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 20, 2013, 09:30 AM Apr 2013

Military Contracts Awarded On 4.19.2013

http://www.defense.gov/contracts/contract.aspx?contractid=5023

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. 256-13
April 19, 2013

CONTRACTS

AIR FORCE

Ace Technology Partners LLC., Arlington Heights, Ill., (FA8732-13-D-0014); CDW Government LLC., Vernon Hills Ill., (FA8732-13-D-0013); CounterTrade Products Inc., Arvada Colo., (FA8732-13-D-0015); FedStore Corp., Rockville Md., FA8732-13-D-0010); General Dynamics IT, Needham Mass., (FA8732-13-D-0016); Intelligent Decisions Inc., Ashburn Va., (FA8732-13-D-0011); Iron Bow Technologies LLC., Chantilly Va., (FA8732-13-D-0017) and World Wide Technology Inc., Maryland Heights Mo.,(FA8732-13-D-0012) are being awarded a maximum $6,900,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network Centric Solutions (NETCENTS-2) Netcentric Products. An initial obligation of $2,500 will be issued to each of the awardees utilizing fiscal 2013 appropriation. This contract vehicle is mandatory for the purchase of netcentric products for Air Force customers. This contract vehicle will provide for commercially available off-the-shelf products to support the Internet Protocol Network and will include the following categories of netcentric products and associated support worldwide: networking equipment, servers/storage, peripherals, multimedia, software (not included on other enterprise licenses), and identity management/biometric hardware and associated software. Because this is an ID/IQ, the location of performance is not known at this time and will be cited on individual delivery orders. Generally, work will be performed at Air Force facilities. The period of performance is six years. The ordering period is a three year basic period with three, one-year option periods if exercised. This was a competitive acquisition and the awards are the result of corrective action taken by the Air Force in 2012. The contracting activity is Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala.

The Boeing Co., Integrated Defense Systems, Seattle, Wash., is being awarded an $11,418,173 firm-fixed-price, fixed-price-incentive-firm, cost-plus-fixed-fee contract (F19628-01-D-0016 Delivery Order 67 Modification 4) re-baseline of French mid-life upgrade delivery order 67 schedule due to impacts of the partial stop work order issued June 19, 2012. Total cumulative face value of the contract is $354,124,956. Work will be performed at Seattle, Wash., and is expected to be completed by Dec. 31, 2015. Contract involves foreign military sales. The contracting activity is Air Force Life Cycle Management Center/HBSKI, Hanscom Air Force Base, Mass.

L-3 Vertex Aerospace LLC., Madison, Miss., is being awarded a not-to-exceed $45,202,205 firm-fixed-price contract modification (P00012) to extend FA8I06-IO-C-0012 for 12 months for contractor logistic support for the Iraqi Air Force C208 and C172 aircraft and for maintenance students training on both aircraft without a break in service. Work will be performed at Tikrit Air Base, Iraq, and work is expected to be completed by April 20, 2014. The contract involves foreign military sales. The contracting activity is Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla.

BAE Systems Information and Electronics Systems Integration Inc., Greenlawn, N.Y., is being awarded a $34,278,736 firm-fixed-price contract for 336 AN/APX-125 F-16 Mode 5 Advanced Identify Friend/Foe units. Work will be performed at Greenlawn, N.Y., and work is expected to be completed by May 31, 2015. Contract involves foreign military sales. The contracting activity is Air Force Life Cycle Management Center /WWMK, Wright Patterson Air Force Base, Ohio., (FA8615-13-C-6014).

DEFENSE LOGISTICS AGENCY

Altec Industries Inc., Birmingham, Ala., has been awarded a maximum $177,500,000 contract for procurement of commercial type trucks and trailers. The award is a fixed-price with economic-price-adjustment contract. Location of performance is Alabama with an April 18, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0013).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $85,153,904 for procurement of eight different types of spare part items for radio receiving sets, low frequency automatic direction finders, and tactical navigation systems for Army helicopters. The award is a firm-fixed-price, sole-source, ID/IQ long term contract. Location of performance is Iowa with an April 18, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md., (SPRBL1-13-D-0011).

The Class Produce Group,* Jessup, Md., has been awarded a maximum $47,930,784 contract for fresh fruit and vegetable support for Department of Defense ship and export customers in Virginia. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Location of performance is Maryland with an Oct. 18, 2014 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-P189).

Golden State Medical Supply,* Camarillo, Calif., has been awarded a maximum $22,433,256 modification (P00044) exercising the fourth option year on SPM2D0-09-D-0001 for various pharmaceuticals. The modification is a firm-fixed-price, ID/IQ contract. Location of performance is California with an April 20, 2014 performance completion date. Using military services are Army, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Hardigg Industries Inc.,* South Deerfield, Mass., has been awarded a maximum $19,515,500 modification (P00001) exercising the first option year on SPM8EG-12-D-0001 for footlockers. The modification is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts with an April 15, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

The Boeing Co., St. Louis, Mo., has been awarded a maximum 14,790,816 contract for airframe structural support components. The award is a firm-fixed-price, sole-source, definite quantity type contract with no quantity options. Location of performance is Missouri with an Aug. 31, 2018 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPM4A1-09-G-0004-865W).

I-Solutions Direct Inc. (Metals USA), Fort Washington, Pa., has been awarded a maximum $14,786,372 modification (P00037) exercising the second option year on SPM8EG-10-D-0005 for various metal items. The award is a fixed-price with economic-price-adjustment, ID/IQ, prime vendor contract. Location of performance is Pennsylvania with an April 22, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $20,000,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-4311) to provide Nuclear Regional Maintenance Department tasks in support of operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn. Work will be performed in New London, Conn., and is expected to be completed by March 2014. Fiscal 2013 Operations and Maintenance, Navy funding in the amount of 20,000,000 will be obligated at 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., St. Louis, Mo., is being awarded a $17,689,518 modification to a previously awarded firm-fixed- price contract (N00019-10-C-0030) for the full rate production of 1,496 precision laser guidance sets (DSU-38/B) and the appropriate shipping containers for the U. S. Navy (509), U.S. Air Force (463) and the governments of Saudi Arabia (496) and Japan (28). Work will be performed in St. Charles, Mo., and is expected to be completed in February 2015. This contract combines purchases for the U.S. Navy ($5,575,077; 31 percent); U.S. Air Force ($5,071,239; 29 percent); and the governments of Saudi Arabia ($6,667,232; 38 percent); and Japan ($375,970; 2 percent) under the Foreign Military Sales (FMS) Program. Fiscal 2013 Procurement of Ammunition, Navy and Marine Corps funds, 2013 Procurement of Ammunition, Air Force funds and FMS contract funds in the amount of $17,689,518 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, Md., is the contracting activity.

Stemnion Inc.*, Pittsburgh, Pa., is being awarded a $10,291,065 cost-reimbursement contract to provide research and development services in support the Naval Medical Research Center’s cellular combat wound initiative. This contract contains options, which if exercised, will bring the total value of the contract to $30,276,534. Work will be performed in Pittsburgh, Pa., and is expected to be completed in April 2014. If all options are exercised, work will continue through April 2016. Fiscal 2012 Navy Research and Development contract funds in the amount of $9,469,000 will be obligated at the 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). The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-13-C-4014).

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