Tuesday, June 03, 2014

DTN News: U.S. Department of Defense Contracts Dated June 3, 2014

DTN News: U.S. Department of Defense Contracts Dated June 3, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-104-14 June 3, 2014
(NSI News Source Info) TORONTO, Canada - June 3, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued June 3, 2014 are undermentioned;



CONTRACTS
AIR FORCE
Northrop Grumman Systems Corp., Aerospace Systems, Palmdale, California, has been awarded a ceiling $9,900,000,000 indefinite-delivery/indefinite-quantity contract for B-2 modernization and sustainment. The Flexible Acquisition Sustainment Team (FAST) II contract requirements include B-2 enhancements, sustainment logistics elements including sustaining engineering, software maintenance and support equipment. Also included is programmed depot maintenance of the fleet and other interim contractor support. Work will be performed at Palmdale, California, with performance at other locations, namely Whiteman Air Force Base, Missouri; Tinker AFB, Oklahoma; Wright-Patterson AFB, Ohio; Edwards AFB, California, and Hill AFB, Utah, and the base period work is to be completed May 2, 2019. If the option is exercised, the work is to be completed May 2, 2024. This award is the result of a sole-source acquisition. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,355,000 are being obligated at time of award on delivery order 0001 for Common Very Low Frequency Receiver Increment 1. The total price for delivery order 0001 is $26,584,648. Air Force Life Cycle Management Center, B-2 Division Contracting, Air Force Life Cycle Management Center/WWZK, Wright-Patterson AFB, Ohio is the contracting activity (FA8616-14-D-6060).
L-3 Communications, IEC, Anaheim, California, has been awarded an $8,281,679 cost-plus-incentive-fee modification (P00017) on FA8807-12-C-0011 for software coding and security certification on the military global positioning system user equipment contract. The contract modification is to mature the software coding of the GPS receiver cards being developed and perform security certification to enable faster fielding of military-code capable GPS receivers to the warfighter. Work will be performed at Anaheim, California, and is expected to be completed by April 15, 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,000,000 are being obligated at time of award. The Space and Missile Systems Center Contracting Directorate, El Segundo, California, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Ibis Biosciences, Inc., Carlsbad, California, has been awarded a $7,217,926 cost-plus fixed-fee contract. The contract is to develop the PUMA Biosensor system, which is a new point-of-care hand-held device suitable for use in the field with molecular diagnostics for screening viruses, respiratory pathogens and bio threats. Work will be performed in Carlsbad, California, and is expected to be completed by April 30, 2015. Fiscal 2014 applied research funding in the amount of $3,000,000 was obligated at the time of the award. The contracting activity is DARPA, Arlington, Virginia (HR0011-14-C-0083).
DEFENSE HEALTH AGENCY
SeKON Enterprises, Inc., Herndon, Virginia is being awarded a potential $9,499,405 firm-fixed-price contract (HT0011-14-F-0009) to provide support to the Defense Health Agency’s Information Management office. The total potential contract value including the eight-month base period, four one-year option periods, and the transition-in and -out periods is $64,746,604. The contractor will provide analysis to support DHA IM office decisions on business need, mission priorities, alternatives solutions, business process change, policies, and funding. This contract will also support the development and management of business processes, health data management strategies and collaboration in the development and implementation of national health IT standards. Work will be performed in Virginia with an estimated completion date of Feb 14, 2015. Fiscal 2014 operation and maintenance funds in the amount of $5,630,761 are being obligated at award. This contract was competitively procured under the National Institutes of Health Information Technology Acquisition and Assessment Center's CIO-SP3 Small Business government-wide acquisition contract. Defense Health Agency, Falls Church, Virginia is the contracting activity (HT0011-14-R-0004).

NAVY
Guam MACC Builders A JV, Honolulu, Hawaii, is being awarded $39,699,700 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62742-10-D-1309) for the design and construction of X-Ray Wharf improvements to Berth 1 at Naval Base, Guam. The work includes the rehabilitation and modernization of the north berth at X-Ray Wharf to provide berthing and utilities for Auxiliary Cargo and Ammunition Ship (T-AKE) class supply vessels; including dredging, sheet pile bulkhead, cement/soil mix gravity wall, mooring dolphin, relocation of buoys, wharf deck, fenders, cathodic protection, potable water, bilge and oily waste treatment, sewer, fire protection, and storm drain utility systems, security fencing and lighting, wharf deck lighting, and associated support buildings. Work will be performed in Santa Rita, Guam, and is expected to be completed by October 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $39,699,700 are being obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Olin Corp. - Winchester Ammunition, East Alton, Illinois, is being awarded a $27,681,245 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 9mm frangible ammunition in support of the U.S. Air Force, U.S. Coast Guard and U.S. Navy. The 9mm frangible ammunition will be used for indoor and outdoor close quarter battle (CQB) training. CQB operations are in locations where there may be populated areas beyond the impact area of an operation for the Air Force, Coast Guard and Navy. Work will be performed in Oxford, Mississippi, and is expected to be completed by June 2019. Fiscal 2014 procurement, military ammunition funds in the amount of $1,955,248 will be obligated at time of contract award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JN45).
American Rheinmetall Munition, Stafford, Virginia, is being awarded a $26,037,082 firm-fixed price, indefinite-delivery/indefinite-quantity contract for 3,154,286 40mm day/night M1110 practice cartridges. The M1110 contains a chemiluminescent projectile for training of Marines in the use of the 40mm low velocity cartridge under day and night/low-light conditions. Work will be performed in Camden, Arkansas, and is expected to be completed by February 2016. Fiscal 2012 and 2014 procurement (Marine Corps) funds in the amount of $26,037,082 will be obligated at the time of award. Contract funds in the amount of $14,531,088 will expire at the end of the current fiscal year. This contract was a sole-source procurement in accordance with 10 U.S.C. 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-7403).

Kellogg Brown & Root Services, Inc., Houston, Texas, is being awarded a $22,142,994 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services at Isa Air Base, Bahrain and its outlying support sites including the Patriot Battery Site at Riffa, Bahrain. The work to be performed provides for all management, supervision, labor, materials, and equipment necessary to perform services for general information, management and administration, galley, housing (bachelor/unaccompanied housing), facility support (facility investment, facility management, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping), electrical, wastewater, water and base support vehicles and equipment, and environmental. The maximum dollar value including the base period and four option years is $113,824,554. Work will be performed in Isa, Bahrain, and is expected to be completed by September 2019. Fiscal year 2014 operation and maintenance (Navy, Marine Corps, and Army) contract funds in the amount of $10,921,919 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-14-D-6012).
The Boeing Co., Seattle, Washington, is being awarded a $19,857,582 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the procurement of one spare P-8A CFM-56 engine and one spare engine build-up unit in support of the P-8A Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington, and is expected to be completed in August 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $19,857,582 will be obligated on this 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.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $15,947,962 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft. This option provides for the procurement of 182 RT-1990(C)/ARCs and conversion of four RT-1939(C)s to RT-1990(C)s. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $15,947,962 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.
King Aerospace, Inc., Addison, Texas, is being awarded a $9,458,209 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-12-D-0014) to exercise an option for contractor logistics services in support of C-9B aircraft, including base site operations, depot planned maintenance interval inspections and engine shop visits. Work will be performed in Cherry Point, North Carolina (60 percent); Ardmore, Oklahoma (10 percent); Whidbey Island, Washington (10 percent); Addison, Texas (10 percent); and Miami, Florida (10 percent), and is expected to be completed in May 2015. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.
BAE Systems Mayport, Jacksonville, Florida, is being awarded a $9,270,465 modification to previously awarded contract (N40024-10-C-4406) for ship repairs, hull, machinery, electrical, electronics, ship alterations, and piping alteration as required on USS Carney (DDG-64). The primary focus of this repair package is to accomplish structural repairs and habitability upgrades. Work will be performed in Jacksonville, Florida, and is expected to be completed by September 2014. Fiscal 2014 operations & maintenance (Navy), fiscal 2014 other procurement (Navy) and working capital funds (Navy) funding in the amount of $9,270,465 will be obligated at time of award. Contract funds in the amount of $9,215,334 will expire at the end of the current fiscal year. The Southeast Regional Maintenance Center Jacksonville, Florida, is the contracting activity.
ARMY
General Dynamics Land Systems, Sterling Heights, Michigan was awarded an $11,421,811 modification (P00011) to contract W56HZV-14-C-B019 for the procurement of three additional DVH Stryker ECP ICVV prototype test vehicles, under Phase II of the Stryker Engineering Change Proposal Upgrade program. Fiscal 2014 research, development, test and evaluation funds in the amount of $5,715,337 were obligated at the time of the award. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Dec. 31, 2016. Army Contracting Command, Warren, Michigan is the contracting activity.
APPTRICITY Corp.*, Irving, Texas, was awarded a $10,543,119 firm-fixed-price contract for the annual license maintenance for the Transportation Coordinators Automated Information for Movements System II (TC-AIMS II) commercial supply chain solutions software: [Theater Operations Software (TOPS)]. Funding and work location will be determined with each order. The estimated completion date is Jan. 31, 2019. One bid was solicited and one received. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-14-D-0069).
ITT Exelis Systems Corp., Colorado Springs, Colorado was awarded a $9,490,510 modification (BA0343) to contract W911SE-07-D-0006 for the Army Prepositioned Stock-5 support to the Army Field Support Battalion-Qatar. Fiscal 2014 operations and maintenance (Army) funds in the amount of $4,198,314 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Work will be performed in Qatar. Army Contracting Command, Rock Island, Illinois is the contracting activity.
DEFENSE LOGISTICS AGENCY
Sysco Seattle, Kent, Washington, has been awarded a maximum $173,507,460 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for subsistence prime vendor support for various customers in Seattle, Washington – Zone 1 (Ships). This contract was a competitive acquisition with two offers received. This is a two-year base contract with one two-year option period. Location of performance is Washington with an Aug. 3, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3009).
Sysco Seattle, Kent, Washington, has been awarded a maximum $110,818,565 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for subsistence prime vendor support for various customers in Seattle, Washington – Zone 2 (Land). This contract was a competitive acquisition with two offers received. This is a two-year base contract with one two-year option period. Location of performance is Washington with an Aug. 3, 2016 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, Pennsylvania (SPE300-14-D-3010).
ScImage, Inc.,* Los Altos, California, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment contract for digital imaging network-picture archive and communication system, components, system options and accessories, upgrades, training, maintenance services, and turnkey installation. This contract was a competitive acquisition with ten offers received. This is a two-year base contract with one one-year option period. Location of performance is California with a May 29, 2017 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 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-14-D-8302).
Genco Infrastructures Solutions, Inc., Pittsburgh, Pennsylvania, has been awarded a maximum $7,955,284 modification (P00006) exercising the first one-year option on a one-year base contract (SP3300-13-C-5002) with four one-year option periods. This is a fixed-price/incentive-firm and cost-reimbursable contract for warehousing and distribution support services. Location of performance is Pennsylvania with a May 31, 2015 performance completion date. Using service is Defense Logistics Agency Distribution Bahrain, Southwest. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. (Awarded May 16, 2014)

*Small Business

*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-104-14 June 3, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*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