Showing posts with label contracting. Show all posts
Showing posts with label contracting. Show all posts

Sunday, June 9, 2013

A "2013 LEADERSHIP SERIES SALUTE" Goes out to Thai Army General Prayuth Chan-Ocha; and the Companies Awarded Department of Defense Contracts Between June 3 -7, 2013


FULL-HONORS CEREMONY : U.S. Army Chief of Staff Gen. Ray Odierno, left, salutes Thai army Gen. Prayuth Chan-Ocha, the Thai army's commander in chief, after presenting him the Legion of Merit during an Army full-honors ceremony at Whipple Field on Joint Base Myer-Henderson Hall, Va., June 6, 2013. U.S. Army photo by Staff Sgt. Teddy Wade


DEPARTMENT OF DEFENSE JUNE 3-7, 2013 CONTRACTS







A U.S. soldier directs the driver of a dump truck before delivering a load of top soil to a work site affected by heavy rains in Lares, Puerto Rico, May 29, 2013. U.S. Army photo by Staff Sgt. Joseph Rivera Rebolledo

These Contracts valued at $6.5 million or more (each) were announced by the Department of Defense on Friday, June 7, 2013

ARMY

Nexagen Networks Inc., Marlboro, N.J., (W15P7T-13-D-E015)/(W15P7T-13-D-E077); Adams Communication & Engineering Technology Inc., Waldorf, Md., (W15P7T-13-D-E016); AASKI Technology Inc., Asbury Park, N.J., (W15P7T-13-D-E017)/(W15P7T-13-D-E078); Banc 3 Inc., Princeton, N.J., (W15P7T-13-D-E018)/(W15P7T-13-D-E079); Data Tactics Corp., McLean, Va., (W15P7T-13-D-E019)/(W15P7T-13-D-E080); Rivera Consulting Group Inc., Sellersburg, Ind., (W15P7T-13-D-E020)/(W15P7T-13-D-E081); Bowhead Systems Management Inc., Alexandria, Va., (W15P7T-13-D-E021)/(W15P7T-13-D-E082); and Blue Canopy Group LLC, Reston, Va., (W15P7T-13-D-E022)/(W15P7T-13-D-E083); were awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract with a maximum value of $7,000,000,000 to procure software and systems engineering services in support of the Army’s Software Engineering Center. Each company receives a minimum guarantee of $2,500 on award, and will compete for task orders. Performance location and type of appropriation will be determined with each task order. The estimated date is May 30, 2018. The bid was solicited through the Internet, with 11 bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Varec NV, Mechelen, Belgium, was awarded a fixed-price, economic-price-adjustment contract with a maximum value of $40,743,800 for the procurement of track pins for multiple combat vehicles. Performance location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with four bids received. The Army Contracting Command, Texarkana, Texas, is the contracting activity (W911RQ-13-D-0011).

Longbow LLC, Orlando, Fla., is being awarded a $39,026,852 modification (P00042), to a previously awarded firm-fixed-price, foreign-military-sales (FMS) contract (W58RGZ-06-C-0134), for the procurement of mast mounted assemblies; fire controls radars; and peculiar ground support equipment. The cumulative total face value of this contract is $333,348,252. This FMS contract is in support of Saudi Arabia. A combination of fiscal 2011 and fiscal 2013 Procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

 Zeta Associates Inc., Fairfax, Va., was awarded a cost-plus-fixed-fee with a maximum value of $28,500,000 for the upgrade and production of Guardian Eagle X-Midas V3 systems and related services. Performance location and type of appropriation will be determined with each order. One bid was solicited, with one bid received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C112).

General Dynamics – OTS Inc., Garland, Texas, was awarded a firm-fixed-price, foreign-military-sales (FMS), multi-year contract with a maximum value of $24,492,396 for the procurement of MARK(MK)80 General Purpose Bomb Bodies. This FMS contract is in support of Australia, Saudi Arabia and Iraq. A combination of fiscal 2011, fiscal 2012 and fiscal 2013 Procurement funds are being obligated on this award. The bid was solicited through the Internet, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0050).

Axion Corp., Huntsville, Ala., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $9,310,840 for the procurement of M304 and M310 installation kits. Performance location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with eight bids received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0023).

BMI Defense Systems, Bryan, Texas, was awarded a $9,237,067 modification (No. 0001), to a previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year contract (W56HZV-13-D-0109), for the procurement of Gunner Accessory Package 2.0 Kits in support of the Cross Platform Mine Resistant Ambush Protected vehicle. Fiscal 2011 Procurement funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.

Charles F. Day & Associates LLC, Stafford, Va., was awarded a cost-plus-fixed-fee contract with a maximum value of $8,023,728 for the field technician services in support of the Generation II Helmet Sensors. Work will be performed in Aberdeen Proving Ground, Md. Fiscal 2013 Operations and Maintenance funds in the amount of $4,265,200 are being obligated on this award. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0018).

NAVY

Lockheed Martin Corp., Mission Systems and Sensors, Manassas, Va., is being awarded a $29,384,800 modification to previously awarded contract (N00024-11-C-6294) for fiscal 2013 Acoustic Rapid Commercial-Off-The-Shelf (COTS) Insertion (A-RCI) production. The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. Navy submarine fleet. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software. Work will be performed in Manassas, Va. (60 percent), and Clearwater, Fla. (40 percent), and is expected to be completed by December 2013. Fiscal 2013 Other Procurement, Navy funding in the amount of $28,337,184 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DLT Solutions, Herndon, Va., is being awarded an $8,772,000 firm-fixed-price blanket purchase agreement for the Department of the Navy (DON) Oracle Enterprise License Agreement to provide DON personnel license for use and maintenance of a wide variety of Oracle software products. This contract includes six options, which if exercised, would bring the total amount of the contract to $227,000,000 over five years. Work will be performed at all DON activity using Oracle software product. Authorized users of the license are throughout the entire DON and at nearly every Navy and Marine Corps installation. Work is expected to be completed by Sept. 6, 2013. Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $8,772,000 will be obligated at the time of award, and will expire before the end of the current fiscal year. This contract was competitively awarded, with four offers received in response to the solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-A-ZF48).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $6,944,520 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to provide for 10 low power repairs of the AE1107 turboshaft engines for the Air Force variant of the CV-22 aircraft for the U.S. Air Force. Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2014. Fiscal 2013 Operations and Maintenance, Air Forcefunds in the amount of $6,944,520 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Epsilon Systems Solutions Inc., San Diego, Calif., is being awarded a $6,937,467 cost-plus-fixed-fee contract for professional and engineering support services for the Southwest Regional Maintenance Center. These services include support in the areas of: administration, logistics, program management, information assurance, training, and quality assurance; business and finance; and technical and engineering support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $12,777,951. Work will be performed in San Diego, Calif. (90 percent), Bremerton, Wash. (3 percent), Pearl Harbor, Hawaii (3 percent), Apra Harbor, Guam (2 percent), Sasebo, Japan (1 percent), and Yokosuka, Japan (1 percent), and is expected to be complete by November 2013. Fiscal 2013 Operations and Maintenance Navy funding in the amount of $4,324,094 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured. The sole source is in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. Reference FAR 6.302-1. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N55236-13-C-0008).


These Contracts valued at $6.5 million or more (each) were announced by the Department of Defense on Thursday, June 6, 2013

NAVY

TCOM Limited Partnership – also known as TCOM L.P.*, Columbia, Md., is being awarded an $11,800,672 firm-fixed-price delivery order #0003 against a previously issued basic ordering agreement (N68335-13-G-0011) for 22M and 28M aerostat parts and spares in support of the Army’s Persistent Ground Surveillance System Program. Work will be performed in Elizabeth City, N.C. (90 percent) and Columbia, Md. (10 percent), and is expected to be completed in October 2013. Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $11,800,672 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.

The Boeing Co., Wichita, Kan., is being awarded a $17,264,583 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-10-D-0017) to exercise an option for logistics support services for the Navy’s C-40A aircraft fleet. Services to be provided include commercial depot support and site support at Naval Air Station (NAS) Jacksonville, Fla.; NAS Joint Reserve Base, Fort Worth, Texas; NAS North Island, Calif.; and NAS Oceana, Va. Work will be performed in Fort Worth, Texas (25 percent); Jacksonville, Fla. (25 percent); North Island, Calif. (25 percent); and Oceana, Va. (25percent), and will be completed in July 2015. No funding will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

*Small Business

These Contracts valued at $6.5 million or more (each) were announced by the Department of Defense on Wednesday, June 5, 2013

NAVY

 Raytheon Co., Tucson, Ariz., is being awarded an $80,497,513 firm-fixed-price contract for the procurement of 200 full rate production Lot 9 AGM-154C-1 Unitary Joint Stand-Off Weapon missiles, including associated support equipment. In addition, this contract provides for one AGM-154C-1 for performance characterization test. Work will be performed in Dallas, Texas (44 percent); Cedar Rapids, Iowa (24 percent); Tucson, Ariz. (22 percent); and McAllester, Okla. (10 percent), and is expected to be completed in July 2015. Fiscal 2013 Weapons Procurement, Navy funds in the amount of $80,497,513 is being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0011).

 Alpha Marine Services, LLC, Cut Off, La., is being issued an $8,184,030 modification under a previously awarded firm-fixed-price contract (N00033-12-C-2002) to exercise an option for the 12-month time charter of U.S.-built, U.S.-flagged, contractor-owned and contractor-operated surface support vessel MV Kellie Chouest. This vessel will be used to support 29 to 44 government personnel for up to 90 days without resupply for U.S. Navy missions. Work will be performed at sea worldwide, and is expected to be completed by June 2014. Fiscal 2013 Operations and Maintenance Defense-wide funds in the amount of $8,184,030 are obligated at the time of award, all of which will expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-2002).

 Science Applications International Corp., McLean, Va. (N00421-10-D-0016); Booz Allen Hamilton, Inc., McLean, Va. (N00421-10-D-0017); L-3 Communications Corp., Mount Laurel, N.J. (N00421-10-D-0018); and National Technologies, Inc., Alexandria, Va. (N00421-10-D-0019), are each being awarded modifications to previously awarded indefinite-delivery/indefinite-quantity multiple award contracts to exercise options for business financial management, and program and business analysis services in support of the Naval Air Warfare Center Aircraft Division (NAWCAD). A not-to-exceed shared ceiling of $10,248,828 exists for the ordering period and each contractor will be provided a fair opportunity to compete for individual task orders. Work will be performed at NAWCAD Patuxent River, Md. (89.9 percent) and NAWCAD Lakehurst, N.J. (10.1 percent), and is expected to be completed in June 2014. No contract funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

 Foster Fuels Inc.,* Brookneal, Va., has been awarded a minimum $7,913,504 fixed-price with economic-price-adjustment contract. This contract is for fuel. Locations of performance are Virginia, Montana, Washington, and Oregon with a July 30, 2016 performance completion date. Using military services are Army, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4510).

MISSILE DEFENSE AGENCY CONTRACT AWARD

Boeing Co., Huntsville, Ala., was awarded a $6,820,626 modification (P0008), to cost-plus-fixed-fee contract (HQ0277-12-C-0001). Under this modification, the contractor will make aircraft modifications to accommodate instruments and payloads on Boeing’s existing experimental prototype aircraft and gather, analyze, and report flight test data to characterize potential payload environments. The modification increases the total contract value from $2,213,873 to $9,034,499. The work will be performed in Huntsville, Ala.; St. Louis, Mo.; Edwards Air Force Base, Calif.; and Albuquerque, N.M. The performance period is award plus five months. Fiscal 2013 Research, Development, Test and Evaluation funds in the amount of $3,100,000 are being obligated on this award. The Missile Defense Agency, Albuquerque, N.M., is the contracting activity.

*Small Business

These Contracts valued at $6.5 million or more (each) were announced by the Department of Defense on Tuesday, June 4, 2013

NAVY

URS Federal Technical Services Inc., Germantown, Md., is being awarded a maximum value $18,788,706 fixed-price, indefinite-delivery/indefinite-quantity contract for engineering, technical and programmatic support for the Spectrum Electronic Warfare Department. The Spectrum Electronic Warfare Department’s primary focus areas are in direct support of Airborne Electronic Defense, Airborne Electronic Attack, Maritime, and Expeditionary Divisions. Tasks include research and development support; system engineering and process engineering; modeling, simulation, and analysis; prototyping, pre-production, model-making and fabrication support; system design documentation and technical data support; software engineering, development, programming and network support; reliability, maintainability and availability; human factors, performance and usability engineering; system safety engineering; configuration management; quality assurance; interoperability, test and evaluation, trials; logistics; supply and provisioning; training; and program support. Work will be performed in Crane, Ind., and is expected to be completed by June 2014. This contract includes foreign military sales to Afghanistan (3 percent), Iraq (1 percent) and Australia (1 percent). Working Capital funds in the amount of $896,727 will be obligated at time of award. Contract funds in the amount of $896,727 will expire at the end of the current fiscal year. This contract was not competitively procured. The contract was procured on a sole-source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The Naval Surface Warfare Center Crane, Ind., is the contracting activity (N00164-13-D-WS73).

            Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a $17,146,324 modification to a previously awarded advanced acquisition contract (N00019-12-C-0063) for additional product, fleet, and engineering investigations support for the Full Rate Production Lot 1 E-2D Advanced Hawkeye Program. Work will be performed in Bethpage, N.Y. (81.94 percent); Norfolk, Va. (8.98 percent); Syracuse, N.Y. (3.71 percent); Indianapolis, Ind. (3.32 percent); and St. Augustine, Fla. (2.05 percent), and work is expected to be completed in June 2014. Fiscal 2013 Aircraft Procurement, Navy funding in the amount of $17,146, 324 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.

         Pacific IC Source*, Yucaipa, Calif. (N68936-13-D-0021); LC Engineers, Inc.*; Rahway, N.J. (N68936-13-D-0022); Laguna Components, Inc.*; Laguna Beach, Calif. (N68936-13-D-0023); Impact Components*, San Diego, Calif. (N68936-13-D-0024); and JRH Electronics, LLC*, Marlton, N.J. (N68936-13-D-0025), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts for the procurement of electronic components for the U.S. Navy. Components to be procured include integrated circuits, resistors, capacitors, connectors, wire braid, diodes, flex circuits, switches, back shells, heat-shrinkable sleeving, sleeving, field-effect transistors, encoders, transistors, power supply, flash chips, potentiometers, radio, electronic sub-assemblies, receivers, semi-conductors, plugs, global positioning system components, terminal blocks, antennas, inertial measurement units, fuses, relays, transducers, switches, power-cables, receptacles, oscilloscopes, and drying cabinets. The estimated aggregate ceiling for all five contracts is $9,250,000, with the companies having an opportunity to compete for individual task orders. Work will be performed in Yucaipa, Calif., for Pacific IC Source; Rahway, N.J., for LC Engineers, Inc.; Laguna Beach, Calif., for Laguna Components, Inc.; San Diego, Calif., for Impact Components; and Marlton, N.J., for JRH Electronics, LLC, and work is expected to be completed in June 2018. Fiscal 2013 Research, Development, Test and Evaluation, Navyfunds in the amount of $2,500 are being obligated at time of award ($500 minimum required for each awardee), none of which will expire at the end of the fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; 10 offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

            Northrop Grumman, Bethpage, N.Y., is being awarded a not-to-exceed $7,474,835 delivery order (No7192) under a previously awarded Basic Ordering Agreement (N00383-12-G-034G) for the repair of 43 line items on the Advanced Hawkeye System used on the E-2D aircraft. Work will be performed in Bethpage, N.Y., and work is expected to be completed by June 3, 2015. Fiscal 2013 Aircraft Procurement Navy funding in the amount of $7,474,835 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This is sole-source contract to Northrop Grumman in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

*Small Business

These Contracts valued at $6.5 million or more (each) were announced by the Department of Defense on Monday, June 3, 2013

NAVY

            Huntington Ingalls Inc., Pascagoula, Miss., is being awarded a $3,331,476,001 fixed-price incentive, multiyear contract for construction of five DDG 51 class ships, one in each of fiscal 2013-2017. This contract includes options for engineering change proposals, design budgeting requirements and post-delivery availabilities, which, if exercised, would bring the cumulative value of this contract to $3,386,092,948. Work will be performed in Pascagoula, Miss. (56.3 percent), Cincinnati, Ohio (6.9 percent), Walpole, Mass. (4.5 percent), York, Pa. (1.9 percent), Camden, N.J. (1.4 percent), Erie, Pa. (1.3 percent), Charlottesville, Va. (1 percent), and other locations below 1 percent (26.7 percent), and is expected to be completed by July 2023. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Incorporated and Bath Iron Works pursuant to 10 United States Code (U.S.C.) 2304 (c) (3) and Federal Acquisition Regulation (FAR) 6.302-3 (Industrial Mobilization). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2307).

            Bath Iron Works, Bath, Maine, is being awarded a $2,843,385,450 fixed-price incentive, multiyear contract for construction of four DDG 51 class ships, one in each of fiscal 2013 and 2015-2017. This contract includes options for construction of an additional DDG 51 class ship, engineering change proposals, design budgeting requirements and post-delivery availabilitieswhich, if exercised, would bring the cumulative value of this contract to $3,529,812,945. Work will be performed in Bath/Brunswick, Maine (58.9 percent), Cincinnati, Ohio (6.4 percent), Walpole, Mass. (4.4 percent), South Portland, Maine (2 percent), York, Pa. (1.9 percent), Charlottesville, Va. (1.8 percent), Coatesville, Pa. (1.7 percent), Erie, Pa. (1 percent), and other locations below 1 percent (21.9 percent), and is expected to be completed by July 2023. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Bath Iron Works and Huntington Ingalls Incorporated pursuant to 10 United States Code (U.S.C.) 2304 (c) (3) and Federal Acquisition Regulation (FAR) 6.302-3 (Industrial Mobilization). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2305).

            Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a not-to-exceed $23,760,905 contract modification to previously awarded contract (N00024-05-C-5346), for the execution of Phase II CVN 78 Dual Band Radar Test and Evaluation engineering support at the Raytheon Integrated Defense Systems Software Development Laboratory and Wallops Island Engineering Test Center Land Based Test Site. Work will be performed in Sudbury, Mass., and is expected to be completed by November 2014. Fiscal 2011 Shipbuilding and Conversion, Navy and fiscal 2012 Research, Development, Test and

Evaluation funding in the amount of $7,435,275 will be obligated at time of award. Contract funds in the amount of $2,100,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

            EaglePicher Technologies, LLC, Joplin, Mo., is being awarded a $7,096,000 firm-fixed-price contract for the procurement of Thermal Lithium Battery High-Speed Anti-Radiation Missile Control Section Replacement Thermal Batteries for the U.S. Air Force. This effort will include design, performance(one-time), test, manufacture andacceptance requirements for a multi-tapped, squib-activated, lithium or lithium alloy anode, thermal battery. Work will be performed in Joplin, Mo., and is expected to be completed in October 2016. Fiscal 2011 Research, Development, Test and Evaluation, Air Force contract funds in the amount of $7,096,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-C-0114).

ARMY

            Northrop Grumman Technical Services Inc., Herndon, Va., was awarded a cost-plus-fixed-fee contract with a maximum value of $83,867,077 for logistic support services to supply and maintenance operations. Work will be performed in Fort Irwin, Calif. Fiscal 2013 Operations and Maintenance funds in the amount of $80,379,450 are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Fort Irwin, Calif., is the contracting activity (W9124B-13-C-0005).

            Medico Industries Inc., Wilkes Barre, Penn., was awarded a fixed-price, economic-price-adjustment contract with a maximum value of $52,054,000 for the procurement of 120mm Illumination Mortar Cartridges. Performance location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with six bids received. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0068).

            Alatec Inc., Huntsville, Ala., (W911S0-11-D-0037); and TEC-Masters Inc., Huntsville, Ala., (W911S0-11-D-0035); were awarded a firm-fixed-price, multiple-award contract with a maximum value of $49,765,680 for support services to the Army Fires Center of Excellence and Fort Sill, Okla. Type of appropriation will be determined with each order. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Fort Sill, Okla., is the contracting activity.

            Agile Defense Inc., Fairfax, Va., was awarded a cost-plus-award-fee contract with a maximum value of $31,878,082 for unclassified information technology services for the Defense Advanced Research Projects Agency. Work will be performed in Arlington, Va. A combination of fiscal 2012 and fiscal 2013 Research, Development, Testing and Evaluation funds in the amount of $15,160,000 are being obligated on this award. The bid was solicited through the Internet, with eight bids received. The Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-13-C-0069).

            NextiraOne Federal LLC, Herndon, Va., was awarded a $25,589,368 modification (No. P00012), to a previously awarded firm-fixed-price, indefinite-delivery-indefinite-quantity contract (W91QUZ-12-D-0011), for long-term support of the Nortel Networks family of digital telephone switch systems within the Department of Defense. The cumulative total face value of this contract is $70,058,487. Work will be performed in Herndon, Va.; Bahrain; Japan; and Republic of Korea. Type of appropriation will be determined with each order. The Army Contracting Command, Rock Island, Ill., is the contracting activity.

            Jorge Scientific Corp., Arlington, Va., was awarded a $20,097,322 modification (No. P00016), to a previously awarded cost-plus-fixed-fee, foreign-military-sales (FMS) contract (W911QX-12-C-0011), for the design and development of new doctrine and training methodologies for the Legacy Program. The cumulative total face value of this contract is $191,135,944. This FMS contract is in support of Afghanistan. Work will be performed in Afghanistan. Fiscal 2013 Procurement funds in the amount of $9,883,977 are being obligated on this award. The Army Contracting Command, Adelphi, Md., is the contracting activity.

            Archer Western Federal Jv, Chicago, Ill., was awarded a firm-fixed-price contract with a maximum value of $16,983,000 for the construction of an Unmanned Aerial Vehicle Complex on Fort Campbell, Ky. Fiscal 2013 Military Construction funds are being obligated on this award. The bid was solicited through the Internet, with 14 bids received. The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0012).

            Motorola Solutions, Columbia, Md., was awarded a firm-fixed-price contract with a maximum value of $16,877,999 for land mobile radio support services. Work will be performed in Kuwait. Fiscal 2013 Operations and Maintenance funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-C-0017).

            CACI Dynamic Systems Inc., Chantilly, Va., was awarded a firm-fixed-price contract with a maximum value of $14,228,545 for acquisition support services in Afghanistan, Kuwait and Qatar. Fiscal 2013 Operations and Maintenance funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-13-C-0007).

            Wolverine Services LLC, Anchorage, Alaska, was awarded a $13,898,652 modification (No. 000012), to a previously awarded firm-fixed-price, multi-year, task-order contract (W9124D-11-D-0056), for logistical support services to Fort Knox, Ky. The cumulative total face value of this contract is $39,347,720. Type of appropriation will be determined with each order. The Army Contracting Command, Fort Knox, Ky., is the contracting activity.

            Lockheed Martin Corp., Grand Prairie, Texas, was awarded a cost-plus-fixed-fee contract with a maximum value of $12,000,000 for contractor field support services for the PATRIOT Advanced Capability-3. Work will be performed in Dallas, Texas; Kuwait; El Paso, Texas; Killeen, Texas; Lawton, Okla.; Fayetteville, N.C.; Qatar; Bahrain; United Arab Emirates; Germany; Korea; Japan; and Turkey. Fiscal 2013 Procurement funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0100).

            Donald Maggi Inc., Rolla, Mo., was awarded a firm-fixed-price contract with a maximum value of $11,711,000 for the continued construction of a Basic Training Complex at Fort Leonard Wood, Mo. Fiscal 2013 Military Construction funds are being obligated on this award. The bid was solicited through the Internet, with seven bids received. The Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-13-C-4010).

            Navistar Defense LLC, Lisle, Ill., was awarded an $8,939,983 modification (No. P00071), to a previously awarded cost-plus-fixed-fee, multi-year contract (W56HZV-10-C-0011), for field services representative support for the Mine Resistant Ambush Protected vehicle. The cumulative total face value of this contract is $49,800,673. Fiscal 2013 Operations and Maintenance funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.

            Lockheed Martin Integrated Systems, Alexandria, Va., was awarded a $7,998,226 modification (No. BA9006), to a previously awarded cost-plus-fixed-fee contract (W91QUZ-06-D-0017), for information technology services for the Pentagon and National Capital Region. The cumulative total face value of this contract is $49,675,273. Performance location and type of appropriation will be determined with each order. The Army Contracting Command, Rock Island, Ill., is the contracting activity.

            Luhr Bros, Inc., Columbia, Ill., was awarded a firm-fixed-price contract with a maximum value of $7,000,000 for maintenance dredging services along the Mississippi River. Performance location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with one bid received. The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-D-0032).

            Smiths Detection Edgewood, Edgewood, Md., was awarded a $6,966,409 modification (No. P00033), to a previously award firm-fixed-price contract (W911SR-07-C-0080), for the procurement of M41A Joint Chemical Agent Detectors and M4A1 Communications Adapters. The cumulative total face value of this contract is $108,681,535. A combination of fiscal 2013 Operations and Maintenance and other Procurement funds are being obligated on this award. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

 AIR FORCE

            AMENDED: The indefinite-delivery/indefinite-quantity with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders, multiple-award contract announced on April 12, 2013, for advisory and assistance services in support of the Air Force civil engineer mission is amended to add the following company as awardee: Trusant Technologies, LLC, Ellicott City, Md. An amount of $3,000 will be obligated on task order 0001. 772nd Enterprise Sourcing Squadron, Lackland Air Force Base, Texas, is the contracting activity (FA8903-13-D-0009).

Tuesday, May 14, 2013

ANNOUNCEMENT: Mayor Parker, Houston City Council Increase Minority/Women-Owned/Small Business Participation In City Construction Contracts Citywide Goal Increases To 34%

Mayor Annise Parker has spent many years in service to the people of Houston, with six years as a City Council member and six years as City Controller. She is the first person in Houston's history to hold the offices of council member, controller and mayor. This is her second term as mayor; and she is seeking re-election to a third in the 2013 Mayoral Election to be held on Tuesday, November 5, 2013 in the City of Houston. 


Mayor Parker, Houston City Council Increase Minority/Women-Owned/Small Business Participation In City Construction Contracts Citywide Goal Increases To 34%

HOUSTON -- Houston City Council has approved Mayor Annise Parker’s recommended enhancements to the city’s 30-year-old goal-oriented Minority and Women-owned Business Enterprise (MWBE) contracting program. Due to council’s action, women-owned businesses will be reinstated to the program, the citywide participation goal in construction will increase from 22 percent to 34 percent and the Persons with Disabilities Business Enterprise program will be expanded to adopt the federal government’s definition of disability to be more inclusive of disabled veterans. The changes are the end result of a recent disparity study, conducted by a nationally-recognized firm, comparing the number of MWBE firms utilized on city contracts to the number of such companies available in the greater Houston area.

“The Houston business environment is as diverse as its population,” said Mayor Parker. “It is only fair that participation in city contracting opportunities reflect this diversity. These changes, which have wide support in the contracting community, will help ensure that historically underutilized small, minority and women-owned companies will get a fair chance to compete for city construction work.”

The City of Houston implemented its MWBE program in 1984. It remained largely unchanged until 2009 when a lawsuit required the removal and replacement of women-owned businesses with Small Business Enterprises until a comprehensive construction industry disparity study could be performed. The results of the study completed in April 2012 indicated a need for a significant increase in citywide MWBE participation in the construction goal, which reflects the availability of those groups in the Houston marketplace. The city, although not required to have a race neutral component to the MWBE program, has elected to continue a Small Business Enterprise program, resulting in an MWSBE program.

"We took a look at something created 30 years ago to make sure it works for today,” said Carlecia Wright, Director of the Mayor’s Office of Business Opportunity. “Everything we’ve been able to learn over the last three decades has gone into making the program better.”

In addition to the reinstatement of women-owned firms and the higher annual citywide participation goal in construction, OBO is implementing the following procedures to enhance the program’s effectiveness:

          - Review the MWSBE Program every five years
          - Expand the geographic boundaries to include two new counties:
               San Jacinto and Austin Counties
          - Revise the Good Faith Efforts Policy
          - Require contractors to submit their plans for meeting the good faith 
               efforts at the time of bid submission
          - Implement a three-year MWSBE certification
          - Standardize department accountability for monitoring of good faith efforts.

Only certified MWSBE firms are eligible to fulfill goal requirements on city contracts. City of Houston certification is also accepted by the following agencies:

          - METRO
          - Port of Houston Authority
          - Houston Independent School District
          - Houston Community College
          - Environmental Protection Agency (EPA)
          - Houston Housing Authority
          - Texas Comptroller of Public Accounts
          - Texas Department of Transportation
          - Airport Transportation Agencies Statewide.

Visit http://www.houstontx.gov/obo/certification.html for more information on certification.