Thursday, February 12, 2015

DTN News: U.S. Department of Defense Contracts Dated February 12, 2015

Defense News: DTN News: U.S. Department of Defense Contracts Dated February 12, 2015
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-029-15 February 12, 2015
(NSI News Source Info) TORONTO, Canada - February 12, 2015U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued February 12, 2015 are undermentioned;

CONTRACTS
 
ARMY
 
ABM Government Services, Hopkinsville, Kentucky (W912DY-15-D-0029); ACEPEX Management Corp.,* Montclair, California (W912DY-15-D-0030); EMCOR Government Services, Arlington, Virginia (W912DY-15-D-0031); Electronic Metrology Laboratory,* Franklin, Tennessee (W912DY-15-D-0032); Facility Services Management,* Clarksville, Tennessee (W912DY-15-D-0033); J&J Maintenance Inc., Austin , Texas (W912DY-15-D-0034); Johnson Controls Building Automation Systems, Huntsville, Alabama (W912DY-15-D-0035); Quality Services International, San Antonio, Texas (W912DY-15-D-0036); SODEXO Management Gaithersburg, Maryland (W912DY-15-D-0037); and VW International, Alexandria, Virginia (W912DY-15-D-0038), were awarded a $990,000,000 firm-fixed-price shared contract amount for operations and maintenance services at government medical and related non-medical facilities including hospitals, clinics, administrative, pharmacies, veterinarian, dental, training, research, utility and energy plants, labs and storage facilities, as well as some nonmedical facilities associated with these medical facilities.. Funding and work location will be determined with each order with an estimated completion date of Feb. 11, 2020. Bids were solicited via the Internet with 22 received. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.
 
ABM Government Services, Hopkinsville, Kentucky (W91278-15-D-0020); EMCOR Government Services Inc., Arlington, Virginia (W91278-15-D-0021); Facilities Services Management Inc., Clarksville, Tennessee (W91278-15-D-0022); J&J Worldwide Services, Austin, Texas (W91278-15-D-0023); and Jones Lang LaSalle, Washington, District of Columbia (W91278-15-D-0024), were awarded a $248,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract with options for the operation, maintenance and minor construction for Army Medical Command facilities in CONUS, Alaska, Hawaii and Puerto Rico. Funding and work location will be determined with each order, with an estimated completion date of Feb. 8, 2020. Bids were solicited via the Internet with six received. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $220,564,993 modification (P00882) to contract W58RGZ-06-C-0194 to procure forty-one 72A Lakota Helicopters to include forty-one Airborne Radio Communications 231 Radios. Fiscal 2015 other procurement funds in the amount of $220,564,993 were obligated at the time of the award. Estimated completion date is July 31, 2017. Work will be performed Columbus, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Robertson Fuel Systems, Tempe, Arizona, was awarded a $45,352,938 firm-fixed-price foreign military sales contract (Korea, Turkey, UAE) to supply Extended Range Fuel Systems and associated support equipment for the CH-47 helicopter. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 3019. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0025).

Raytheon/Lockheed Martin Javelin J/V was awarded a $25,368,524 modification (P00013) to foreign military sales contract W31P4Q-14-C-0127 (Ireland, Australia, New Zealand, France, Lithuania, Jordan, Norway, Taiwan) for life cycle contractor support and repairs for U.S. Army, Marines, Army National Guard and FMS customers. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $25,368,524 were obligated at the time of the award. Estimated completion date is Feb. 28, 2016. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Elbit Systems of America, Fort Worth, Texas, was awarded a $13,185,756 modification (P00013) to foreign military sales contract W58RGZ-12-C-0164 (Indonesia) for 300 Apache Aviator Integrated Helmets. Fiscal 2010/2013/2014 other procurement funds in the amount of $13,185,756 were obligated at the time of the award. Estimated completion date is April 30, 2017. Work will be performed in Fort Worth, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Wolverine Services LLC,* Colorado Springs, Colorado, was awarded an $11,371,140 firm-fixed-price contract for base operations services. Work will be performed at the following Alaskan locations: Fort Wainwright, Donnelly, Yukon and Black Rapids training areas with an estimated completion date of April 11, 2021. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912D0-15-D-0004).

DEFENSE LOGISTICS AGENCY
 
Beacon Point Associates, LLC,** Pembroke Pines, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment/supplies, optical/laboratory equipment/supplies, components and systems accessories. This contract was a competitive acquisition, and fifty-five offers were received. This is a five-year base contract with no option year periods. Location of performance is Florida with a Feb. 11, 2020 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0012).
 
AIR FORCE
 
COLSA Corp., Huntsville, Alabama, has been awarded a $23,748,310 modification (P00023) to exercise the option on previously awarded contract FA9200-10-D-0166. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.
 
OASIS System LLC, Lexington, Massachusetts, has been awarded a $23,748,310 indefinite-delivery/ indefinite quantity modification (P00025) to exercise the option on previously awarded contract FA9200-10-D-0173. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.
 
NAVY
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $16,492,000 undefinitized delivery order against a previously issued Basic Ordering Agreement (N00019-14-G-0020) for the procurement and installation of vehicle management computer retrofit modification kits into designated aircraft that are critical to meeting F-35 Lightning II requirements. Work will be performed in Fort Worth, Texas (45 percent); Ogden, Utah (20 percent); Cherry Point, North Carolina (20 percent); Yuma, Arizona (5 percent); Eglin Air Force Base, Florida (5 percent); and Edwards Air Force Base, California (5 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2015 aircraft procurement (Navy, Marine Corps and Air Force), fiscal 2015 research, development, test and evaluation funds (Navy, Marine Corps and Air Force) and International Partner funds in the amount of $8,246,000 are being obligated on this award, $4,051,934 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 
General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a one-year $13,939,606 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0060) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing, integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $68,088,407. Work will be performed in San Diego, California, and work is expected to be completed by Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations & maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website. Two proposals were received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-12-D-0060).

Science Applications International Corp. Inc., McLean, Virginia, is being awarded a one-year $12,236,396 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0061) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $59,770,490. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations and maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with two proposals received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.


Systems Engineering Support Co. Inc.,* San Diego, California, is being awarded a $7,566,497 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for design, engineering, integration, fabrication and testing support of the Data Multiplex Systems (DMS), the Fiber Optic Data Multiplex System, and the Gigabit Ethernet Data Multiplex System, collectively referred to as xDMS. This is a three-year contract which includes two one-year options, which if exercised, would bring the contact value to $12,975,000. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2018. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using ship construction (Navy), other procurement (Navy) and foreign military sales funds. This contract was competitively procured via solicitation N66001-14-R-0013 and publication on the Federal Business Opportunities website and SPAWAR e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0058).

*Small business
**Service disabled veteran owned small business

*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-029-15 February 12, 2015 
*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