Search This Blog

Following are links to various U.S. government press releases.

Counterterrorism

White-Collar Crime

Popular Posts

Monday, August 19, 2013

U.S. DOD CONTRACTS FOR AUGUST 19, 2013

FROM:  U.S. DEPARTMENT OF DEFENSE
Contracts
Defense Logistics Agency

           Certified Stainless Service doing business as West-Mark*, Ceres, Calif., has been awarded a maximum $382,500,000 for procurement of commercial fire-fighting equipment. The contract is a five year, fixed-price with an economic-price-adjustment, requirements contract (SPE8EC-13-D-0005). There were 24 solicitations with 24 responses. Location of performance is California, with an Aug. 18, 2018 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

           Dentsply International, York, Pa., has been awarded a maximum $13,487,031 modification (P00002) exercising the first option-year period of a one-year base contract (SPM2D0-12-D-0009) with seven one-year option periods for various medical and surgical products. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. There were 17 responses to the Web solicitation. Location of performance is Pennsylvania, with an Aug. 20, 2014 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2014 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

           Parmelee Industries Inc., doing business as U.S. Safety*, Shawnee Mission, Kan., has been awarded a maximum $12,009,699 modification exercising the fourth option-year period of a one-year base contract (SPM2DE-09-D-7540) with four one-year option periods for procurement of optical frames and accessories. The contract is a fixed-price with an economic-price-adjustment contract. There were four responses to the DLA Internet Bid Board solicitation. Location of performance is Kansas, with an Aug. 27, 2014 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Navy

           Brigadier Construction Services LLC*, Cleveland, Ohio (N44255-13-D-8010); Burr-MZT Joint Venture*, San Clemente, Calif. (N44255-13-D-8011); Coburn Contractors LLC*, Montgomery, Ala. (N44255-13-D-8012); Halbert Construction Company Inc.*, El Cajon, Calif. (N44255-13-D-8013); RWT LLC*, Provo, Utah (N44255-13-D-8014); and Veterans NW Construction LLC*, Seattle, Wash. (N44255-13-D-8015), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build or design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or by design-bid-build of facilities. Types of projects include, but are not limited to, commercial and institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities, and manufacturing facilities. RWT LLC is being award task order #0001 at $10,862,011 for the renovation of Bachelor Enlisted Quarters Buildings 2306 and 2308 at Naval Base Kitsap – Bangor, Silverdale, Wash. Work for this task order is expected to be completed by June 2016. All work on this contract will be performed primarily within the NAVFAC Northwest AOR which includes Washington (92 percent); Oregon (2 percent); Alaska (2 percent); Idaho (1 percent); Montana (1 percent); Wyoming (1 percent), and may also be performed in the remainder of the United States (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of August 2018. Brigadier Construction Services LLC; Burr-MZT Joint Venture; Coburn Contractors LLC; Halbert Construction Company Inc; and Veterans NW Construction LLC are being awarded task order #0001 at $25,000 each for the guaranteed minimum. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $10,987,011 will be obligated at the time of award. This contract was competitively procured via the Navy Electronic Commerce Online website with 30 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

           Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded an $18,175,946 modification to previously awarded contract (N00024-03-C-5115) for cruiser and destroyer modernization testing efforts associated with the Aegis Combat System. Work will be performed in Moorestown, N.J. (40 percent); Bath, Maine (15 percent); Pascagoula, Miss. (15 percent); Washington, D.C. (12 percent); San Diego, Calif. (7 percent); Norfolk, Va. (7 percent); Pearl Harbor, Hawaii (2 percent); Port Hueneme, Calif. (1 percent); and Syracuse, N.Y. (1 percent), and is expected to be completed by August 2014. Fiscal 2012 shipbuilding and conversion, Navy; fiscal 2013 operations and maintenance, Navy; fiscal 2011 and 2012 other procurement, Navy; fiscal 2013 research, development, test and evaluation funds in the amount of $18,175,946 will be obligated at time of award. Contract funds in the amount of $11,470,219 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

           John C. Grimberg Company Inc., Rockville, Md., is being awarded $12,495,000 for firm-fixed -price task order #0007 at under a previously awarded multiple award construction contract (N40080-10-D-0492) for construction of the AEGIS Cruiser/Destroyer Upgrade Training Facility at Naval Support Activity Dahlgren. The work to be performed provides for the construction of a two-story addition to the existing AEGIS Training and Readiness Center Building #1520 for cruiser/destroyer upgrade training. The task order also contains two unexercised option, which if exercised would increase cumulative contract value to $13,805,400. Work will be performed in Dahlgren, Va., and is expected to be completed by March 2015. Fiscal 2013 military construction, Navy contract funds in the amount of $12,495,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington D.C., is the contracting activity.

Army

           Patriot Construction LLC (W91278-13-D-0040) and Willis-McKenneys, 8(a) Joint Venture (W91278-13-D-0041); were awarded a firm-fixed-price, no option, multi-year, contract with a cumulative maximum value of $25,000,000 for mechanical systems repair for DoD Army medical facilities in the south eastern United States. Performance location and funding will be determined with each order. Bidding was solicited via Web, with two bids received. The U.S. Army Corps of Engineers, Mobile District, Mobile, Ala., is the contracting activity.

           Bergstrom Inc., Rockford, Ill., was awarded a firm-fixed-price, no option, non-multi-year contract with a cumulative maximum value of $16,867,670 for installation, components and maintenance to the heating and air conditioning system installed in M997A3 ambulance. Performance location and funding will be determined with each order. Bidding was solicited via Web, with one bid received. The U.S. Army Contracting Command – Joint Manufacturing and Technology Center, Rock Island Ill., is the contracting activity (W9098S-13-D-0011).

           AAI, Hunt Valley, Md., was awarded a firm-fixed-price, no option, non-multi-year, contract modification (P00111) of $11,798,626 with a cumulative maximum value of $1,530,786,418 for purchase of six Shadow unmanned aircraft vehicles and auxiliary equipment. Performance location will be at Hunt Valley, Md., and funding will be from fiscal 2012 other funding. One bid solicited and one received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone, Ala., is the contracting activity (W58RGZ-08-C-0023).

           L3 Communication System – West, Salt Lake City, Utah, was awarded a firm-fixed-price, option-eligible, non-multi-year, contract modification (P0009) of $11,406,057 with a cumulative maximum value of $37,817,822 for production hardware of 118 each Level 2 Manned-Unmanned (L2 MUM) Product Improvement Plan B-Kits and 16 each Transit cases #1 and 16 each Transit Cases #2. Performance location will be at Salt Lake City, Utah, and funding will be from fiscal 2013 other funding. One bid solicited and one received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone, Ala., is the contracting activity (W58RGZ-11-C-0023).

Air Force

           International Business Machines Corp., Global Government Industry, Bethesda, Md., has been awarded an $11,861,333 fixed-price-incentive-firm contract (FA8727-13-C-0002) for the Air Force Integrated Personnel and Pay System (AF-IPPS) Program to integrate the Air Force military personnel and pay processes into one system. This effort requires the awardee to blueprint/design an enterprise resource planning (ERP)-based solution to meet all personnel and pay requirements. Work will be performed at Hanscom Air Force Base, Mass., and Bethesda, Md., and is expected to be completed by December 2014. This award is the result of a full and open competitive acquisition and six offers were received. Fiscal 2012 research and development funds in the amount of $11,861,333 are being obligated at time of award. This is not a multiyear contract. Air Force Life Cycle Management Center/HISK/Hanscom (Enterprise Acquisition Division) is the contracting activity.

*Small Business