Monday, December 23, 2013

DTN News: U.S. Department of Defense Contracts Dated December 23, 2013

DTN News: U.S. Department of Defense Contracts Dated December 23, 2013
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-034-13 December 23, 2013
(NSI News Source Info) TORONTO, Canada - December 23, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued December 23, 2013  are undermentioned;

CONTRACTS
AIR FORCE
Raytheon Co., Space and Airborne Systems, Marlborough, Mass., has been awarded an  $134,399,631 fixed-price-incentive (firm target) contract for the design and development of Global Aircrew Strategic Network Terminals Increment I, with firm-fixed-price and cost-plus-fixed-fee options for manufacturing, installation, and sustainment.  Global ASNT Increment I is a secure, survivable multi-path communication system used to disseminate nuclear command and control messages from national-level decision authorities to wing command posts and bomber, tanker and reconnaissance aircrews at geographically dispersed locations.  Work will be performed at, Marlborough, Mass., and the design and development is expected to be complete in December 2016, with production, installation, and sustainment options extending to December 2020.  This award is the result of a competitive acquisition with one offer received.  Fiscal 2013 research, development, test & evaluation funds in the amount of $1,395,000 are being obligated at time of award.  Air Force Lifecycle Management Center, Hanscom Air Force Base, Mass., is the contracting authority (FA8705-14-C-0001).
Lockheed Martin Aeronautics Corp., Fort Worth, Texas, has been awarded an $108,194,928 cost-plus-fixed-price modification (P00501) for an existing contract (FA8611-08-C-2897) for F-22 sustainment. The contract modification is for calendar year 2014 F-22 Depot throughput and touch-labor. Work will be performed at Fort Worth, Texas, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 aircraft procurement and operations and maintenance funding in the amount of $36,291,036.00 will be obligated for this effort.  This contract is not a multiyear contract.  Air Force Life Cycle Management Center/WWUKH, Hill Air Force Base, Utah, is the contracting activity.
Exelis Inc. Radar, Reconnaissance & Undersea Systems, Van Nuys, Calif., has been awarded a $76,164,504 contract for the procurement and installation of nine ground control approach radars 2000 Systems (GCA-2000) plus associated operator and maintenance training for installation at nine airbases in Poland in support of the Polish Armed Forces for the Polish Armaments
Directorate.  The contractor will manufacture, assemble, test, install systems to be used for aircraft approach and landing guidance, airspace control services and support of air traffic control operations, mission requirements and operator maintenance training.  Work will be performed in Poland, and is expected to be complete by Nov. 2018.  This award is 100 percent foreign military sales for Poland.  Air Force Life Cycle Management Center/HBAK, Hanscom Air Force Base, Mass., is the contracting activity (FA8730-14-C-0009).
Raytheon Co., Goleta, Calif., has been awarded a not-to-exceed $70,000,000 firm-fixed-price contract for eight Advanced Countermeasures Electronic Systems (ACES) full systems for in country spares, three full systems to support software sustainment activities, 13 ACES Line Replaceable Units (LRU) to create a repair and return spares pool, and 21 ACES LRUs to support operation of ACES reprogramming benches at Warner Robins and Eglin Air Force
Bases, plus a lifetime supply of diminishing manufacturing source parts to support future repair and return and production.  Work will be performed at Goleta, Calif., and is expected to be completed March 2017.  This award is the result of a sole-source acquisition.  This contract is 100 percent foreign military sales for the governments of Morocco, Egypt and Iraq.  Air Force Life Cycle Management Center/WWMK, Wright-Patterson AFB, Ohio, is the contracting activity  (FA8615-14-C-6022).
CORRECTION:  In the Dec. 18, 2013 release of contract FA8616-14-C-6061 to Rockwell Collins, Inc. Government Systems, Cedar Rapids, Iowa, the contract amount should have read $43,812,122.
NAVY
BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $48,860,666 cost-plus-fixed-fee, cost reimbursable contract for services in support of the Program Executive Office for Ships, Naval Sea Systems Command, PEO C41, and the Naval Air Warfare Center Aircraft Division.  Services provided will include the design, integration, testing, installation, training, and support of shipboard Command, Control, Communications, Computers, & Intelligence (C4I) electronic communication systems for ships of the U.S. Navy.  Work will be performed in St. Inigoes, Md. (50 percent); California, Md. (48 percent); Bath, Maine (1 percent); and Pascagoula, Miss. (1 percent), and is expected to be completed in June 2019.  Fiscal 2011 and 2012 shipbuilding and conversion, Navy contract funds in the amount of $48,860,666 will be obligated on this award, none of which 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 Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-C-0011).
Lockheed Martin, Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $37,133,082 modification to previously awarded contract (N00024-09-C-5103) to incrementally fund the Aegis Platform Systems Engineering Agent (PSEA) activities and Aegis Modernization Advanced Capability Build engineering.  The Aegis PSEA manages the in-service combat systems configurations as well as the integration of new or upgraded capability into the CG57 Class of ships and the DDG 51 Class of ships.  Aegis Modernization will provide upgrades to Aegis cruisers and Aegis destroyers and will be applicable to all Aegis ships with a computer program that is backfit compatible to Baseline 2 cruisers.  Work is being performed in Moorestown, N.J., and is expected to be completed by September 2014.  Fiscal 2014 research, development, test and evaluation, Fiscal 2014 operations and maintenance, Navy and Fiscal 2014 other procurement, Navy funds in the amount of $37,133,082 will be obligated at the time of the award.  Contract funds in the amount of $3,988,400 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.
Defense Support Services LLC*, Mount Laurel, N.J., is being awarded a $24,903,892 indefinite-delivery requirements contract for instructional support services to conduct basic and advanced courses on the Navy's Cargo Offload and Discharge System (COLDS), including the operation and maintenance of Navy Lighterage and Improved Navy Lighterage System powered and non-powered craft, other COLDS subsystems, and continued Contractor Instruction, Maintenance, Operations and Training Support, which yields qualified COLDS graduates.  Work will be performed in Coronado, Calif. (65 percent) and Norfolk, Va. (35 percent), and is expected to be completed in December 2018.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  No funds will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals, with one offer received.  The Naval Air Warfare Center, Training Systems Division, Orlando, Fla., is the contracting activity (N61340-14-D-0001).
Lockheed Martin Corp., Baltimore, Md., is being awarded a $23,275,441 modification to previously awarded contract (N00024-11-C-2300) to exercise an option for Littoral Combat Ship core class services. Lockheed Martin will provide engineering and design services as well as affordability efforts to reduce LCS acquisition and lifecycle costs. Work will be performed in Moorestown, N.J. (36 percent), Hampton, Va. (30 percent), Washington, D.C. (23 percent), and Marinette, Wis. (11 percent), and is expected to be complete by December 2014.  Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $12,056,601 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Austal USA LLC., Mobile, Ala., is being awarded a $14,057,992 modification to previously awarded contract (N00024-11-C-2301) to exercise options for class service efforts for the Littoral Combat Ship (LCS) program.  Austal USA will provide engineering and design services as well as affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Mobile, Ala. (72 percent) and Pittsfield, Mass. (28 percent), and is expected to be complete by December 2014.   Fiscal 2013 shipbuilding and conversion, Navy and Fiscal 2014 research, development, test and evaluation contract funds in the amount of $3,984,807 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
EDO Corp., Panama City, Fla., is being awarded a $13,168,340 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for depot level repair, maintenance and modifications of the MK105 Magnetic Minesweeping Gear and MH-53E Airborne Mine Neutralization System (AMNS53) Launch and Recovery System and tracking system to support the Navy for the currently deployed Airborne Mine Countermeasures legacy systems.  The contract includes the technical support, analysis, repair, modification, interface equipment, and engineering support for the MK105 and AMNS53 systems.  The MK105 and AMNS53 are currently fielded for use in the Navy's capability to conduct quick response, high speed airborne mine countermeasures.   This includes all depot repairs and incorporation of engineering change proposals, including the generation of all Integrated Logistics Support documentation to support the conversions.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,877,327.  Work will be performed in Panama City, Fla., and is expected to be completed by December 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $70,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-14-D-0002).
Marine Hydraulics International,* Norfolk, Va., was awarded an $11,559,768 modification to previously awarded contract (N00024-10-C-4405) to exercise options for the accomplishment of USS Gonzalez (DDG-66) FY14 Selected Restricted Availability (SRA).  An SRA includes the planning and execution of depot-level maintenance, alterations, and modernizations that will update and improve the ship's military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by July 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $11,559,768 will be obligated at time of award and will expire at the end of the current fiscal year.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.
3 Phoenix, Inc., Chantilly, Va., is being awarded a $10,576,352 cost-plus-fixed-fee modification to previously awarded contract (N00024-11-C-6287) for the procurement of engineering services for development, integration, and logistic support of the Torpedo Warning System (TWS). The TWS provides surface ships with the ability to detect threat torpedoes and thereby employ defensive measures including maneuver and hard and soft kill countermeasures.  Work will be performed in Chantilly, Va., (46 percent); Fairfax, Va., (28 percent); Houston, Texas, (18 percent); Wake Forest, N.C., (6 percent), and Hanover, Md., (2 percent), and is expected to be completed by October 2014.  Fiscal 2014 research, development, test and evaluation funding in the amount of $7,566,566 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, D.C., is the contracting activity.
Northrop Grumman Technical Services, Herndon, Va., is being awarded a $9,531,889 cost-plus-fixed-fee contract to provide maintenance services for E-2C, E-2D, and C-2 aircraft in support of the VX-20 Squadron.  Work will be performed at the Naval Air Station, Patuxent River, Md. (95 percent) and in St. Augustine, Fla. (5 percent), and is expected to be completed in December 2014.  Fiscal 2014 Navy working capital fund in the amount of $4,175,000 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 FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-C-0009).
Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded an $8,991,254 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-13-C-0021) to exercise an option for two V-22 Block A to B 50-69 series upgrade kits.  Work will be performed in Philadelphia, Pa. (60 percent) and Fort Worth, Texas (40 percent), and is expected to be completed in November 2015.  Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $8,991,254 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.
Hornbeck Offshore Services, LLC, Covington, La., is being awarded an $8,080,209 modification under a previously awarded firm-fixed-price contract (N00033-11-C-2000) to exercise a one-year option for the time charter of one offshore supply vessel, HOS Dominator.  The ship's primary mission will be to provide submarine rescue diving and recompression system support service, in support of Commander, Submarine Forces, U.S. Pacific Fleet.  Work will be performed at sea on the U.S. East Coast, U.S. West Coast, Hawaii and Alaska, and is expected to be completed by December 2014.  Fiscal 2014 Working capital contract funds in the amount of $6,090,691 will be obligated on this award, and will not expire at the end of the current fiscal year.  The U.S. Navy's Military Sealift Command is the contracting activity (N00033-11-C-2000).
General Dynamics Bath Iron Works, Bath, Maine, was awarded a $7,684,132 cost-plus-fixed-fee delivery order under Basic Ordering Agreement (N00024-12-G-4330) for the accomplishment of the Planning Yard Services in support of LCS-2 and LCS-4.  Planning yard functions ensure well-integrated and executed planned and emergent maintenance support, and in-service sustainment. These services will include: vendor training and crew familiarization; in-service engineering support; trainer support; availability advanced planning; long lead time material planning and procurement; material warehousing; logistics product updates; and class sustainment management.  Work will be performed in Bath, Maine, and is expected to be completed by Dec. 21, 2014.  Fiscal 2014 operations and maintenance, Navy contract in the amount of $1,000,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.
The Boeing Co., Seattle, Wash., is being awarded a $6,781,461 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112) for initial spares in support of eight P-8A Low Rate initial Production Lot IV aircraft.  Work will be performed in Grand Rapids, Mich. (24.9 percent); Torrance, Calif. (18.8 percent); Greenlawn, N.Y.  (15 percent); Irvine, Calif. (14.5 percent); Freeland, Wash. (8.5 percent); Avenel, N.J. (5.2 percent); Rockford, Ill. (3.3 percent); Wilson, N.C. (3.1 percent); Manfield, Ohio (2.8 percent); Rochester, N.Y. (1.8 percent); West Chester, Ohio (1.5 percent); Sarasota, Fla. (.5 percent), and Wichita, Kansas (.1 percent).  Work is expected to be completed in April 2017.  Fiscal 2013 aircraft procurement Navy contract funds in the amount of $6,781,461 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
ARMY
Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $723,998,360 modification (P00127) to contract W58RGZ-12-C-0008 to fund program year three for 33 UH-60M helicopters and 24 HH-60M helicopters, and associated program management, systems engineering, provisioning, technical publications, and integrated logistics support. Also provided for are advance procurement funding (termination liability) for program years four and five.  Fiscal 2014 other procurement funds in the amount of $723,998,360 were obligated at the time of the award. Estimated completion date is June 30, 2015.  Work will be performed in Stratford, Conn.  Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.
Oshkosh Corp., Oshkosh, Wisc., was awarded a $104,944,411 modification (000721) to contract W56HZV-09-D-0159 to add an additional 545 medium tactical vehicles, 79 trailers, and applicable federal excise tax to the contract.  Fiscal 2014 other procurement Army funds in the amount of $104,944,411were obligated at the time of the award.  Estimated completion date is Nov. 30, 2015.  Bids were solicited via the Internet with three received.  Work will be performed in Oshkosh, Wisc.  Army Contracting Command, Warren, Mich. is the contracting activity.
AAI Corp., Hunt Valley, Md. was awarded a $23,024,245 modification (P00009) to contract W58RGZ-13-C-0016 for logistics support for the "One System Remote Video Terminal" in Afghanistan.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $23,024,245 were obligated at the time of the award.  Estimated completion date is Dec. 30, 2014.  Work will be performed in Hunt Valley, Md.  Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.
Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $14,500,852 modification (P00047) to contract W58RGZ-11-C-0120 for engineering and logistics services to implement and field the Modernized Target Acquisition Designation Sight High Reliability Turret.  Fiscal 2014 other procurement funds in the amount of $14,500,852 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Bids were solicited via the Internet with one received. Work will be performed in Orlando, Fla. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.
Navistar Defense, LLC, Lisle, Ill. was awarded a $6,920,507 modification (P00086) to contract W56HZV-10-C-0011 for field service support in the continental United States and overseas for  Mine Resistant Ambush Protected MaxxPro vehicles.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $6,920,507 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014.  Bids were solicited via the Internet with one received.  Work will be performed in Lisle, Ill., and Afghanistan.  Army Contracting Command, Warren, Mich. is the contracting activity.
DEFENSE LOGISTICS AGENCY
Eagle Crusher Company Inc., Galion, Ohio, has been awarded a maximum $157,500,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type environmental equipment.  This contract is a competitive acquisition, and sixteen offers were received.  This contract is one of up to ten contracts being issued against solicitation number SPM8EC-11-R-0006 and with requirements that specifically call for environmental equipment within the product line and will be competed amongst other contractors who receive a contract under this solicitation.  This is a five-year base.  Location of performance is Ohio with a Dec. 22, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0004).
Revision Military,* Essex Junction, Vt., has been awarded a maximum $21,139,200 firm-fixed-price, definite-quantity contract for the procurement of advanced combat helmets.  This contract is a competitive acquisition, and two offers were received.  Location of performance is Vermont with an Apr. 15, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-C-0006).
CORRECTION:  In the Dec. 20, 2013 contract announcements, the award to CFM International, Cincinnati, Ohio, had an incorrect contract number. The correct number is SPRTA1-14-G-0002-0002.
*Small Business

*Link for This article compiled by K. V. Seth from reliable sources 
U.S. DoD issued No. CR-034-13 December 23, 2013
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS