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

Department of Defense Contracts for Nov. 1, 2019

NAVY

Rightstar Inc., Vienna, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms’ General Services Administration (GSA) Federal Supply Schedule contracts.  The potential estimated value of this category of BPA is $820,450,000.  This agreement is being awarded as part of a multi-reseller/multi-software publisher software category management award for commercial off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category.  The software publisher under this agreement is Nlyte.  The BPA provides for the purchase of Nlyte products and services by the DoD, U.S. intelligence community, and the Coast Guard worldwide.  The ordering period will be for a maximum of 10 years from Nov. 1, 2019, through July 11, 2029.  This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74.  This BPA will not obligate funds at the time of award.  Funds will be obligated as task orders using operations and maintenance (DoD) funds.  Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders.  This BPA was competitively procured via the GSA E-Buy web site among 679 vendors.  Two offers were received and two were selected for award.  Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-A-0006).

Northrop Grumman Systems Corp. – Marine Systems, Sunnyvale, California, is awarded a cost-plus incentive-fee $77,377,019 contract modification (P00002) to a previously awarded contract (N00030-19-C-0015) for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment (CMC).  Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20%); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%), and is expected to be completed by March 31, 2024.  Fiscal 2020 shipbuilding and conversion Navy funding in the amount of $34,868,308 will be obligated on this award.  Fiscal 2020 United Kingdom common funding in the amount of $42,508,711 will be obligated on this award.  No funds will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Ultra Electronic Ocean Systems, Braintree, Massachusetts, is awarded a $45,161,439 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price contract for engineering and technical service for the design, development, testing, integration, technology insertion/refreshment and system support of the AN/BPS radar software management system on new construction and in-service submarines.  Work will be performed in Chantilly, Virginia (50%); and Wake Forest, North Carolina (50%), and is expected to be completed by October 2020.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,861,439, and be complete by May 2026.  Fiscal 2019 shipbuilding and conversion (Navy-SCN); 2015 shipbuilding and conversion (Navy-SCN); 2019 other procurement (Navy-OPN); and 2014 shipbuilding and conversion (Navy-SCN) funding in the amount of $1,700,000 will be obligated at time of award and will not expire at the end of current fiscal year — funding:  fiscal 2019 SCN (58%); fiscal 2015 SCN (18%); fiscal 2019 OPN (18%); and fiscal 2014 SCN (6%).  In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute 15 U.S. Code 638(r)(4) states:  “To the greatest extent practical, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology.”  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6202).

Lockheed Martin, Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,019,951 cost-plus-fixed-fee modification to a previously-awarded contract N00024-11-C-2300 to exercise an option for the accomplishment of post-delivery support for USS Minneapolis-Saint Paul (LCS 21) of the Littoral Combat Ship (LCS) program.  This option exercise is for post-delivery support for the LCS program.  Lockheed Martin, Rotary and Mission Systems, will provide expert design, planning and material support for LCS 21’s post-delivery period.  Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period.  The corrections and upgrades are necessary to support USS Minneapolis-St. Paul sail-away and follow-on post-delivery test and trials period.  Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, District of Columbia (7%), and is expected to be completed by October 2021.  Fiscal 2015 shipbuilding and conversion (Navy) funding for $7,000,000 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.

General Electric Co., Cincinnati, Ohio, is awarded an $8,747,720 firm-fixed-price delivery order (N00024-20-F-4117) under a previously-awarded basic ordering agreement N00024-18-G-4113 for integrated electronic controller kits for LM2500 marine gas turbine engines.  The materials procured under this basic ordering agreement are LM2500 MGTEs and related material.  MGTEs are installed in FFG 7, CG 47, DDG 51, LCS Independence variant, LHD 8 and LHA 6AF-class vessels.  Work will be performed in Cincinnati, Ohio, and is expected to be completed by December 2020.  Fiscal 2020 other procurement (Navy) funding in the amount of $8,747,720 will be obligated at time of award and will not expire at the end of the current fiscal year.  This order 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 Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

Dynetics Inc., Hunstville, Alabama (HHM402-19-D-0023), was awarded a five-year base with possible five-year option indefinite-delivery/indefinite-quantity contract with a ceiling value of $737,992,267.  This contract will provide support services for the Missile and Space Intelligence Center.  Work will be performed at Redstone Arsenal and Huntsville, Alabama, with an expected completion date of Oct. 31, 2029.  The contract was awarded through a full and open solicitation and one offer was received.  The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

Booz Allen Hamilton, Alexandria, Virginia (HHM402-20-D-0002); Deloitte Consulting LLP, Arlington, Virginia (HHM402-20-D-0003); Logistics Management Institute, Tysons, Virginia (HHM402-20-D-0004); and Solutions Through Innovative Technologies, Fairborn, Ohio (HHM402-20-D-0005); were awarded a one-year base plus four one-year options indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract for strategic workforce analysis planning and management (SWAPM) with a maximum obligation amount of $88,714,746.  This contract will provide support services to strategic workforce planning and analysis initiatives to support career field managers and organizational talent and position management requirements.  Work will be performed in the National Capital Region with an estimated completion date of Oct. 17, 2024.  No funds were obligated at time of award.  The SWAPM contract was awarded through a full and open solicitation and five offers were received.  Each company will receive a $2,500 minimum guarantee. Task Orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types:  firm-fixed-price, labor hour and time-and-material.  The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. (Awarded Oct. 18, 2019)

MISSILE DEFENSE AGENCY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole source, cost only contract modification (P00069) under previously awarded contract HQ0276-15-C-0003 to increase the CLIN 0014 undefinitized contract action not-to-exceed value by $267,178,800 from $387,187,200 to $654,366,000.  Under this modification, the “pacing items only” restriction is removed and the contractor is now authorized to work the full, unchanged, effort to manufacture, assemble, test and deliver 20 Standard Missile-3 Block IIA missiles and related efforts, and four missiles under Foreign Military Sales (FMS) case JA-P-ATB to Japan.  The value of the contract is increased by $267,178,800 from $1,198,400,240 to $1,465,579,040.  The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an estimated completion date of December 2022.  Fiscal 2018 procurement, defense-wide funds in the amount of $209,000,000; and FMS funds in the amount of $7,652,000 will be obligated at the time of award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-C-0003).

ARMY

Ravenswood Solutions, Fremont, California, was awarded a $62,896,230 hybrid (cost-no-fee and firm-fixed-price) contract for a fully instrumented, highly realistic, and immersive training environment.  Bids were solicited via the internet with three received.  Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2024.  U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0002).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,043,846 modification (P00091) to contract W56HZV-17-C-0067 for Abrams systems technical support.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2021.  Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operations and maintenance, Army funds in the amount of $9,043,846 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Montana State University, Bozeman, Montana, was awarded an $8,600,000 modification (P00001) to contract W911W6-18-C-0050 for or primary aircraft structure, to understand and overcome challenges to production of primary aircraft structure using stretch-broken carbon fiber.  Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2021.  Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $8,600,000 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Shearwater Mission Support LLC,* Anchorage, Alaska, was awarded a $7,238,172 modification (P00008) to contract W911S8-18-D-0018 for installation support services.  Bids were solicited via the internet with six received.  Work locations and funding will be determined with each order, with an estimated completion date of Oct. 30, 2020.  U.S. Army Mission Installation Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity.

DEFENSE LOGISTICS AGENCY

U.S. Foods Inc., Salem, Missouri, has been awarded a maximum $43,988,785 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for customers in the Missouri and Illinois area.  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 364-day bridge contract with no option periods.  Location of performance is Missouri, with an Oct. 31, 2020, performance completion date.  Using customers are Army, Air Force, Army National Guard, Air National Guard and other federal agencies.  Type of appropriation is fiscal 2020 defense working capital funds.  The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3243).

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $25,340,721 fixed-price, indefinite-delivery/indefinite-quantity contract for tire and wheel assemblies.  This was a competitive acquisition with one response received.  This is a three-year base contract with two one-year option periods.  Locations of performance are Wisconsin and New Jersey, with an Oct. 31, 2022, performance completion date.  Using customers are Army and foreign military sales.  Type of appropriation is fiscal 2019 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0022).

AIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $16,553,897 cost-plus-fixed-fee contract for universal armament interface.  This contract provides for system engineering and program management for universal armament interface development.  Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 19, 2024.  This award is the result of a sole source acquisition.  Fiscal 2020 research, development, test and evaluation funds in the amount of $923,829 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 (FA8628-20-C-2267).

Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $13,394,557 firm-fix-price with economic-price-adjustment for sustainment of B-1B Aircraft.  This contract provides 48 shield mild detonating cord (SMDC) kits for B-1B aircraft; with each kit contains 461 SMDC lines.  Work will be performed at Hollister, California, and is expected to be completed by June 30, 2023.  This award is the result of a sole source acquisition.  Fiscal 2018, 2019 and 2020 aircraft procurement funds in the amount of $13,394,557 will be obligated at the time of the award.  The Air Force Life Cycle Management Center, Ammunition Contracting Division, Hill Air Force Base, Utah, is the contracting activity.

*Small Business

Department of Defense Contracts for Nov. 1, 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