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

Department of Defense Contracts for July 31, 2019

ARMY

Medico Industries Inc.,* Wilkes Barre, Pennsylvania, was awarded an $891,165,000 fixed-price with economic-price-adjustment contract to manufacture and deliver 155mm M795 projectile metal parts and 120mm mortar shell bodies. 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 July 23, 2029. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0084).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $481,576,687 hybrid (cost-no-fee, cost-plus-incentive-fee and firm-fixed-price) contract for Common Infrared Countermeasure Quick Reaction Capability 3. 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 July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0110).

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded a $242,251,919 hybrid (cost-no-fee, cost-plus-fixed-fee and cost-plus-incentive-fee) contract for systems engineering, integration, logistics, and other technical support services for the OT-225 Advanced Threat Infrared Countermeasures System and the AN/AAR-57(V) Common Missile Warning System. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0102).

Medico Industries Inc.,* Wilkes Barre, Pennsylvania, was awarded a $214,864,648 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for property management of Scranton Army Ammunition Plant. 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 July 23, 2034. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0075).

Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $160,814,850 cost-plus-fixed-fee contract for engineering and technical services to support the Sentinel Radar. 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 July 31, 2019. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0030).

Raytheon Co., Indianapolis, Indiana, was awarded a $48,756,859 hybrid (cost-no-fee and cost-plus-fixed-fee) contract for Air Soldier System 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 July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0109).

L3 Technologies Inc., Muskegon, Michigan, was awarded a $36,031,861 modification (P00077) to contract W56HZV-15-C-0119 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of May 31, 2020. Fiscal 2018 procurement of weapons and tracked combat vehicles, Army funds in the amount of $36,031,861 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

HNTB Corp., Kansas City, Missouri, was awarded a $10,747,350 firm-fixed-price contract for engineering design services. One bid was solicited with one bid received. Work will be performed in Kansas City, Missouri, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 flood control and coastal emergencies, civil funds in the amount of $10,747,350 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-1009).

AIR FORCE

Lockheed Martin Corp., doing business as Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $799,955,939 firm-fixed-price incentive contract for F-16 aircraft production. This contract provides for the production and support of 14 Slovak Republic F-16 block 70 aircraft. Work will be performed at Greenville, South Carolina, and is expected to be completed by Jan. 31, 2024. This contract award involves 100% foreign military sales to the Slovak Republic. This award is the result of a Slovak Republic conducted competition. Foreign Military Sales funds in the amount of $799,955,939 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8615-19-C-6053).

Lockheed Martin Corp., doing business as Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $315,604,174 cost-plus-fixed-fee contract, for F-16 Contractor Logistics Support Phase IV. This contract provides the contractor logistics support and establish a training detachment at Balad Air Base, Iraq, for the government of lraq. Work will be performed at Balad Air Base, Iraq; and Greenville, South Carolina, and is expected to be complete by Dec. 31, 2022. This contract involves 100% foreign military sales to the country of Iraq. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $29,819,883 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8615-19-C-6051).

JE DUNN Construction Co., Kansas City, Missouri, has been awarded a $158,000,000 firm-fixed-price contract for repair of the Cadet Chapel at the Air Force Academy in Colorado Springs, Colorado. This contract provides for repairing the building envelope, protection of exposed facility interiors/artifacts, abatement/disposal of hazardous materials, cleaning/replicate/replace historical colored glass (dalles de verre), replacement of interior lighting and controls, and installment of new fire protection system and life safety upgrades. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Nov. 1, 2022. This award is the result of a competitive acquisition with one offer received. Fiscal 2019 operations and maintenance funds in the amount of $158,000,000 are being obligated at the time of award. The Air Force Installation Contracting Center, San Antonio, Texas (FA8903-19-C-0021).

Two Six Labs LLC,* Arlington, Virginia, has been awarded a $95,119,268 cost-plus-fixed-fee contract for project IKE. The objective of IKE is to develop automated artificial intelligence/machine learning techniques to assist human understanding of the cyber battlespace, support development of cyber warfare strategies and measure and model battle damage assessment. Work will be performed in Arlington, Virginia, and is expected to be completed by July 30, 2024. This award is the result of a competitive acquisition with two offers received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,400,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1507).

Advanced Electronics Co. Ltd., Riyadh, Saudi Arabia, has been awarded a $57,806,293 contract modification (P00013) to previously awarded contract FA8730-16-C-0019 for the Royal Saudi Air Force F-15SA Cyber Protection System and Related Facilities program. This modification provides for the construction of a secure communications facility at the Royal Saudi Air Force (RSAF) Headquarters. Work will be performed at RSAF Headquarters, Riyadh, Kingdom of Saudi Arabia, and is expected to be completed by July 31, 2022. This contract involves foreign military sales to Saudi Arabia. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $57,806,293 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

IBM Corp., Reston, Virginia, has been awarded an $8,729,010 firm-fixed-price contract for advisory and assistance support. This contract will provide for the development, implementations, analysis and provision of policies, guidance, oversight, career field management and human capital management programs across the civil engineer enterprise. Work will be performed at Arlington, Virginia, and is expected to be completed by May 17, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2019 operations and maintenance funds in the amount of $8,729,010 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A152).

NAVY

Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded a $290,577,495 cost-plus-fixed fee modification to add Year Two to previously-awarded contract N00024-18-C-2106 to prepare and make ready for the refueling and complex overhaul (RCOH) of USS John C. Stennis (CVN 74). This modification will provide for fiscal 2019-2020 advance planning efforts, including material forecasting; long-lead-time material procurement; purchase order development; technical document and drawing development; scheduling; resource forecasting and planning; development of cost estimates for work to be accomplished; data acquisition; pre-overhaul tests and inspections, and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. This contract action includes options for the third year of planning which, if exercised, would bring the cumulative value to $476,949,310. Work will be performed in Newport News, Virginia, and is expected to be completed by July 2020. Fiscal 2019 shipbuilding and conversion (Navy) incremental funding in the amount of $107,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

SSFM-NOEI LLC, Honolulu, Hawaii, is being awarded a maximum amount $100,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for various structural projects and other projects primarily under the cognizance of Naval Facilities Engineering Command Hawaii. The work to be performed provides for architect-engineer structural services with associated multi-discipline architect-engineer support services. Services include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops, design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies, site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; and furniture, fixtures, and equipment packages; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps and other government facilities in Hawaii (100%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Marine Corps) 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 planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with one proposal received. Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity (N62478-19-D-5033).

AEG Group Inc.,* Grayslake, Illinois, is awarded an $85,571,796 fixed-price, indefinite-delivery/indefinite-quantity contract to provide for up to 33,382 Motorola brand name ultra high frequency, very high frequency, and multiband radios in support of the Commander, Navy Installations Command Enterprise Land Mobile Radio modernization. Work will be performed in Grayslake, Illinois, and is expected to be completed in July 2024. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $502,792 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0154).

Duke Energy Progress, Raleigh, North Carolina, is awarded $48,787,671 for firm-fixed-price task order N40085-19-F-9253 under a General Services Administration area-wide contract (GS-00P-14-BSD-1005) for the implementation of eight energy conservation measures at Marine Corps Base, Camp Lejeune. The work to be performed provides for implementation of cost-effective energy conservation measures that include installation of automatic meter-reading (AMR) compliant meters, upgrade AMR meters at photovoltaic locations, provide a new mobile meter data collector and meter data management software, retrofit existing lighting systems with light emitting diode systems, retrofit all elevated taxiway, runway, taxiway, in-pavement and approach lighting, upgrade multiple substations and replace heating, ventilation, and air conditioning chillers. The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $33,114,052 are obligated on this award and will expire at the end of the current fiscal year. The Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation. For this project, the Navy has agreed to pay for the remaining costs of services/construction from project financing which will be obtained by Duke Energy Progress. The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Teehee Bishop JV,* Carlsbad, California, is awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for new work, additions, alterations, maintenance, and repairs of roofing systems at Naval Weapons Station, Seal Beach and Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, new work, additions, alterations, maintenance and repairs of roofing systems projects. Work will be performed in Seal Beach, California (50%); and Oceanside, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2630).

CDW Government LLC, Vernon Hills, Illinois, is awarded a master limit $26,669,800 firm-fixed-price, blanket purchase agreement for the purchase of a maximum 6,800 Panasonic CF-20 Toughbooks and accessories. Work will be performed in Vernon Hills, Illinois, and is expected to be complete by July 30, 2022. Fiscal 2019 procurement (Marine Corps) funds in the amount of $6,826,905 will be obligated on the first delivery order immediately following contract award. Funds will expire the end of the current fiscal year. This contract was competitively procured via the General Services Administration eBuy website, with five quotes received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-A-5136).

The Boeing Co., St. Louis, Missouri, is awarded $25,345,439 for modification P00003 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-1057). This modification continues the Phase I design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response (SLAM-ER) production line for the government of Saudi Arabia. In addition, this modification provides for the redesign of obsolete parts to replace obsolete, nearly obsolete or uneconomical parts to support SLAM-ER weapon system production and improve future sustainment. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middleton, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $25,345,439 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.

The Boeing Co., Seattle, Washington, is awarded $17,647,771 for firm-fixed-price delivery order N00019-19-F-2947 against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides for the production and delivery of 27 Sixth Mission Crew Workstation (MCW) Retrofit B-kits for the Navy in support of P-8A Lots One through Three aircraft, and four Sixth MCW Retrofit B-kits for the government of Australia in support of P-8A Lot Six aircraft. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in January 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and cooperative partner funds in the amount of $17,647,771 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.

The Boeing Co., Seattle, Washington, is awarded $16,853,707 for modification P00179 to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112). This modification provides for the production and delivery of 29 Sixth Mission Crew Workstation Retrofit B-kits in support of P-8A production lots four and five. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in December 2021. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $7,539,663 will be obligated at time of award, all of which has expired. Prior approval was granted to obligate expired funds. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

J&J Contractors Inc.,* North Billerica, Massachusetts, is awarded $12,267,000 for firm-fixed-price task order N40085-19-F-5728 under a previously awarded multiple award construction contract (N40085-17-D-5050) for Sims Hall center wing upgrades at the Naval War College, Naval Station, Newport. The work provides for extensive interior renovation to the first, second, and third floors of the center wing of Sims Hall. This requirement includes expanding the existing secure room area currently located in the center wing and east connector, new building addition of a stair and elevator tower to the east side of the center wing, and complete removal of the electrical, and mechanical and plumbing systems. Work will be performed in Newport, Rhode Island, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,267,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

NexGen Communications LLC, Nashua, New Hampshire, is awarded an $11,640,404 indefinite-delivery/indefinite-quantity contract to provide up to 1,500 each remote display units and filter box kits in support of the Family of Special Operations Vehicles Ground Mobility Vehicle 1.1 and the Mine Resistant Ambush Protected platforms. Work will be performed in Nashua, New Hampshire, and is expected to be completed in July 2024. Fiscal 2019 other procurement defense-wide funds in the amount of $128,205 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0046).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $10,314,373 for cost-plus-fixed-fee delivery order N00019-19-F-4033 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for non-recurring engineering required to develop, qualify and test an updated APR-39D(V)2 processor configuration. In addition, this delivery order will procure 16 Digital Receiver Processor (DRP) 2 circuit card assemblies (CCA) for the Army and six for the Navy. Four of the six DRP2 CCAs procured for the Navy will be retrofitted into the APR-39D(V)2 processor establishing an updated configuration. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in July 2021. Fiscal 2019 aircraft procurement (Army and Navy) in the amount of $10,314,373 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.

Military & Federal Construction Co.,* Jacksonville, North Carolina, is awarded $9,852,959 for firm-fixed-price task order N4008519-F-6226 under a previously awarded multiple award construction contract (N40085-16-D-6303) for repairs to Bachelor Enlisted Quarters (BEQ) 4199 at Marine Corp Air Station, Cherry Point. The work provides improvements and repairs to existing BEQ 4199, replacing windows and doors, replacing and providing new interior finishes, minor structural modifications, providing a sprinkler fire suppression system, fire alarm system modifications, replacement and repair of plumbing, mechanical and electrical systems, repairs and resurfacing of existing parking areas. Work will be performed in Havelock, North Carolina, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $9,852,959 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, is awarded $9,556,334 for modification P00003 to a previously issued firm-fixed-price contract (N00019-17-C-0080). This modification is for Automatic Dependence Surveillance-Broadcast Out installs and also exercises an option for organizational and intermediate depot maintenance and logistics and supply support for three KC-130J aircraft for the government of Kuwait under the Foreign Military Sales (FMS) program. Work will be performed at the Abdullah Al-Mubarak Air Base, Kuwait, and is expected to be completed in August 2020. FMS funds 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.

Military & Federal Construction Co.,* Jacksonville, North Carolina, is awarded $8,870,147 for firm-fixed-price task order N40085-19-F-6215 under a previously awarded multiple award construction contract (N40085-16-D-6303) for repairs to Bachelor Enlisted Quarters (BEQ) 4200 at Marine Corps Air Station, Cherry Point. The work provides for improvements and repairs to existing BEQ 4200, replacing windows and doors, replacing and providing new interior finishes, minor structural modifications, providing a sprinkler fire suppression system, fire alarm system modifications, replacement and repair of plumbing, mechanical and electrical systems, repairs and resurfacing of existing parking areas. Work will be performed in Havelock, North Carolina, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $8,870,147 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $8,723,882 for cost-plus-fixed-fee delivery order N00019-19-F-0306 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for non-recurring engineering required to modify software to correct software deficiencies identified by the Navy and Marine Corps aircrews and test community in the Navy Large Aircraft Infrared Countermeasures AN/AAQ-24 system. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in May 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,723,882 will be obligated at time of award, $3,199,581 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

TOTE Services Inc., Jacksonville, Florida, is being awarded an $8,065,927 modification under a previously awarded firm-fixed-price contract (N32205-18-C-3002) with reimbursable elements for operation and maintenance of the offshore petroleum discharge system vessels. Work will be performed at sea worldwide, and is expected to be completed July 2020. If all options are exercised, work will continue through July 31, 2023. Navy working capital funds in the amount of $8,065,927 are obligated at the time of award, and will not expire at the end of the fiscal years. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with four offers received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Coastal Enterprises of Jacksonville Inc.,* Jacksonville, North Carolina, is awarded an $8,054,652 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-16-D-6318) to exercise Option Three for grounds maintenance services at Marine Corps Base, Camp Lejeune; Marine Corps Air Station, New River; and other outlying locations. The work to be performed provides for grounds maintenance services that will maintain landscaping, mowing, trimming grass, weed control, and fire ant treatment for the Camp Lejeune complex which include commands such as the Naval Hospital, Marine Corps Special Operations Command and Department of Defense Dependent Schools. After award of this option, the total cumulative contract value will be $31,447,230. Work will be performed in Jacksonville, North Carolina, and is expected to be completed July 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $4,593,444 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Nova Group Inc., Napa, California, is awarded $7,425,000 for firm-fixed-price task order N44255-19-F-4332 under a previously awarded multiple award construction contract (N44255-14-D-9006). The work to be performed includes removing piles, installing piles, demolishing concrete deck, building roof sections, restoring concrete deck, repairing miscellaneous damaged utilities, repairing spalling piles and pile caps and replacing corroded or missing utility hangers. The work is located at the Naval Magazine, Indian Island. Work will be performed on the ammunition pier and will include the removal of nine existing concrete piles and the installation of nine new concrete piles. The total task order amount with the exercise of the option will be $7,425,000. Work will be performed in Port Hadlock, Washington, and is expected to be completed by March 15, 2021. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $7,425,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity.

Quality Performance Inc., Fredericksburg, Virginia, was awarded $7,021,996 for modification P00003 to a previously awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68335-15-D-0031). This modification increases the ceiling of the contract to procure up to 14 additional Moriah Wind Systems as well as associated sub-components, ancillary components, repair services and as required, non-recurring engineering to support engineering change proposals for the Aircraft Launch and Recovery Equipment Moriah program. Work will be performed in Fredericksburg, Virginia, and is expected to be completed in September 2021. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity. (Awarded July 29, 2019)

DEFENSE HEALTH AGENCY

Deloitte LLP, Arlington, Virginia, was awarded a five-year contract (one-year base and four option periods) with an estimated value of $197,277,630. This contract supports the Defense Health Agency (DHA), Deputy Assistant Director for Information Operations, Solutions Delivery Division (SDD). This entails performing a variety of functions, such as configuration management, information assurance, training support, deployment activities, and other business, technical and administrative functions necessary for sustaining existing SDD products and project lines, including: Armed Forces Health Longitudinal Technology Application; the Composite Health Care System; the Clinical Data Repository; Essentris®; the Health Artifact and Image Management Solution; the Interagency Comprehensive Plan for Care Coordination Support; the Defense Medical Logistics Support System; and the Defense Occupational and Environmental Health Readiness System – Industrial Hygiene. This contract was competitively awarded under the General Services Administration’s eBuy vehicle; DHA received three offers. Location of performance is inside the U.S. The base year will be funded with fiscal 2020 operations and maintenance funding in the amount of $34,213,809. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT0011-19-F-0068).

DEFENSE LOGISTICS AGENCY

Viasat Inc., Carlsbad, California, has been awarded a maximum $28,379,192 firm‐fixed-price, indefinite-delivery/indefinite‐quantity contract for small tactical terminals. 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 five‐year contract with no option periods. Location of performance is California, with a May 30, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0070).

Baxter Healthcare Corp., Deerfield, Illinois, has been awarded a maximum $24,354,889 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. To date, this is the eighth contract awarded from standing solicitation SPE2D0-15-R-0002. Location of performance is Illinois, with a July 30, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 Warstopper funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0004).

South Alabama Regional Airport Authority, Andalusia, Alabama, has been awarded a minimum $11,474,983 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 44-month contract with one six-month option period. Location of performance is Alabama, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0112).

Avfuel Corp., Ann Arbor, Michigan, has been awarded a maximum $8,611,528 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 responses received. This is a 43-month contract with one six-month option period. Locations of performance are Michigan and Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0107).

 

*Small Business

Department of Defense Contracts for July 31, 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