49.7 F
Washington D.C.
Thursday, March 28, 2024

Department of Defense Contracts for Aug. 29, 2019

DEFENSE LOGISTICS AGENCY

Arthrex Inc., Naples, Florida, has been awarded a maximum $375,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog.  This is a five-year contract with no option periods.  This was a competitive acquisition with 89 responses received; 21 contracts have been awarded to date.  Using customers are Army, Navy, Air Force, Marines and other federal organizations.  Location of performance is Florida, with a Sept. 1, 2024, performance completion date.  Type of appropriation is fiscal 2019 through 2024 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0014).

Meggitt Defense Systems Inc., Irvine, California, has been awarded a maximum $22,189,186 firm-fixed-price contract for magazine assemblies for the Apache AH-64.  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-time procurement contract, which includes a quantity option which was exercised at time of award.  Location of performance is California, with an April 15, 2021, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Warren, Michigan (SPRDL1-19-C-0250).

ARMY

Warbud SA SKE Support Services GMBH MATO, Warszawa, Poland (W912GB-19-D-0056); Bryan 77 Construction JV, Colorado Springs, Colorado (W912GB-19-D-0058); BBGS SP ZOO, Warszawa, Poland (W912GB-19-D-0057); Wolff & Mueller Government Services GMBH, Stuttgart, Germany (W912GB-19-D-0059); Oxford Federal Doraco Construction JV, Castle Rock, Colorado (W912GB-19-D-0060); and Zafer Taahhut Insaat Ve Ticaret Anonim, Ankara, Turkey (W912GB-19-D-0061), will compete for each order of the $249,950,000 firm-fixed-price contract for design-build and design-bid-build for real property repair, maintenance and construction services throughout the Republic of Poland.  Bids were solicited via the internet with 15 received.  Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024.  U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

S.J. Amoroso Construction Co. Inc., Redwood City, California, was awarded a $143,594,000 firm-fixed-price contract for Department of Veteran’s Affairs Palo Alto Healthcare System construction.  Bids were solicited via the internet with two received.  Work will be performed in French Camp, California, with an estimated completion date of April 20, 2022.  Fiscal 2016 civil construction funds in the amount of $143,594,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0013).

Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $97,762,528 cost-plus-fixed-fee contract for test support services.  One bid was solicited with one bid received.  Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2020.  U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-15-D-0018).

Battistella SPA, Pordenone, Italy (W912GB-19-D-0045); BB Government Services SRL, Vicenza, Italy (W912GB-19-D-0046); Environmental Chemical Corp. Italy, Limena, Italy (W912GB-19-D-0047); Eiffage Infraestructuras SA, Sevilla, Spain (W912GB-19-D-0048); JV SKE ITALY 2012, Vicenza, Italy (W912GB-19-D-0049); Tiber River Construction LLC, McLean, Virginia (W912GB-19-D-0050); and Consorzio WMC, Campolongo Maggiore, Italy (W912GB-19-D-0051), will compete for each order of the $49,950,000 firm-fixed-price contract for design-build and design-bid-build services.  Bids were solicited via the internet with 12 received.  Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024.  U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

Semper Tek Inc.,* Lexington, Kentucky, was awarded a $49,000,000 firm-fixed-price contract for construction services.  Bids were solicited via the internet with 13 received.  Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024.  U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-4002).

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $40,333,758 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for software development, updates, and improvements to include development, engineering, and technical support.  One bid was solicited with one bid received.  Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2024.  U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0022).

Lockheed Martin Global Inc., Orlando, Florida, was awarded a $25,165,589 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for procurement of Armor Corps Advanced Gunnery Training systems and contractor logistics support.  One bid was solicited with one bid received.  Work will be performed in Orlando, Florida; and Tabuk, Saudi Arabia, with an estimated completion date of Oct. 31, 2022.  Fiscal 2017 funds in the amount of $25,165,589 were obligated at the time of the award.  U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0052).

MW Builders Inc., Pflugerville, Texas, was awarded a $23,477,000 firm-fixed-price contract for barracks renovation and modernization.  Bids were solicited via the internet with three received.  Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 28, 2020.  Fiscal 2010 military construction funds in the amount of $23,477,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4012).

MEB General Contractors Inc., Chesapeake, Virginia, was awarded a $20,557,000 firm-fixed-price contract for a truck fueling system.  Bids were solicited via the internet with four received.  Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Feb. 19, 2021.  Fiscal 2017 and 2018 military construction funds in the amount of $20,557,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3009).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $19,027,802 modification (P00086) to contract W56HZV-17-C-0067 P00086 for Abrams systems technical support.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Aug. 28, 2020. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; and procurement of weapons and tracked combat vehicles, Army funds in the amount of $19,027,802 were obligated at the time of the award.  U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

PRIDE Industries, Roseville, California, was awarded a $17,421,355 modification (P00015) to contract W9124G-18-C-0005 for base operation support.  Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Aug. 31, 2023.  Fiscal 2019 operations and maintenance, Army funds in the amount of $2,877,369 were obligated at the time of the award.  U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity.

Meridian Engineering Co., Tucson, Arizona, was awarded a $16,950,000 firm-fixed-price contract for Homeland Security Border Patrol facilities and tactical infrastructure.  Bids were solicited via the internet with five received.  Work will be performed in Sales, Arizona, with an estimated completion date of July 7, 2020.  Fiscal 2019 civil construction funds in the amount of $16,950,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0031).

Cerebral,* Des Moines, Iowa (W91243-19-D-0001); Ironhide Construction Inc.,* Lincoln, Nebraska (W91243-19-D-0002); Kingery Construction Co.,* Lincoln, Nebraska (W91243-19-D-0003); L&J Building Co. LLC,* Kansas City, Missouri (W91243-19-D-0004); K&S LLC,* Souix City, Iowa (W91243-19-D-0005); Nemaha Landscape Construction,* Lincoln, Nebraska (W91243-19-D-0006); Pro-Mark Services Inc.,* West Fargo, North Dakota (W91243-19-D-0007); RGC Constructors Inc.,* Omaha, Nebraska (W91243-19-D-0008); and Venus Unlimited LLC,* Waverly, Nebraska (W91243-19-D-0009), will compete for each order of the $15,000,000 firm-fixed-price contract for construction projects in support of the National Guard.  Bids were solicited via the internet with 13 received.  Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024.  U.S. Property and Fiscal Officer Nebraska, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $14,746,801 modification (P00033) to contract W58RGZ-16-C-0023 for the remanufacture of Longbow Crew trainers and spares.  Work will be performed in Mesa, Arizona, with an estimated completion date of March 30, 2025.  Fiscal 2017 aircraft procurement, Army funds in the amount of $14,746,801 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Southeast Asia Systems Co., Andover, Massachusetts, was awarded a $10,843,249 modification (P00019) to Foreign Military Sales (Kuwait) contract W31P4Q-16-C-0022 for technical assistance, planning, training, maintenance and sustainment of the Kuwait Phased Array Tracking Radar to Intercept on Target (PATRIOT) missile weapon systems, associated PATRIOT equipment, and PATRIOT logistics support elements.  One bid were solicited with one bid received.  Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 31, 2020.  Fiscal 2019 other funds in the combined amount of $10,843,249 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Kokosing Construction Co./O’Brien & Gere JV, Fredericktown, Ohio, was awarded a $10,268,652 firm-fixed price contract for construction management services that include extensive water treatment management services and dredging material disposal.  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 Sept. 30, 2020.  U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-16-D-0004).

Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $9,306,511 modification (P00010) to contract W31P4Q-19-C-0044 for field service representatives to deploy, operate, and sustain Sentinel Radars.  Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2020.  Fiscal 2019 other procurement, Army funds in the amount of $9,306,511 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

CORRECTION:  A $38,441,877 contract award to Diversified Technical Systems Inc., Seal Beach, California (W900KK-19-D-0011), was announced Aug. 28, 2019, with an incorrect estimated completion date. The correct estimated completion date is Aug. 27, 2024.  All other information in the announcement is correct.

DEFENSE INFORMATION SYSTEMS AGENCY

Oracle America Inc., Redwood Shores, California, is awarded a competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Integrated Processor Capacity Services – SPARC Compatible (IPCS-SC).  The contract ceiling is $137,837,975.  The period of performance (PoP) consists of a five-year base period and five one-year option periods, for a total contract life cycle of ten years.  The PoP for the base period is Sept. 3, 2019, through Sept. 2, 2024, and the option years follow consecutively through Sept. 2, 2029.  Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA or DISA-approved locations where DISA assumes an operational responsibility for support of mission partner service requirements.  Solicitation HC1084-18-R-0010 was posted on the internet as competitive action and one proposal was received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Stanley Consultants Inc., Muscatine, Iowa, is awarded a maximum amount $95,000,000 indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for industrial type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa and Southwest Asia (EURAFSWA) area of responsibility and also worldwide.  No task orders are being issued at this time.  Work will be performed at locations worldwide.  The term of the contract is not to exceed 60 months with an expected completion date of August 2024.  Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5014).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $68,883,048 for modification P00008 to previously awarded fixed-price-incentive-firm target contract (N00019-18-C-1037).  This modification is for non-recurring engineering and obsolescence management to support delivery of 24 E-2D Advanced Hawkeye full-rate production Lot 7 – 11 aircraft.  Work will be performed in Melbourne, Florida (33%); Syracuse, New York (19%); St. Augustine, Florida (6%); Falls Church, Virginia (6%); Beavercreek, Ohio (6%); El Segundo, California (5%); Woodland Hills, California (3%); Indianapolis, Indiana (3%); Menlo Park, California (3%); Edgewood, New York (3%); Pomezia, Italy (2%); and Ronkonkima, New York (2%), Aire-Sur-L’Adour, France (2%); Grand Rapids, Michigan (1%); Irvine, California (1%); Independence, Ohio (1%); New Port Richey, Florida (1%); and various locations within the continental U.S. (3%).  Work is expected to be completed no later than January 2023.  Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $68,883,048 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.

L3 Electronic Devices Inc., Williamsport, Pennsylvania, is awarded a $33,082,096 five-year, indefinite-delivery/indefinite-quantity contract with both firm-fixed-priced and cost-plus-fixed-fee line items for the production, repair and engineering services of the Aegis Cross Field Amplifiers.  The Cross Field Amplifiers are microwave tubes installed in the AN/SPY-1 radar system used on board the DDG51 Class AEGIS destroyers and CG 52 Class AEGIS cruisers.  The AN/SPY-1 radar is an air/surface search and tracking system and is used for ballistic missile defense requirements.  Work will be performed in Williamsport, Pennsylvania, and is expected to be complete by August 2024.  Fiscal 2019 and 2018 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $2,165,183 will be obligated at time of award and funding in the amount of $728,847 will expire at the end of the current fiscal year.  This is a restricted competition procurement in accordance with Federal Acquisition Regulation 6.302-1 – only one responsible source or a limited number of responsible sources.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP70).

Communications and Power Industries, Beverly, Massachusetts, is awarded a $30,938,890 five-year, indefinite-delivery/indefinite-quantity contract with both firm-fixed-priced and cost-plus-fixed-fee line items for the production, repair and engineering services of the Aegis Cross Field Amplifiers (CFA).  The CFAs are used in the AN/SPY-1B/D/D(V) radar.  The CFAs are microwave tubes installed in the AN/SPY-1 radar system used on board the DDG51 Class AEGIS Destroyers and CG 52 Class AEGIS Cruisers.  The AN/SPY-1 radar is an air/surface search and tracking system and is used for ballistic missile defense requirements.  Work will be performed in Beverly, Massachusetts, and is expected to be completed by August 2024.  Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,029,440 is being obligated at time of award and funding in the amount of $679,728 will expire at the end of the current fiscal year.  This contract is a restricted competition procurement in accordance with Federal Acquisition Regulation 6.302-1 – only one responsible source or a limited number of responsible sources.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP27).

CH2M—Burns & McDonnell JV, Englewood, Colorado, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural design and engineering services for air operations and to support facility modernization located throughout the Naval Facilities Engineering Command area of responsibility worldwide.  The work to be performed provides for architectural design and engineering services for air operations and support facilities predominantly for sustainment, restoration, and modernization projects, but also including military construction projects and airfield assessments.  Work will be performed worldwide.  The term of the contract is not to exceed 60 months with an expected completion date of August 2024.  Navy working capital funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by the Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5023).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $14,092,012 modification for the cost-plus-fixed-fee portion of a previously awarded contract (M67854-16-C-0211) for software release and advanced emplacement displacement simultaneous motion component required to support ongoing Ground/Air Task Oriented Radar Gallium Nitride efforts in support of Program Executive Officer Land Systems, Quantico, Virginia.  Work will be performed in Linthicum Heights, Maryland (66%); and East Syracuse, New York (34%), and is expected to be completed by Sept. 28, 2020.  Fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $4,455,332 will be obligated at the time of award and will not expire at the end of the current fiscal year.  Fiscal 2018 research, development, test and evaluation (Marine Corps) funds in the amount of $228,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  The contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one proposal solicited and one proposal received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0211).

Provengo LLC, * Merrick, New York, is awarded a $13,702,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots.  Work will be performed in Merrick, New York, and is expected to be complete by August 2024.  Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $19,575 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1604).

Bahfed Corp.,* Portland, Oregon (N68936-19-D-0042); Laguna Components Inc.,* Laguna Beach, California (N68936-19-D-0043); Centeva LLC,* South Jordan, Utah (N68936-19-D-0044); and Unistar-Sparco Computers, Millington, Tennessee (N68936-19-D-0045), are each awarded indefinite-delivery/indefinite-quantity contracts.  These contracts provide various types of commercially available digital information technology and services in support of the Naval Air Warfare Center Weapons Division, China Lake’s Energetics Department (Code 470000D).  The estimated cumulative aggregate ceiling for all contracts is $11,500,000 with the companies having an opportunity to compete for individual orders under the individual functional areas for which they competed.  Work will be performed at various contractor facilities within the continental U.S., and is expected to be completed in August 2024.  No funds are being 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 small business set-aside, with a total of nine offers received.  The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity.

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, is awarded an $11,104,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots.  Work will be performed in Virginia Beach, Virginia, and is expected to be complete by August 2024.  Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $15,860 will be obligated on the first delivery order immediately following contract award, and funds will expire the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1538).

IAP World Services Inc., Cape Canaveral, Florida, is awarded a $10,950,782 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station, Patuxent River, Maryland.  The work to be performed provides for management and administration, air operations, supply, facilities support (to include facility management, facility investment, integrated solid waste management, swimming pools, special events), utilities (to include utility management, wastewater, water) and environmental.  The maximum dollar value, including the base period and two option periods, is $20,879,122.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by June 2020.  No funds will be obligated at time of award.  Fiscal 2019 operation and maintenance (Navy) contract funds for $7,357,718 for recurring work will be obligated on individual task orders issued during the base period of the contract extension.  Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-14-D-0302).

The Boeing Co., Seattle, Washington, is awarded $10,926,195 for cost-plus-fixed-fee delivery order N00019-19-F-2496 against a previously issued basic ordering agreement (N00019-16-G-0001).  This order provides for Tactical Open Mission Software Airborne Weapons Simulator (AWS) software capability for the P-8A to serve as a training tool for the combat aircrews.  Tasking will consist of the design, development, test and integration, configuration management, and all logistics support elements of the AWS software update.  Work will be performed in Puget Sound, Washington, and is expected to be completed in January 2022.  Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,926,195 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.

AT&T Government Solutions Inc., Vienna, Virginia, is awarded an $8,132,606 modification to a previously awarded firm-fixed-price contract (N66001-17-C-0295) to exercise Option Two for continuation of services and sustainment support of Navy Enterprise 911 Routing and Management Service.  This modification increases the estimated value of the contract from $13,845,920 to $21,978,526.  Work will be performed throughout the continental U.S.; Commander Navy Region, Hawaii; and Commander Joint Region, Marianas.  Work is expected to be completed Aug. 28, 2020.  Fiscal 2019 operation and maintenance (Navy) funds in the amount of $8,132,606 will be obligated funds at the time of award.  Funds will not expire at the end of the current fiscal year.  The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity.

Integrated Systems Development Corp.,* Glen Allen, Virginia, is awarded a $7,034,345, indefinite-delivery/indefinite-quantity contract for facility support services at Joint Base Anacostia-Bolling, Washington, District of Columbia.  The work to be performed provides for facility management, facility investment, fire protection, janitorial, pest control, ground maintenance, street sweeping and snow removal services.  The maximum dollar value including the base period, four option years and an option to extend services is $38,957,271.  Work will be performed in Washington, District of Columbia, and is expected to be completed by February 2025.  No funds will be obligated at time of award.  Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $2,461,675 for recurring work will be obligated on individual task orders issued during the base period.  This contract was competitively procured via the Federal Business Opportunities website with four proposals received.  Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-D-0303).

U.S. SPECIAL OPERATIONS COMMAND

General Atomics Aeronautical Systems Inc. (GA-ASI) of Poway, California. was awarded a maximum $78,000,000 indefinite-delivery/indefinite-quantity contract (H92403-18-D-0006) with firm-fixed-price and cost-plus-fixed-fee contract line items with potential maximum estimated values of $93,000,000 for the integration and testing support for the Medium Altitude Long Endurance Tactical (MALET) MQ-9 and MQ-1C Special Operations Forces Peculiar (SOF-p) modifications; procurement of GA-ASI developed and produced aircraft modification kits; and analysis and studies to inform government decision on potential future MALET MQ-9 and MQ-1C SOF-p modifications.  Fiscal 2019 research, development, test and evaluation; procurement; or operation and maintenance funding may be used depending on the requirement.  The ordering period for this contract is valid for five years.  The majority of work will be performed in Poway and is expected to be completed by September 2023.  This contract was awarded in accordance with Federal Acquisition Regulation Authority 6.302-1, – only one responsible source and no other supplies or services will satisfy agency requirements.  U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity.

9Line LLC,* of Tampa, Florida, was awarded a $10,262,787 firm-fixed-price contract (H92222-19-C-0007) to provide non-clinical case management and advocate training support for wounded, ill and injured Special Operations Forces Recovering Service Members (RSMs).  The focus areas are in recovery care coordination, military adaptive sports, benevolence, career transition and operations as it relates to the U.S. Special Operations Command (USSOCOM) Warrior Care Program.  This contract also contains four unexercised options, which if exercised, would increase the cumulative contract value to $59,029,287.  Fiscal 2020 operations and maintenance funds will be used for funding of the base year subject to the availability of funds.  The work will be performed in 20 locations throughout the U.S. and overseas, and if all options are exercised, will continue through fiscal 2024.  This contract was awarded competitively as a service-disabled, veteran-owned, small business set aside with seven proposals received.  U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity.

AIR FORCE

Honeywell International Inc. Aerospace, Phoenix, Arizona, has been awarded a $23,522,971 firm-fixed-price contract for the repair and upgrade of the C-5M Super Galaxy’s Versatile Integrated Avionics/Avionics Integrated Units (VIA/AIU) repair and upgrade.  This contract provides for the repair and upgrade of the existing 903 and 904 configuration VIA/AIUs to the 905 configuration.  The C-5M VIA/AIU repair and upgrade effort is a key component to the overall core mission computer/weather radar aircraft modification/installation kit.  Work will be performed at Phoenix, Arizona, and is expected to be completed by July 5, 2022.  This award is the result of a sole-source acquisition.  Fiscal 2018 and 2019 aircraft procurement funds for a total amount of $17,107,578 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-19-F-6803).

Northrup Grumman, Herndon, Virginia, has been awarded a $19,077,364 cost-plus-fixed-fee task order for Product Data Management and Migration Support Services.  This contract provides for all labor, supplies and technical support services necessary to operate and maintain Robins Air Force Base product data hardware and software; to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, processes, and products within the product data environment; and to support data improvement, cleansing and migration efforts necessary to prepare data for transition into modernized and/or U.S. Air Force (USAF) enterprise‐level systems, such as the Enhanced Technical Information Management System, the Technical Order Authoring and Publishing initiative, solutions resulting from the USAF Product Lifecycle Management Initiative and other system solutions which may result from system and data center consolidation activities.  Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by Sept. 9, 2020.  This award is the result of a sole-source acquisition.  Fiscal 2019 operations and maintenance funds in the amount of $19,077,364.00 are being obligated at the time of award.  The Air Force Sustainment Center ‐ Robins Operational Maintenance Contracting, Warner Robins, Georgia, is the contracting activity (FA8501‐19‐F‐A060).

DEFENSE HEALTH AGENCY

Pohaku Pacific LLC,* Honolulu, Hawaii, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract with a maximum of $21,830,133.  HT0038-19-D-0001 provides program management, enterprise sustainment and license maintenance of the Joint Legacy Viewer (JLV) software.  This effort has an eight-month base period of performance with one 24-month optional ordering period, and one 22-month optional ordering period.  The estimated completion date is March 31, 2024.  Work location is task order dependent but primarily will occur at Honolulu, Hawaii.  The base task order will be funded by fiscal 2019 operations and maintenance funds.  This contract was non-competitively solicited.  The contracting activity is the Defense Health Agency, Falls Church, Virginia.

Booz Allen Hamilton, McLean, Virginia, was awarded a $12,464,707 firm-fixed-price contract modification exercising Option Period Three on previously awarded task order HT0011-16-F-0011 for integrated professional services across the Military Health System (MHS).  The underlying task order provides professional services to support acceleration of the transformation of the MHS to be a High Reliability Organization.  Fiscal 2019 operations and maintenance funds in the amount of $12,464,707 are being obligated, increasing the overall value of the task order to $52,483,548.  The total potential value of the task order, if all options are exercised, is $64,215,727.  The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Aug. 21, 2019)

*Small Business

Department of Defense Contracts for Aug. 29, 2019 Homeland Security Today
Homeland Security Today
The Government Technology & Services Coalition's Homeland Security Today (HSToday) is the premier news and information resource for the homeland security community, dedicated to elevating the discussions and insights that can support a safe and secure nation. A non-profit magazine and media platform, HSToday provides readers with the whole story, placing facts and comments in context to inform debate and drive realistic solutions to some of the nation’s most vexing security challenges.
Homeland Security Today
Homeland Security Todayhttp://www.hstoday.us
The Government Technology & Services Coalition's Homeland Security Today (HSToday) is the premier news and information resource for the homeland security community, dedicated to elevating the discussions and insights that can support a safe and secure nation. A non-profit magazine and media platform, HSToday provides readers with the whole story, placing facts and comments in context to inform debate and drive realistic solutions to some of the nation’s most vexing security challenges.

Related Articles

- Advertisement -

Latest Articles