Welcome to DU! The truly grassroots left-of-center political community where regular people, not algorithms, drive the discussions and set the standards. Join the community: Create a free account Support DU (and get rid of ads!): Become a Star Member Latest Breaking News General Discussion The DU Lounge All Forums Issue Forums Culture Forums Alliance Forums Region Forums Support Forums Help & Search

unhappycamper

(60,364 posts)
Sat Apr 13, 2013, 09:03 AM Apr 2013

Military Contracts Awarded On 4.11.2013

http://www.defense.gov/contracts/contract.aspx?contractid=5017

Contracts valued at $6.5 million or more are announced each business day at 5 p.m. Contract announcements issued within the past 30 days are listed below. Older contract announcements are available from the contract archive page. Contract announcements are also available by e-mail subscription. Go to DOD News for more information and for links to other news items.

FOR RELEASE AT
5 p.m. ET No. 233-13
April 11, 2013

CONTRACTS

NAVY

Atlas Technologies Inc.*, North Charleston, S.C. (N65236-13-D-4870); Ausgar Technologies, Inc.*, San Diego, Calif. (N65236-13-D-4871); By Light, Professional IT Services, Inc.*, Arlington, Va. (N65236-13-D-4872); Cambridge International Systems Inc.*, Arlington, Va. (N65236-13-D-4873); Case, LLC.*, Alexandria, Va. (N65236-13-D-4874); DKW Communications Inc.*, Washington, D.C. (N65236-13-D-4875); Dynamic Network Enterprises*, Stafford, Va. (N65236-13-D-4876); KinetX Inc.*, Tempe, Ariz. (N65236-13-D-4877); Professional Software Engineering Inc.*, Virginia Beach, Va. (N65236-13-D-4878); and Trace Systems Inc.*, McLean, Va. (N65236-13-D-4879) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus fixed-fee, performance-based contract with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders. The contracts are for the procurement of transport and computing infrastructure support services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance, information operations, enterprise information services and space capabilities. The cumulative, estimated value (ceiling) of the base year is $49,918,000. These contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $249,590,000. Work will be performed worldwide. Work is expected to be completed by April 2014. If all options are exercised, work could continue until April 2018. SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the 10 awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304(b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 21 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $29,478,449 cost-plus-fixed fee contract for design engineering and build for the commercial equivalent equipment, including cabinets, consoles, cables and switches necessary to support the development and test of the Japan Aegis modernization baseline computer programs and equipment. This contract involves Foreign Military Sales (FMS) for the government of Japan (100 percent). Work will be performed in Moorestown, N.J. (83.6 percent); Clearwater, Fla. (16.3 percent); Akron, Ohio (0.1 percent), and is expected to be completed by June 2014. FMS funds in the amount of $26,089,734 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(1)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5111).

Eclipse Group Inc., Annapolis, Md., is being awarded a $22,879,990 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract for operational and logistics support for ocean testing and related at sea projects. The contractor will be required to provide operational support personnel and specialized equipment such as remotely operated vehicles, diving services, aircraft support, specialized mobilization equipment and vessels with crews and provisioning in support of open ocean sea tests. Work will be performed in Annapolis, Md., and is expected to be completed by April 2016. Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $30,000 will be obligated at the time of the award. Contract funds do not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with four offers received. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-13-D-3001).

Seaward Services Inc., New Albany, Ind., is being awarded a $21,849,824 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract for operational and logistics support for ocean testing and related at sea projects. The contractor will be required to provide operational support personnel and specialized equipment such as remotely operated vehicles, diving services, aircraft support, specialized mobilization equipment and vessels with crews and provisioning in support of open ocean sea tests. Work will be performed in New Albany, Ind., and is expected to be completed by April 2016. Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $30,000 will be obligated at the time of the award. Contract funds do not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with four offers received. The Naval Undersea Warfare Center Division, Newport is the contracting activity (N66604-13-D-0983).

Logos Technologies Inc.*, Arlington, Va., is being awarded an $8,000,994 modification to a previously awarded firm-fixed-price contract (N68335-12-C-0192) to exercise an option for field service representatives, operators, and analysts required to support Persistent Ground Surveillance Systems Kestrel systems deployed outside of the continental United States. This modification is in support of a Phase III Small Business Innovation Research (SBIR) Project under Topic 072-019 entitled “Wide Area Video Image Storage Techniques.” Work will be performed in Afghanistan (90 percent) and Fairfax, Va. (10 percent), and is expected to be completed in October 2013. Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $8,000,994 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

Logos Technologies Inc.*, Arlington, Va., is being awarded a $7,154,836 modification to delivery order #0003 under previously awarded basic ordering agreement (N68335-10-G-0036) to exercise an option for a field service representatives, operators, analysts, and trainers to support the Persistent Threat Detection Systems deployed outside the continental United States. This modification is in support of a Phase III Small Business Innovation Research (SBIR) project under Topic SB072-019, “Wide Area Video Image Storage Techniques.” Work will be performed in Afghanistan (94 percent) and Fairfax, Va. (6 percent), and is expected to be completed in October 2013. Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $7,154,836 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Foster Caviness Inc.*, Colfax, N.C., has been awarded a maximum $48,600,000 contract for fresh fruit and vegetable support for customers in the Tennessee Zone. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Locations of performance are North Carolina and Tennessee with an Oct. 10, 2014 performance completion date. Using military services are Army, Air Force, Marine Corps, and U.S. Department of Agriculture school customers. Type of appropriation is fiscal year 2013 through fiscal year 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-P196).

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Conn., has been awarded a maximum $12,067,012 contract for vane assemblies. The award is a firm-fixed-price, sole-source contract. Location of performance is Connecticut with a Feb. 28, 2014 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (N00383-12-G-001M-Y84G).

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, Calif., is being awarded an $18,251,274 firm-fixed-price contract for MQ-1/MQ-9 organic depot activation. Work will be performed at Hill Air Force Base (AFB), Utah, Warner-Robins AFB, Ga., and Tinker AFB, Okla., and is expected to be completed by April 4, 2015. This award is a result of sole-source acquisition. Type of appropriation is fiscal 2011. The contracting activity is AFLCMC/WIIK, Wright-Patterson AFB, Ohio (FA8620-10-G-3038 0044).

L-3 Communication Corp., Greenville, Texas, is being awarded a $9,134,686 firm-fixed-price, cost-reimbursable, time and materials contract for the Republic of Korea Government (ROKG) Peace Pioneer Core and Depot/System Integrated Laboratory Sustainment Program. This task order 0002 effort is engineering, and Program Management Support to include all sustainment operations and management required for the Depot/System Integrated Laboratory, as well as continued management of production, test, and support equipment required to support Peace Pioneer. Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2015. This award is the result of a sole-source acquisition. The contracting activity is AFCLMC/WINK, Wright-Patterson AFB, Ohio. Contract involves foreign military sales; 100 percent of this contract modification is an unclassified FMS requirement for the ROKG (FA8620-13-G-3002, TO 0002).

*Small Business
Latest Discussions»Issue Forums»Veterans»Military Contracts Awarde...