Download as pdf or txt
Download as pdf or txt
You are on page 1of 3

17.04.

13

Defense.gov: Contracts for Friday, November 02, 2012

United States Department of Defense


Search
TOP LINKS Subscribe
Twitter A FPS Blogs Facebook Flickr RSS Podcasts Widgets E-Mail

U.S. Departm ent of Defense Office of the Assistant Secretary of Defense (Public Affairs)

Contract
On the Web:

Public contact:
http://www.defense.gov /landing/comment.aspx

http://www.defense.gov /Contracts/Contract.aspx?ContractID=4909

Media contact: +1 (703) 697-5131/697-5132

or +1 (703) 571-3343

Secretary of Defense
Speeches Messages Biography

FOR RELEASE AT 5 p.m. ET

No. 867-12 November 02, 2012

Press
Today in DoD News Releases Press A dvisories Publications Transcripts

CONTRACTS AIR FORCE The Boeing Co., St. Louis, Mo., (FA8505-12-C-0001, P00002) is being awarded a $3,999,660,000 firm-fixed-price, cost-plus-fixed-fee and cost reimbursable no fee contract modification for Country Standard Time Compliance Techical Order (CSTCTO) development, CSTCTO integration and testing, fabrication of trial kits to support validation and verification activities. Procurement of 68 F-15s to SA conversion kits and the procurement and installation of four base stand-up kits. Work is expected to be completed by Dec. 31, 2019. The contracting activity is AFLCMC/WWKA, Robins Air Force Base, Ga. This is a Foreign Military Sales requirement for the Kingdom of Saudi Arabia. Exelis Systems Corp., Systems Division, Patrick Air Force Base, Fla., (F04701-01-C-0001, P00859) is being awarded a $78,385,270 contract modification for providing launch and test range system support functions to the Eastern and Western Range. The location of the performance is Patrick Air Force Base, Fla. Work is expected to be completed by Oct. 31. 2013. The contracting activity is SMC/PKL, Peterson Air Force Base, Colo. AHNTECH Inc., San Diego, Calif., (FA4890-13-C-0005) is being awarded a $68,664,620 firm fixed price with cost reimbursable contract for the Air Combat Command's primary training ranges service requirement. The location of the performance is Dare County Range, Seymour Johnson Air Force Base, N.C.; Poinsett Range, Shaw Air Force Base, S.C.; Grand Bay Range, Moody Air Force Base, Ga.; Avon Park Range, Moody Air Force Base, Ga.; Snyder Range, Dyess Air Force Base, Texas; Belle Fourche Range, Ellsworth Air Force Base, S.D.; Holloman Ranges, Holloman Air Force Base, N.M.; Mountain Home Range, Mountain Home Air Force Base, Idaho and the Nevada Test and Training Range in Nevada. Work is expected to be completed by Dec. 31, 2017. The contracting activity is AMIC/PKC, Langley Air Force Base, Va. Northrop Grumman Space Technology, Clearfield, Utah, (F42610-98-C-0001, P03732) is being awarded a $10,000,000 cost plus incentive fee contract for intercontinential ballistic missile reentry field support equipment Engineering Management and Development Program. The location of the performance is Clearfield, Utah and King Prusssia, Pa. Work is expected to be completed by Mar. 24, 2015. The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah. Northrop Grumman Electronic Systems, Azusa, Calif., (FA8814-11-C-0007, P00008) is being awarded a $6,999,999 cost plus fixed fee contract modification for the integration and fusion of data from the commericially hosted infrared payload, overhead persistent infrared wide field of view staring sensor at the Advanced Fusion Center and the Algorithm Development Laboratory. The location of the performance is Azusa, Calif. and Colorado Springs, Colo. Work is expected to be completed by Dec. 1, 2014. The contracting activity is SMC/XRC, Los Angeles Air Force Base, Calif. UNITED STATES TRANSPORTATION COMMAND Canadian Commercial Corp./Canadian Helicopters Ltd., Ottawa, Ontario, Canada, $72,393,145 (HTC711-10-D-R025); AAR Airlift Group Inc., Palm Bay, Fla., $161,544,147; (HTC711-10-D-R026 TO 0001 and 0002); Vertical de Aviacion Ltd., Bogota, Columbia, $214,259,924 (HTC711-10-D-R027 TO 0001 and TO 0002); Evergreen Helicopters Inc., McMinnville, Ore., $24,628,600 (HTC711-10-D-R028); Columbia Helicopters Inc., Aurora, Ore., $97,795,019, (HTC711-11-D-R021 TO 0002 and 0003); and Construction Helicopters Inc., Howell, Mich., $31,772,273, (HTC711-11-D-R022) have received option year modifications for a multiple-award firm, fixed-price contract for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, and the option year will start Nov. 1, 2012, to be completed by Oct. 31, 2013. This contract was a competitive acquisition. The contracting activity is U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. DEFENSE LOGISTICS AGENCY Sysco Seattle Inc., Kent, Wash., was awarded contract SPM300-13-D-3590. The award is an indefinite quantity and indefinite delivery, sole source, bridge extension contract with a maximum $17,699,109 for full line food service distribution. There are no other locations of performance. Using military services are Army, Navy, Air Force and Marine Corps. There was one response to the web solicitation. Type of appropriation is fiscal 2013 Manual Funding. The date of performance completion is Nov. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. Sysco Seattle Inc., Kent, Wash., was awarded contract SPM300-13-D-3592. The award is an indefinite quantity and indefinite delivery, sole source, bridge extension contract with a maximum $55,373,492 for full line food service distribution. There are no other locations of performance. Using military service is Navy. There was one response to the web solicitation. Type of appropriation is fiscal 2013 Manual Funding. The date of performance completion is Nov. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. DEFENSE COMMISARY AGENCY Envision Inc., Wichita, Kan., is being awarded an indefinite-delivery, requirements-type contract to provide plastic t-shirt shopping bags for all commissary stores in the Continential United States (CONUS), Alaska, Hawaii, and Puerto Rico. The estimated award amount is $47,296,200. Contractor will deliver through frequent delivery system distributors to the store locations as needed. The contract is for a base period beginning Nov. 2, 2012, through Aug. 31, 2013. Four 1-year option periods are available. If all option periods are exercised, the contract will be completed Aug. 31, 2017. Funding will be provided for each semimonthly roll-up period; therefore, funding will not expire at the end of the current fiscal year. One firm was solicited and one offer was received. The acquisition was completed under FAR 6.302-5, Authorized or Required by Statute. Items purchased are on the

Photos
Imagery A rchive Highlights Photo Essays Week in Photos

DoD Info
Post 9/11 GI Bill Transferability Community Relations Stars & Stripes Recovery A ct Site Map

www.defense.gov/contracts/contract.aspx?contractid=4909

1/3

17.04.13

Defense.gov: Contracts for Friday, November 02, 2012


and one offer was received. The acquisition was completed under FAR 6.302-5, Authorized or Required by Statute. Items purchased are on the AbilityOne mandatory procurement list to be purchased from the designated AbilityOne work center. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Supplies, Revenue, and Headquarters Support Branch, Fort Lee, Va. NAVY Coastal Marine Services Inc.*, San Diego, Calif., is being awarded a $29,544,960 indefinite-delivery, indefinite-quantity, five-year, firm-fixed price contract to provide pipe lagging services onboard Navy ships homeported or visiting San Diego, Calif. Contractor will provide all personnel, management, administrative and production services, material, tools, equipment and required support to accomplish pipe lagging services onboard Navy ships within a 50 mile radius of San Diego, which may include Oceanside, Calif. Further the contractor must be familiar with and conform to all prescribed procedures set forth in applicable instructions, directives and publications. Contract funds in the amount of $3,000 will be obligated at time of contract award. Work will be performed in San Diego, Calif., and is expected to completed by August 2017. Contract funds in the amount of $3,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N55236-13-D-0003). General Dynamics NASSCO Earl Industries, Norfolk, Va., is being awarded a $25,072,533 modification to a previously awarded contract (N0002411-C-4303) for USS Enterprise (CVN 65) Ship Terminal Operation Program in support of the deactivation of the ship. Work will be performed in Norfolk, Va., and is expected to be completed by June 2013. Contract funds in the amount of $25,072,533 will expire at the end of the current fiscal year. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity. Northrop Grumman Systems Corp. Information Systems, Network Communication Systems, San Diego, Calif., is being awarded a $20,578,917 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0096) to exercise and option for ancillary equipment, hardware, and software changes to integrate the Multi-Role Tactical Common Data Link (MR-TCDL) into the E6-B aircraft. The MR-TCDL includes two Ku line-of-sight channels and one Ka satellite communications channel. Ancillary equipment includes power conditioning, cooling, electrical and network distribution, and any other integration hardware required to interface Block II B kits into the existing E6-B architecture. Ancillary software changes are those changes to existing software necessary to accommodate the new data flows and data interfaces. Work will be performed in San Diego, Calif. (75 percent), Waco, Texas (20 percent), and Patuxent River, Md. (5 percent), and is expected to be completed in October 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. Management Services Group, Inc. dba Global Technical Systems*, Virginia Beach, Va. (N65236-13-D-5810); Sentek Consulting Inc. dba Sentek Global*, San Diego (N65236-13-D-5811); Skylla Engineering Ltd.*, Humble, Texas (N65236-13-D-5812); and UEC Electronics*, Hanahan, S.C. (N6523613-D-5813), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contracts, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide battle space awareness services including the integration and test of systems of systems focused on the delivery of battlespace awareness, and intelligence capabilities and systems as well as the integrated employment of information operations (IO) capabilities, and also the development, integration, and test of intelligence, battlespace awareness, and information operations applications and dedicated hardware. The cumulative, estimated value of the base year is $19,750,000. Contract funds in the amount of $10,000 will be obligated on this award. These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,760,000. These four contractors may compete for the task orders under the terms and conditions of the awarded contracts. Work will be performed worldwide, and is expected to be completed by November 2013. If all options are exercised, work could continue until November 2017. Contract funds will not expire at the end of the current fiscal year. These contracts were competitively procured via full and open competition after exclusion of sources (8(a) set-aside) with proposals solicited via the Commerce Business Dailys Federal Business Opportunities website, and the SPAWAR ECommerce Central website, with seven offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity. SRA International Inc., Fairfax, Va., was awarded on Oct. 30, 2012, a $17,444,077 indefinite-delivery requirements contract with firm-fixed-price task orders for the afloat network operations center, backup afloat network operations center, infrastructure support, and afloat information technology training support services worldwide in support of MSCs Command, Control, Communications, and Computer Systems Directorate (N6). SRA will provide engineering, technical, and programmatic support services for the Afloat Operations Program. Work will be performed worldwide and is expected to be completed by June 2013. Contract funds will not expire at the end of each fiscal year. This is a non-competitive procurement under the statutory authority of 10 U.S.C. 2304(c)(2) as prescribed by FAR 6.302-2, Unusual and Compelling Urgency. Military Sealift Command, Washington, DC, is the contracting activity (N00033-13-D-6009). Sikorsky Support Services Inc., Stratford, Conn., is being awarded a $14,445,433 cost-plus-fixed-fee indefinite-delivery, indefinite-quantity contract for contractor field services (CFS) in support of the contractor engineering technical services program for H-53, H-60 helicopters and associated systems. CFS technical services will provide aviation core disciplines including: Airframe, Electrical, and Logistics Support Representatives. Services will include on-and- off-site proficiency training, technical guidance and advice to resolve unusually complex technical problems. Work will be performed at Norfolk, Va. (22 percent); Cherry Pt., N.C., (11 percent); Maguire Air Force, N.J. (11 percent); Miramar, Calif. (11 percent); New River, N.C. (11 percent); North Island, Calif. (11 percent); Atsugi, Japan (6 percent); Futenma, Japan (6 percent); Mayport, Fla. (5.5 percent); and Kaneohe Bay, Hawaii (5.5 percent), and is expected to be completed in October 2015. Contract funds in the amount of $3,010,137 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0002). BAE Systems, Mayport, Jacksonville, Fla., is being awarded a $9,691,713 not-to-exceed modification to previously awarded multi-ship, multi-option, cost-plus, award and incentive-fee contract (N40024-10-C-4406) to perform dry docking, ship alterations, maintenance and repair work during the emergent dry docking availability onboard the USS San Jacinto (CG 56). Work will be performed in Jacksonville, Fla., and is expected to be completed by February 2013. Contract funds in the amount of $9,691,713 will expire at the end of the current fiscal year. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity. BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a firm fixed-price contract in the amount of $8,030,158 for a full range of ordnance handling and management services including labor, materials, equipment, inventory management, transportation, supervision and management to receive inspect, store, issue, transport, load, and manage all types of ammunition, explosives, expendable and technical ordnance material and weapons. Additionally, the contractor shall perform all tasks related to peacetime and wartime munitions operations. This contract includes four, one-year options which, if exercised, would bring the cumulative value of this contract to an estimated $43,564,921. The base year total is $8,030,158, Option I is $8,713,225, Option II is $8,871,218, Option III is $8,944,840, Option IV is $9,005,478. Work will be performed at Ewa Beach, Hawaii, and if all options are exercised work is expected to be completed by Sept. 30, 2017. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce website, with two proposals received. Navy Supply Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-13-C-3000). *Small Business

Printer-friendly Version

Email A Copy

.
Main Menu
Home

www.defense.gov/contracts/contract.aspx?contractid=4909

2/3

17.04.13

Defense.gov: Contracts for Friday, November 02, 2012


Today in DOD About DOD Top Issues New s Photos/Videos The Pentagon Channel Lead Photo Archive Photo Essays New s Photos Week In Photos DefenseImagery.mil Videos DOD/Military Seals Military/DoD Websites U.S. Army U.S. Marine Corps U.S. Navy U.S. Air Force National Guard U.S. Coast Guard All DOD Sites Military/DOD Social Media Sites Unified Combatant Commands Register A Site Contact Us Frequently Asked Questions Website Feedback

Additional Links
Home Today in DOD About DOD Top Issues New s Photos/Videos Military/DoD Websites Contact Us Inspector General Privacy & Security Link Disclaimer Recovery Act FOIA USA.gov No FEAR Act Plain Writing Act of 2010 Join the Military Careers Web Policy Websites

Stay Connected

RSS Feeds

Podcasts

Email

Widgets

DOD Live Blog

Facebook

Tw itter

YouTube

Flickr MORE SOCIAL MEDIA SITES

www.defense.gov/contracts/contract.aspx?contractid=4909

3/3

You might also like