Contracts

Contracts For Oct. 30, 2019


ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $162,403,915 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure small multipurpose equipment transport systems; support hardware including authorized stockage list kits and prescribed load list kits; and services for refurbishment, user training, field service representative, system technical support, program management support for pre-production meetings, and storage.  Four bids were solicited with four received.  Work locations and funding will be determined with each order, with an estimated completion date of Oct. 29, 2024.  U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0002).

The Boeing Co., Mesa, Arizona, was awarded a $62,294,566 modification (PZ0005) to contract W58RGZ-19-C-0024 for performance-based logistics support for the AH-64D/E Apache Attack helicopter.  Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2024.  Fiscal 2019 Army working capital funds in the amount of $62,294,566 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AGCM Inc.,* Corpus Christi, Texas (W912DY-20-D-0002); Alliance Consulting Group Inc.,* Alexandria, Virginia (W912DY-20-D-0003); PCS and MOCA JV LLC,* Decatur, Georgia (W912DY-20-D-0004); Professional Project Services Inc., Oak Ridge, Tennessee (W912DY-20-D-0005); Project Time and Cost LLC,  Atlanta, Georgia (W912DY-20-D-0006); and Michael Baker International Inc., Alexandria, Virginia (W912DY-20-D-0007), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineering services.  Bids were solicited via the internet with seven received.  Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024.  U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $69,247,177 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for up to 931,200 man hours of installation and certification technical support to the Combat Integration and Identification Systems Division, Naval Air Warfare Center, Aircraft Division (NAWCAD) Webster Outlying Field and Patuxent River in support of the Navy and the governments of Japan, South Korea and Australia.  Work will be performed in St. Inigoes, Maryland (80%); and Rockville, Maryland (20%), and is expected to be completed in April 2025.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  This contract was competitively procured via an electronic request for proposals; one offer was received.  The NAWCAD, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0003).

Aircraft Readiness Alliance LLC,* Anchorage, Alaska, is awarded a $55,170,944 modification (P00012) to a previously awarded cost-plus-fixed-fee contract (N68936-17-C-0081).  This modification exercises an option to provide depot level maintenance services in support of the Fleet Readiness Center Southwest mission.  Work will be performed in San Diego, California (79.5%); Lemoore, California (8.5%) Camp Pendleton, California (3.4%); Yuma, Arizona (2.4%); Miramar, California (2.2%); Whidbey Island, Washington (1.7%); Kaneohe Bay, Hawaii (1%); Nellis, Nevada (1%); and Fallon, Nevada (0.3%), and is expected to be completed in October 2020.  Fiscal 2020 working capital (Navy) funds in the amount of $19,062,893 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity.

AUSTAL USA LLC, Mobile, Alabama, is awarded a $21,529,121 cost-plus-fixed-fee task order N69316-20-F-4000 against a previously awarded basic ordering agreement N00024-19-G-2318 to accomplish advance planning, material procurement and work in support of the post shakedown availability (PSA) of the littoral combat ship USS Charleston (LCS 18).  This effort encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the USS Charleston (LCS 18) PSA.  The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract.  Work will be performed in Seattle, Washington, and is expected to be completed by September 2020.  Fiscal 2020 operation and maintenance (Navy); fiscal 2014 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $14,700,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Funding: fiscal 2020 operation and maintenance, Navy (75%); fiscal 2014 shipbuilding and conversion (20%); and fiscal 2019 other procurement, Navy (5%).  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements.  The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $17,630,211 modification (05) to a cost-plus-fixed-fee delivery order (N00019-17-F-2017) against a previously issued basic ordering agreement (N00019-16-G-0001).  This modification exercises an option to perform 27 modifications in support of the Increment 3 Block 1 retrofit requirement for P-8A aircraft for the Navy and the government of Australia.  Work will be performed in Seattle, Washington (64.9%); Edinburgh, Australia (33.8%); and Meza, Arizona (1.3%), and is expected to be completed in September 2021.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,362,276; and cooperative engagement agreement funds in the amount of $6,267,935 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, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $10,571,178 modification (P00015) to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0040).  This modification provides for the development and delivery of an enhanced simulator database and project management support for the F-35 aircraft in support of the government of Japan.  Work will be performed in Orlando, Florida (70%); and Fort Worth, Texas (30%), and is expected to be completed in July 2021.  Foreign Military Sales funds in the amount of $10,311,534 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, Maryland is the contracting activity.

DEFENSE LOGISTICS AGENCY

Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $35,266,682 firm-fixed-price contract for transmissions.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a one-year base contract with one, one-year option period being awarded at the time of award.  Location of performance is Indiana, with a March 31, 2022, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 Army working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-C-0023).

Alliant Healthcare, Grand Rapids, Michigan, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies.  This was a competitive acquisition with 16 responses received.  This is a five-year contract with no options.  Location of performance is Michigan, with an Oct. 29, 2024, performance completion date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2019 through 2024 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0004).

Propper International, Cabo Rojo, Puerto Rico, has been awarded a maximum $13,099,478 firm-fixed-price, indefinite-quantity contract for Improved Combat Vehicle Crewmen's coveralls with the operational camouflage pattern.  This is a one-year base contract with four one-year option periods.  This was a competitive acquisition with two responses received.  Location of performance is Puerto Rico, with an Oct. 29, 2020, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1205).

AIR FORCE

Lockheed Martin Co., Space Systems Co., King of Prussia, Pennsylvania, has been awarded a $7,325,831 contract modification (P00031) to previously awarded contract FA8823-17-C-0003 for the AN/UMQ-13 Meteorological Data Station MARK IV-B System sustainment.  The MARK IV-B is a web enabled client-server system that receives, processes, disseminates and stores real time imagery and mission sensor data from polar orbiting and geostationary satellites.  Data from multiple satellites can be processed simultaneously.  Using approved network protocols the system disseminates environmental imagery and sensor data to internal/external modeling systems and provides stored environmental imagery and sensor data to forecaster users.  The MARK IV-B Forecaster client software is fully interrogatable and enables weather personnel to manipulate and transform environmental data.  The MARK IV-B provides both automatic and semiautomatic dissemination of products to other approved external systems.  Work will be performed at King of Prussia, Pennsylvania, and is expected to be completed by Oct. 31, 2020.  The total cumulative face value is $27,313,202.  Fiscal 2020 operations and maintenance funds in the amount of $3,438,207; and spectrum relocation funds in the amount of $644,391 are being obligated at the time of option award.  The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

*Small Business