force Base, Saudi Arabia; and Marietta, Georgia,
and is expected to be complete by Jan. 31, 2018. This contract is 100 percent
foreign military sales to Saudi Arabia. This award is the result of a
sole-source acquisition. Air Force Life Cycle Management Center,
Wright-Patterson Air Force Base, Ohio, is the contracting activity
(FA8625-16-D-6458).
Lockheed
Martin Corp., Marietta, Georgia, has been awarded a $7,262,572 modification
(P00011) to exercise an option on previously awarded contract FA8553-14-D-0001
for C-130J long term sustainment. Contractor will provide common repair of
repairable requirements to Option III and adds Option IV to the contract. Work
will be performed in Norway, and is expected to be complete by Jan. 31, 2019.
This contract is 100 percent foreign military sales. Air Force Life Cycle
Management Center, Robins Air Force Base, Georgia, is the contracting
activity.
MISSILE DEFENSE AGENCY
Lockheed
Martin Corp., Sunnyvale, California, is being awarded a $345,580,000
modification (P00031) for an existing sole-source,
indefinite-delivery/indefinite-quantity contract (HQ0147-12-D-0001) for
Terminal High Altitude Area Defense element development and support
services. This modification brings the
total maximum ceiling value of this contract to $1,340,780,000 from $995,200,000. This modification provides for the exercise
of an option for additional incremental development, support to flight and
ground test programs, and responsive support to warfighter requirements to
sustain the Ballistic Missile Defense System throughout the acquisition life
cycle. Expected completion dates will be established under subsequent task
order awards. The work will be performed
at Sunnyvale, California; and Huntsville, Alabama. No funding is being obligated at the time of
award. The Missile Defense Agency, Huntsville, Alabama, is the contracting
activity.
NAVY
Andromeda Systems Inc.,* Virginia Beach, Virginia
(N00421-17-D-0022); Ausley Associates,* Lexington Park, Maryland
(N00421-17-D-0023); Avian LLC,* Lexington Park, Maryland (N00421-17-D-0024);
Aviation Management Analytical Consultants LLC,* Chesapeake, Virginia
(N00421-17-D-0025); Eagle Systems Inc.,* California, Maryland
(N00421-17-D-0026); Naval Systems, Inc.,* Lexington Park, Maryland
(N00421-17-D-0027); Sierra Management and Technologies Inc.,* California,
Maryland (N00421-17-D-0028); Synectic Solutions Inc.,* Oxnard, California
(N00421-17-D-0029); and VectorCSP LLC,* Elizabeth City, North Carolina
(N00421-17-D-0030), are each being awarded cost-plus-fixed-fee,
firm-fixed-price, cost-type indefinite-delivery/indefinite-quantity contracts
to provide integrated logistics product support, program management, and
logistics support services in acquisition and sustainment for the life cycle of
specified weapons systems, system of systems, its sub-systems, and support
equipment. These services are in support
of the Naval Air Systems Command’s Logistics Integration Department (AIR 6.6). The
estimated aggregate ceiling for all contracts is $249,875,555 with the companies having an opportunity to
compete for individual orders. Work will
be performed in Patuxent River, Maryland (85 percent); and various awardee’s
facility sites (15 percent) in Virginia
Beach, Virginia; Lexington Park, Maryland; Chesapeake, Virginia; California,
Maryland; Oxnard, California; and Elizabeth City, North Carolina, and is
expected to be completed in January 2022.
No funds will be obligated at time of award; funds will be obligated on
individual orders as they are issued. These contracts were competitively procured via
an electronic request for proposals as a 100 percent small business set-aside;
11 offers were received. The
Naval Air Warfare Center Aircraft, Patuxent River, Maryland, is the contracting
activity.
Civil Works Contracting LLC,* Wilmington, North Carolina
(N40085-17-D-8307); CMC Building Inc.,* Bolton, North Carolina
(N40085-17-D-8308); Garry Jacques,* Washington, District of Columbia
(N40085-17-D-8309); Mitchell Brothers Inc.,* Seabrook, South Carolina
(N40085-17-D-8310); and Rocky Hill Contracting Inc.,* Kenbridge, Virginia
(N40085-17-D-8311), are each being awarded an
indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build
construction contract for construction projects located within the Naval
Facilities Engineering Command (NAVFAC) Mid-Atlantic Marine Corps Integrated
Product Team (IPT) area of responsibility (AOR). The maximum dollar value including the base
period and four option years for all five contracts combined is $95,000,000. These five contractors may compete for task
orders under the terms and conditions of the awarded contract. The work to be performed provides for, but is
not limited to, new construction, renovation, alteration, demolition, and
repair work for industrial, warehouses, airfield, aircraft hangar, aircraft
traffic control, infrastructure, administrative, training, dormitory, recruit
barracks, mess facilities, assembly facilities, medical facilities and
community support facilities. The
contractor shall provide all labor, supervision, engineering, design,
materials, equipment, tools, parts, supplies, and transportation, to perform
all of the services described in the plans and specifications for each task
order. Civil Works Contracting LLC is
being awarded task order 0001 at $659,725 for the repair of Aircraft Recovery
Building 1039 at Marine Corps Air Station Beaufort, Beaufort, South
Carolina. Work for this task order is
expected to be completed by January 2018.
All work on this contract will be performed primarily within the NAVFAC
Mid-Atlantic Marine Corps IPT AOR which includes South Carolina (92 percent);
Georgia (3 percent); North Carolina (3 percent); and the remainder of the U.S.
(2 percent), with an expected completion date of January 2022. Fiscal 2017 operations and maintenance (Marine
Corps) contract funds in the amount of $679,725 are obligated on this award and
will expire at the end of the current fiscal year. Future task orders will be primarily funded
by operations and maintenance (Navy); and operations and maintenance (Marine
Corps). This contract was competitively
procured via the Navy Electronic Commerce Online website, with 18 proposals
received. The Naval Facilities Engineering
Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
HDR Engineering Inc., Honolulu, Hawaii, is being awarded a
maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for
architect-engineer services for various civil projects and other projects under
the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific area of
responsibility (AOR). No task orders are
being awarded at this time. Work will be performed at various Navy
and Marine Corps facilities and other government facilities within the NAVFAC
Pacific AOR including, but not limited to, Hawaii (80 percent); Guam (10
percent); and the Far East (10 percent), and is expected to be completed by
January 2022. Fiscal 2015 military
construction (planning and design) contract funds in the amount of $10,000 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 eight proposals
received. The Naval Facilities
Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the
contracting activity (N62742-17-D-0004).
Central Texas
College, Killeen, Texas, is being awarded
a $26,837,630 indefinite-delivery/indefinite-quantity contract, resulting from
solicitation N00189-17-R-Z009 that will include terms and conditions for the
placement of firm-fixed-price task orders to provide lower level vocational and
technical degree/certificate programs and education support services for the
Navy, Marine Corps, Army, Air Force, and Coast Guard in the U.S. Central
Command and in the U.S. Africa Command areas of responsibility. The contract
will include a 54-month ordering period. Work will be performed at various
downrange locations to include Afghanistan, Bahrain, Djibouti, Egypt (Sinai),
Jordan, Kuwait, Qatar, Saudi Arabia, and the United Arab Emirates. The contract
also allows for distance learning where the programs are conducted in a virtual
environment. The percentage of work being performed at each location
will be determined by task order requirements. The
ordering period of the contract is expected to be completed by July 2021. Fiscal
2017 operations and maintenance (Navy) funds in the amount of $286,679 will be
obligated at the time of award to fund the contract's minimum amount and funds
will expire at the end of the current fiscal year. One company was solicited
for this non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1)
and one offer was received. Naval Supply Systems Command Fleet Logistics Center
Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting
activity (N00189-17-D-Z017).
Huntington Ingalls
Inc., Newport News, Virginia, is being awarded a $25,506,823 cost-plus-fixed
fee modification to a previously awarded contract (N00024-16-C-2116) to
increase the existing level of effort and establish new requirements for
advance fabrication efforts in support of the fiscal 2018 detail design and
construction of the nuclear powered aircraft carrier USS Enterprise (CVN
80). Under this modification, Huntington
Ingalls Inc. will perform initial advance fabrication efforts for long lead
time material including: structural sub-components, component, sub-units and
pre-assemblies. Work will be performed in Newport News, Virginia, and is
expected to be completed by March 2018.
No funding will be obligated at the time of award. The Naval Sea Systems Command, Washington,
District of Columbia, is the contracting activity.
University of
Maryland University College, Hyattsville, Maryland, is being awarded a $16,236,452 indefinite-delivery
requirements contract, resulting from solicitation N00189-16-R-Z040; that will
include terms and conditions for the placement of firm-fixed-price task orders
to provide instructional undergraduate, graduate and post-graduate programs and
education support services for the U.S. Navy, Marine Corps, Army, Air Force,
and Coast Guard in the U.S. Central Command and in the U.S. Africa Command
areas of responsibility. The contract will include a 54-month ordering
period. Work will be performed at various
downrange locations to include Afghanistan, Bahrain, Djibouti, Egypt (Sinai),
Jordan, Kuwait, Qatar, Saudi Arabia, and the United Arab Emirates. The percentage of work being performed at
each location will be determined by task order requirements. The contract also allows for distance
learning where the programs are conducted in a virtual environment. The ordering period of the contract is
expected to be completed by July 2021. No funding will be obligated at the time
of award. Funding will be provided only
under task orders issued subsequent to the award of the contract, and funds
will not expire at the end of the current fiscal year. Face-to-face and distance learning courses
will be funded on a student-enrollment basis through the military agency's
Tuition Assistance program applicable to the student. One company was solicited for this
non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1) and one
offer was received. Naval Supply Systems
Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia,
Pennsylvania, is the contracting activity (N00189-17-D-Z015).
BAE
Systems Hawaii, Honolulu, Hawaii, is being awarded a $14,375,810 modification
to previously awarded contract N00024-14-C-4412 for scheduled selected repair availability
(SRA) for USS William P. Lawrence (DDG-110).
The scheduled SRA is the opportunity in the ship’s life cycle primarily
to conduct repair and alteration to systems.
This repair modification will include execution planning, repair and
alteration requirements f. A focal point
of the work is to repair and preserve the auxiliary machinery room number one
bilge. Work will be performed at Pearl
Harbor, Hawaii, and is expected to be completed by Sept. 22, 2017. Fiscal 2017 operations and maintenance (Navy)
funding in the amount of $13,604,677; fiscal 2017 other procurement (Navy)
funding in the amount of $709,130; and fiscal 2017 working capital funds in the
amount of $62,003 will be obligated at time of award. Funds in the amount of $13,604,677 will
expire at the end of the current fiscal year.
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl
Harbor, Hawaii, is the contracting activity.
TEC-AECOM
Pacific JV, Charlottesville, Virginia, is being awarded a $10,000,000 firm-fixed-price
modification to increase the maximum dollar value of an
indefinite-delivery/indefinite-quantity contract for architect-engineering
services for the preparation of National Environmental Policy Act documents and
environmental studies at various Navy and Marine Corps activities located
within the Pacific Basin and Indian Ocean areas. After award of this modification, the total
cumulative contract value will be $73,000,000.
Work will be performed predominantly in Guam (90 percent); and other
areas within the Naval Facilities Engineering Command (NAVFAC) Pacific area of
responsibility (AOR); and may include services for other Department of Defense
or federal agencies (10 percent), and is expected is to completed by February
2017. No funds will be obligated at time of award; funds will be obligated on
individual task orders as they are issued.
Task orders will be primarily funded by customer reimbursable
funds. The Naval Facilities
Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the
contracting activity (N62742-11-D-1801).
ARMY
Syracuse Research Corp., North Syracuse, New York, was
awarded a $65,000,000 cost-plus-fixed-fee contract for development, production,
integration, delivery, deployment, and sustainment of up to 15 sets of the low
slow small unmanned aerial system integrated defeat system, which is the
counter-unmanned aerial system solution required to meet the mission
requirements of the acceleration phase of the joint urgent operational need. Bids were solicited via the Internet with one
received. Work will be performed in North Syracuse, New York, with an estimated
completion date of Jan. 30, 2018. Fiscal
2017 operations and maintenance (Army) funds in the amount of $31,850,000 were
obligated at the time of the award. Army
Contracting Command, Redstone Arsenal, Alabama, is the contracting activity
(W31P4Q-17-C-0068).
L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was
awarded a $51,852,276 firm-fixed-price, foreign military sales contract
(Afghanistan, Iraq) for 21,589 M734A1 multi-option fuses that includes a first
article test, and 270,528 M783 point detonating delay fuses. Bids were solicited via the Internet with one
received. Work will be performed in Cincinnati, Ohio, with an estimated completion
date of Nov. 30, 2018. Fiscal 2015 and
2016 other procurement (Army) funds in the amount of $51,852,276 were obligated
at the time of the award. Army
Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity
(W15QKN-17-C-0024).
The Boeing Co., Mesa, Arizona, was awarded a $22,439,560
modification (P0059) to contract W58RGZ-14-G-0005 for a one-time, stand alone,
spares buy for 1,430 strap assembly, main rotor. Work will be performed in Mesa, Arizona, with
an estimated completion date of June 30, 2019.
Fiscal 2017 other funds in the amount of $22,439,560 were obligated at
the time of the award. Army Contracting
Command, Redstone Arsenal, Alabama, is the contracting activity.
Kiewit Infrastructure West Co., Fairfield, California, was
awarded a $19,295,546 firm-fixed-price contract for Natomas Basin Reach I
contract one levee improvement construction project. Bids were solicited via the Internet with three
received. Work will be performed in Sacramento, California, with an estimated
completion date of Aug. 1, 2018. Fiscal
2016 and 2017 other funds in the amount of $19,295,546 were obligated at the
time of the award. Army Corps of
Engineers, Sacramento, California, is the contracting activity (W91238-17-C-0002).
Raytheon Co., Andover, Maryland, was awarded a $17,108,599
cost-plus-fixed-fee contract for depot level diagnosis, clean up, repair,
modification, technical assistance and maintenance of PATRIOT missile system
major items. Bids were solicited via the
Internet with one received. Work will be performed in numerous locations with
an estimated completion date of Jan. 31, 2020.
Fiscal 2017 operations and maintenance (Army) funds in the amount of
$7,940,851 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal,
Alabama, is the contracting activity (W31P4Q-17-C-0003).
Simcon Corp.,* North Kansas City, Missouri, was awarded a
$7,995,741 firm-fixed-price contract for small business construction renovation
of Building 102. Bids were solicited via
the Internet with two received. Work will be performed at Fort Leavenworth,
Kansas, with an estimated completion date of Jan. 30, 2018. Fiscal 2016 operations and maintenance (Army)
funds in the amount of $7,995,741 were obligated at the time of the award. Army Corps of Engineers, Kansas City,
Missouri, is the contracting activity (W912DQ-17-C-4000).
ManTech Advanced Systems International Inc., Fairfax,
Virginia, was awarded a $7,600,000 cost-plus-award-fee contract for test and
engineering support services for the electronic proving ground. Bids were solicited via the Internet with one
received. Work will be performed at Fort Huachuca, Arizona, with an estimated
completion date of July 31, 2017. Fiscal
2017 research, development, test and evaluation funds in the amount of
$6,300,000 were obligated at the time of the award. Army Contracting Command, Fort Huachuca,
Arizona, is the contracting activity (W91RUS-17-C-0006).
* Small Business
**Service-disabled
veteran-owned small business