WOXOF,
Congratulations on the win! Hard, smart work = Good contracts.
Good to see,
/Ace
Dwayne N. Junker
Senior Advisor
Office of the President
(W) 619-702-1700
(M) 619-279-2008
From: U.S. Department of Defense <govdelivery@xxxxxxxxxxxxxxxxxxxxxxxxx>
Sent: Tuesday, May 07, 2019 2:42 PM
To: Dwayne Junker <djunker@xxxxxxxxxxxxxxxxxx>
Subject: Contracts For May 7, 2019
You are subscribed to Contract Announcements for U.S. Department of Defense.
This information has recently been updated, and is now available.
Contracts For May 7,
2019<http://links.govdelivery.com:80/track?type=click&enid=ZWFzPTEmbWFpbGluZ2lkPTIwMTkwNTA3LjU2MTc2NTEmbWVzc2FnZWlkPU1EQi1QUkQtQlVMLTIwMTkwNTA3LjU2MTc2NTEmZGF0YWJhc2VpZD0xMDAxJnNlcmlhbD0xNzYxMDQyMSZlbWFpbGlkPWRqdW5rZXJAZXBzaWxvbnN5c3RlbXMuY29tJnVzZXJpZD1kanVua2VyQGVwc2lsb25zeXN0ZW1zLmNvbSZmbD0mZXh0cmE9TXVsdGl2YXJpYXRlSWQ9JiYm&&&100&&&https://dod.defense.gov/News/Contracts/Contract-View/Article/1840893//?source=GovDelivery>
05/07/2019 05:00 PM EDT
________________________________
FOR RELEASE AT
5 p.m. ET
No. CR-086-19
May 7, 2019
________________________________
Contracts For May 7, 2019
NAVY
Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded
a $84,925,824 cost-plus-incentive-fee modification to previously awarded
contract N00024-13-C-5116 for AEGIS combat system engineering, architecture,
development, integration and test; Naval Integrated Fire Control-Counter Air
integration and test; and training, studies and computer program maintenance.
Work will be performed in Moorestown, New Jersey, and is expected to be
completed by December 2019. Fiscal 2014 and 2017 shipbuilding and conversion
(Navy); fiscal 2018 and 2019 research, development, test, and evaluation
(Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other
procurement (Navy) funding in the amount of $58,414,159 will be obligated at
the time of award and funding in the amount of $4,217,275 will expire at the
end of the current fiscal year. The Naval Sea Systems Command, Washington,
District of Columbia, is the contracting activity.
G2 Software Systems Inc.,* San Diego, California, is awarded a $83,493,639
indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award
contract to provide command and control (C2) technologies and capabilities in
the areas of innovative science and technology research, systems engineering,
architecture, design, development, integration, testing, configuration
management, quality assurance, and implementation and support of C2 net-centric
military operations. This is one of six contracts awarded. All awardees will
have the opportunity to compete for task orders during the ordering period.
This two-year contract includes four two-year options which, if exercised,
would bring the overall, cumulative value of this contract to an estimated
$93,030,165. All work will be performed in San Diego, California, and is
expected to be completed May 6, 2021. If the options are exercised, the period
of performance would extend through May 6, 2029. Fiscal 2019 working capital
(Navy) funds in a guaranteed amount of $10,000 will be obligated at the time of
award and will not expire by the end of the current fiscal year. Funds will be
obligated as task orders are issued using research, development, test and
evaluation (Navy); operations and maintenance (Navy); other procurement (Navy);
shipbuilding construction (Navy); and working capital fund (Navy). This
contract was competitively procured via a request for proposal
(N66001-18-R-0002) and publication on the Federal Business Opportunities
website and the Space and Naval Warfare Systems Command e-Commerce Central
website. Fourteen offers were received and six were selected for award. Naval
Information Warfare Center Pacific, San Diego, California, is the contracting
activity (N66001-19-D-0059).
Geocent,* Metairie, Louisiana, is awarded a $83,338,808
indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award
contract to provide command and control (C2) technologies and capabilities in
the areas of innovative science and technology research, systems engineering,
architecture, design, development, integration, testing, configuration
management, quality assurance, and implementation and support of C2 net-centric
military operations. This is one of six contracts awarded. All awardees will
have the opportunity to compete for task orders during the ordering period.
This two-year contract includes four two-year options which, if exercised,
would bring the overall, cumulative value of this contract to an estimated
$93,030,165. All work will be performed in San Diego, California, and is
expected to be completed May 6, 2021. If the options are exercised, the period
of performance would extend through May 6, 2029. A guarantee of $10,000 using
fiscal 2019 working capital (Navy) funds will be obligated at the time of
award. Funds will be obligated as task orders are issued using research,
development, test and evaluation (Navy); operations and maintenance (Navy);
other procurement (Navy); shipbuilding construction (Navy); and working capital
fund (Navy). This contract was competitively procured via a request for
proposal (N66001-18-R-0002) and publication on the Federal Business
Opportunities website and the Space and Naval Warfare Systems Command
e-Commerce Central website. Fourteen offers were received and six were selected
for award. Naval Information Warfare Center Pacific, San Diego, California, is
the contracting activity (N66001-19-D-0060).
Forward Slope Inc.,* San Diego, California, is awarded a $76,903,173
indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award
contract to provide command and control (C2) technologies and capabilities in
the areas of innovative science and technology research, systems engineering,
architecture, design, development, integration, testing, configuration
management, quality assurance, and implementation and support of C2 net-centric
military operations. This is one of six contracts awarded. All awardees will
have the opportunity to compete for task orders during the ordering period.
This two-year contract includes four two-year options which, if exercised,
would bring the overall, cumulative value of this contract to an estimated
$93,030,165. All work will be performed in San Diego, California, and is
expected to be completed May 6, 2021. If the options are exercised, the period
of performance would extend through May 6, 2029. A guarantee of $10,000 using
fiscal 2019 working capital (Navy) funds will be obligated at the time of
award. Funds will be obligated as task orders are issued using research,
development, test and evaluation (Navy); operations and maintenance (Navy);
other procurement (Navy); shipbuilding construction (Navy); and working capital
fund (Navy). This contract was competitively procured via a request for
proposal (N66001-18-R-0002) and publication on the Federal Business
Opportunities website and the Space and Naval Warfare Systems Command
e-Commerce Central website. Fourteen offers were received and six were selected
for award. Naval Information Warfare Center Pacific, San Diego, California, is
the contracting activity (N66001-19-D-0058).
Advanced Sciences and Technologies LLC (AS&T),* Berlin, New Jersey, is awarded
a $68,106,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee,
multiple-award contract to provide command and control (C2) technologies and
capabilities in the areas of innovative science and technology research,
systems engineering, architecture, design, development, integration, testing,
configuration management, quality assurance, and implementation and support of
C2 net-centric military operations. This is one of six contracts awarded. All
awardees will have the opportunity to compete for task orders during the
ordering period. This two-year contract includes four two-year options which,
if exercised, would bring the overall, cumulative value of this contract to an
estimated $93,030,165. All work will be performed in San Diego, California, and
is expected to be completed May 6, 2021. If the options are exercised, the
period of performance would extend through May 6, 2029. A guarantee of $10,000
using fiscal 2019 working capital (Navy) funds will be obligated at the time of
award. Funds will be obligated as task orders are issued using research,
development, test and evaluation (Navy); operations and maintenance (Navy);
other procurement (Navy); shipbuilding construction (Navy); and working capital
fund (Navy). This contract was competitively procured via a Request for
Proposal (N66001-18-R-0002) and publication on the Federal Business
Opportunities website and the Space and Naval Warfare Systems Command
e-Commerce Central website. Fourteen offers were received and six were selected
for award. Naval Information Warfare Center Pacific, San Diego, California, is
the contracting activity (N66001-19-D-0056).
Solute Inc.,* San Diego, California, is awarded a $55,891,672
indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award
contract to provide command and control (C2) technologies and capabilities in
the areas of innovative science and technology research, systems engineering,
architecture, design, development, integration, testing, configuration
management, quality assurance, and implementation and support of C2 net-centric
military operations. This is one of six contracts awarded. All awardees will
have the opportunity to compete for task orders during the ordering period.
This two-year contract includes four two-year options which, if exercised,
would bring the overall, cumulative value of this contract to an estimated
$93,030,165. All work will be performed in San Diego, California, and is
expected to be completed May 6, 2021. If the options are exercised, the period
of performance would extend through May 6, 2029. A guarantee of $10,000 using
fiscal 2019 working capital (Navy) funds will be obligated at the time of
award. Funds will be obligated as task orders are issued using research,
development, test and evaluation (Navy); operations and maintenance (Navy);
other procurement (Navy); shipbuilding construction (Navy); and working capital
fund (Navy). This contract was competitively procured via a request for
proposal (N66001-18-R-0002) and publication on the Federal Business
Opportunities website and the Space and Naval Warfare Systems Command
e-Commerce Central website. Fourteen offers were received and six were selected
for award. Naval Information Warfare Center Pacific, San Diego, California, is
the contracting activity (N66001-19-D-0061).
United Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut,
is awarded $55,675,476 for modification P00005 to a previously awarded
fixed-price-incentive-firm contract (N00019-18-C-1021). This modification
provides additional funding for F135 long lead items to support the production
delivery schedule, exercises an option for additional initial spare parts, and
provides program administrative labor for the global spares pool in support the
Navy; Air Force, and Marine Corps, non-U. S. Department of Defense (DoD)
participants and Foreign Military Sales (FMS) customers. Work will be
performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana
(26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to
be completed in April 2022. Fiscal 2019 aircraft procurement (Navy, Air Force,
and Marine Corps); non-U.S. DoD participant and FMS funds in the amount of
$55,675,476 will be obligated at time of award, none of which will expire at
the end of the current fiscal year. This effort combines purchases for the
Navy ($4,161,749; 7.5 percent); Air Force ($3,116,792; 5.6 percent); Marine
Corps ($556,570; 1.0 percent); non-U.S. DoD participants ($24,899,106; 44.7
percent); and FMS Customers ($22,941,259; 41.2 percent). The Naval Air Systems
Command, Patuxent River, Maryland, is the contracting activity.
Data Intelligence LLC,* Marlton, New Jersey, is awarded a $48,103,672
indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award
contract to provide command and control (C2) technologies and capabilities in
the areas of innovative science and technology research, systems engineering,
architecture, design, development, integration, testing, configuration
management, quality assurance, and implementation and support of C2 net-centric
military operations. This is one of six contracts awarded. All awardees will
have the opportunity to compete for task orders during the ordering period.
This two-year contract includes four two-year options which, if exercised,
would bring the overall, cumulative value of this contract to an estimated
$93,030,165. All work will be performed in San Diego, California, and is
expected to be completed May 6, 2021. If the options are exercised, the period
of performance would extend through May 6, 2029. A guarantee of $10,000 using
fiscal 2019 working capital (Navy) funds will be obligated at the time of
award. Funds will be obligated as task orders are issued using research,
development, test and evaluation (Navy); operations and maintenance (Navy);
other procurement (Navy), shipbuilding construction (Navy); and working capital
fund (Navy). This contract was competitively procured via a request for
proposal (N66001-18-R-0002) and publication on the Federal Business
Opportunities website and the Space and Naval Warfare Systems Command
e-Commerce Central website. Fourteen offers were received and six were selected
for award. Naval Information Warfare Center Pacific, San Diego, California, is
the contracting activity (N66001-19-D-0057).
Black Construction/MACE International JV, Harmon, Guam, is awarded a
$29,877,000 firm-fixed-price contract for the construction of a three-megawatt
photovoltaic electrical generation system at Naval Support Facility (NSF) Diego
Garcia. The work to be performed provides for the construction
(design-bid-build) of a three-megawatt photovoltaic electrical generation
system and the supporting electrical distribution system upgrades required to
interconnect the photovoltaic array with the existing NSF Diego Garcia. The
project will also include site preparation, fencing, perimeter lighting and a
ground cover system. Work will be performed in Diego Garcia, British Indian
Ocean Territories and is expected to be completed by June 2021. Fiscal 2015
military construction (Department of Defense) contract funds in the amount of
$29,877,000 are obligated on this award and will not expire at the end of the
current fiscal year. This contract was competitively procured via the Federal
Business Opportunities website with one proposal received. The Naval
Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam,
Hawaii, is the contracting activity (N62742-19-C-1324).
Nathan Kunes Inc.,* San Diego, California, is awarded a $13,681,778
indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for
development, implementation and testing of computer network defense measures;
development of wireless computing security, cross-domain solutions, and
vulnerability assessments; and system and security engineering to evaluate
commercial information assurance products. This two-year contract includes one
three-year option which, if exercised, would bring the cumulative value of this
contract to an estimated $35,236,186. All work will be performed in San Diego,
California. The period of performance of the base award is from May 7, 2019,
through May 6, 2021. If the option is exercised, the period of performance
would extend through May 6, 2024. No funds will be obligated at the time of
award. Funds will be obligated as task orders are issued using operations and
maintenance (Navy); other procurement (Navy); and research, development, test
and evaluation (Navy). This contract was competitively procured via request for
proposal N66001-18-R-0351 which was published on the Federal Business
Opportunities website and the Space and Naval Warfare Systems Command
e-Commerce Central website. Two offers were received and one was selected for
award. The Naval Information Warfare Center Pacific, San Diego, California, is
the contracting activity (N66001-19-D-0089).
BAE Systems, Information and Electronics Systems Integration Inc., Hudson, New
Hampshire, is awarded $10,853,462 for cost-plus-fixed-fee delivery order
N0001919F0019 against a previously issued basic ordering agreement
(N00019-16-G-0021) for the upgrade of the Advanced Precision Kill Weapon System
(APKWS) guidance section. This delivery order provides for non-recurring tasks
to combine the Rotary Wing APKWS II and the Fixed Wing APKWS II Guidance
Sections into one hardware and software solution. Work will be performed in
Hudson, New Hampshire (93 percent); and Austin, Texas (7 percent), and is
expected to be completed in April 2021. Fiscal 2018 and 2019 procurement of
ammunition (Navy and Marine Corps) funds in the amount of $10,853,462 will be
obligated at time of award, none of which will expire at the end of the fiscal
year. The Naval Air Systems Command, Patuxent River, Maryland, is the
contracting activity.
DEFENSE LOGISTICS AGENCY
San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a
maximum $11,295,446 modification (P000013) exercising the second one-year
option period of a one-year base contract (SPE1C1-17-D-B024) with two one-year
option periods for flame resistant, operational camouflage pattern,
intermediate weather outer layer trousers. This is a firm-fixed price,
indefinite-delivery/indefinite-quantity contract. Location of performance is
Texas, with an Oct. 31, 2020, performance completion date. Using military
service is Army. Type of appropriation is fiscal 2019 through 2020 defense
working capital funds. The contracting activity is the Defense Logistics Agency
Troop Support, Philadelphia, Pennsylvania.
UPDATE: Federal Contracts Corp., Tampa, Florida (SPE8EC-19-D-0040), has been
added as an awardee to the multiple-award contract supplying felling trailers
for commercial trucks and trailers, issued against solicitation
SPE8EC-17-R-0008, announced April 20, 2017.
*Small business
**Mandatory source
[Bookmark and
Share]<http://links.govdelivery.com:80/track?type=click&enid=ZWFzPTEmbWFpbGluZ2lkPTIwMTkwNTA3LjU2MTc2NTEmbWVzc2FnZWlkPU1EQi1QUkQtQlVMLTIwMTkwNTA3LjU2MTc2NTEmZGF0YWJhc2VpZD0xMDAxJnNlcmlhbD0xNzYxMDQyMSZlbWFpbGlkPWRqdW5rZXJAZXBzaWxvbnN5c3RlbXMuY29tJnVzZXJpZD1kanVua2VyQGVwc2lsb25zeXN0ZW1zLmNvbSZmbD0mZXh0cmE9TXVsdGl2YXJpYXRlSWQ9JiYm&&&101&&&https://content.govdelivery.com/accounts/USDOD/bulletins/243883f?reqfrom=share>
________________________________
Update your subscriptions, modify your password or e-mail address, or stop
subscriptions at any time on your User Profile
Page<http://links.govdelivery.com:80/track?type=click&enid=ZWFzPTEmbWFpbGluZ2lkPTIwMTkwNTA3LjU2MTc2NTEmbWVzc2FnZWlkPU1EQi1QUkQtQlVMLTIwMTkwNTA3LjU2MTc2NTEmZGF0YWJhc2VpZD0xMDAxJnNlcmlhbD0xNzYxMDQyMSZlbWFpbGlkPWRqdW5rZXJAZXBzaWxvbnN5c3RlbXMuY29tJnVzZXJpZD1kanVua2VyQGVwc2lsb25zeXN0ZW1zLmNvbSZmbD0mZXh0cmE9TXVsdGl2YXJpYXRlSWQ9JiYm&&&102&&&https://public.govdelivery.com/accounts/USDOD/subscriber/edit?preferences=true#tab1>.
You will need to use your email address to log in. If you have questions or
problems with the subscription service, please visit
subscriberhelp.govdelivery.com<http://links.govdelivery.com:80/track?type=click&enid=ZWFzPTEmbWFpbGluZ2lkPTIwMTkwNTA3LjU2MTc2NTEmbWVzc2FnZWlkPU1EQi1QUkQtQlVMLTIwMTkwNTA3LjU2MTc2NTEmZGF0YWJhc2VpZD0xMDAxJnNlcmlhbD0xNzYxMDQyMSZlbWFpbGlkPWRqdW5rZXJAZXBzaWxvbnN5c3RlbXMuY29tJnVzZXJpZD1kanVua2VyQGVwc2lsb25zeXN0ZW1zLmNvbSZmbD0mZXh0cmE9TXVsdGl2YXJpYXRlSWQ9JiYm&&&103&&&https://subscriberhelp.govdelivery.com/>.
Have another inquiry? Visit our
FAQ<http://links.govdelivery.com:80/track?type=click&enid=ZWFzPTEmbWFpbGluZ2lkPTIwMTkwNTA3LjU2MTc2NTEmbWVzc2FnZWlkPU1EQi1QUkQtQlVMLTIwMTkwNTA3LjU2MTc2NTEmZGF0YWJhc2VpZD0xMDAxJnNlcmlhbD0xNzYxMDQyMSZlbWFpbGlkPWRqdW5rZXJAZXBzaWxvbnN5c3RlbXMuY29tJnVzZXJpZD1kanVua2VyQGVwc2lsb25zeXN0ZW1zLmNvbSZmbD0mZXh0cmE9TXVsdGl2YXJpYXRlSWQ9JiYm&&&104&&&https://www.defense.gov/ask-us?source=GovDelivery>
for more information or to contact
us<http://links.govdelivery.com:80/track?type=click&enid=ZWFzPTEmbWFpbGluZ2lkPTIwMTkwNTA3LjU2MTc2NTEmbWVzc2FnZWlkPU1EQi1QUkQtQlVMLTIwMTkwNTA3LjU2MTc2NTEmZGF0YWJhc2VpZD0xMDAxJnNlcmlhbD0xNzYxMDQyMSZlbWFpbGlkPWRqdW5rZXJAZXBzaWxvbnN5c3RlbXMuY29tJnVzZXJpZD1kanVua2VyQGVwc2lsb25zeXN0ZW1zLmNvbSZmbD0mZXh0cmE9TXVsdGl2YXJpYXRlSWQ9JiYm&&&105&&&https://www.defense.gov/contact?source=GovDelivery>.
This service is provided to you at no charge by U.S. Department of Defense.
Visit us on the web at
https://www.defense.gov/<http://links.govdelivery.com:80/track?type=click&enid=ZWFzPTEmbWFpbGluZ2lkPTIwMTkwNTA3LjU2MTc2NTEmbWVzc2FnZWlkPU1EQi1QUkQtQlVMLTIwMTkwNTA3LjU2MTc2NTEmZGF0YWJhc2VpZD0xMDAxJnNlcmlhbD0xNzYxMDQyMSZlbWFpbGlkPWRqdW5rZXJAZXBzaWxvbnN5c3RlbXMuY29tJnVzZXJpZD1kanVua2VyQGVwc2lsb25zeXN0ZW1zLmNvbSZmbD0mZXh0cmE9TXVsdGl2YXJpYXRlSWQ9JiYm&&&106&&&http://www.defenselink.mil/?source=GovDelivery>.
Updates from the U.S. Department of Defense