Seal of the Department of Defense U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web:
http://www.defense.gov/Contracts/Contract.aspx?ContractID=4975
Media contact: +1 (703) 697-5131/697-5132
Public contact:
http://www.defense.gov/landing/comment.aspx
or +1 (703) 571-3343

FOR RELEASE AT
5 p.m. ET
No. 070-13
February 08, 2013


CONTRACTS

TRICARE MANAGEMENT ACTIVITY

            Logistics Health Inc., La Crosse, Wis., was awarded an indefinite-delivery/indefinite-quantity contract to provide health readiness support services to the service components, which are composed of the reserve components, active components and Department of Defense civilians.  This requirement provides services to meet the medical and dental standards and requirements essential in maintaining a deployable force.  The value of this action is not to exceed $749,425,040.  The guaranteed minimum on the contract is $100,000.  The contract start date is anticipated for the spring of 2013.  These services are provided in every state, U.S. Territory, the District of Columbia, and Germany through the contractor’s call center, and within the integrated network.  This contract was competitively procured with five offers received.  TRICARE Management Activity, Contract Operations Division, Falls Church, Va., is the contracting activity (HT0011-13-D0001). 

ARMY

            Clark McCarthy Healthcare Partners II, Dallas, Texas, was awarded a $648,930,000 firm-fixed-price contract.  The award will provide for the construction of a medical facility to replace the existing William Beaumont Army Medical Center at Fort Bliss in El Paso, Texas.  Work will be performed in El Paso, with an estimated completion date of July 29, 2016.  The bid was solicited through the Internet, with five bids received.  The Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-13-C-0004). 

            AC First L.L.C., Fort Worth, Texas, was awarded a $356,446,696 cost-plus-fixed-fee contract.  This is a modification of an existing contract to provide maintenance, supply and transportation services in support of the 401st Army Field Support Brigade located in Afghanistan.  Work will be performed in Afghanistan, with an estimated completion date of Jan. 27, 2014.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W911SE-07-D-0004).

            South Carolina Commission for the Blind, Columbia, S.C., was awarded a $162,100,749 firm-fixed-price contract.  The award will provide for food services at 11 dining facilities in Fort Jackson, S.C.  Work will be performed in Fort Jackson, with an estimated completion date of Jan. 31, 2018.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Fort Jackson, S.C., is the contracting activity (W9124C-13-C-0007). 

            Raytheon Integrated Defense Systems, Andover, Mass., was awarded a $115,959,356 firm-fixed-price level-of-effort contract.  This is a modification of an existing contract to provide engineering services for the PATRIOT in support of Foreign Military Sales.  Work will be performed in Andover, Mass; Billerica, Mass.; Burlington, Mass.; El Segundo, Calif.; El Paso, Texas; Huntsville, Ala.; Norfolk, Va.; Pelham, N.H.; Tewksbury, Mass.; and White Sands Missile Range, N.M.; with an estimated completion date of Jan. 31, 2014.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057). 

            McConnell Jones Lanier and Murphy L.L.C., Huntsville, Ala., (W15QKN-13-D-0017); Pioneering Decisive Solutions Inc., California, Md., (W15QKN-13-D-0015); and Total Technology Inc., Cherry Hill, N.J., (W15QKN-13-D-0016); were awarded a $75,000,000 firm-fixed-price-multiple award task order contract among three contractors.  The award will provide for the Automated Test System Testing and Net-Centric support.  Work location will be determined with each order, with an estimated completion date of Jan. 23, 2018.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity. 

            Great Lakes Dredge and Dock Co., L.L.C., Oak Brooke, Ill., was awarded a $68,681,500 firm-fixed-price contract.  The award will provide for the drilling, dredging, blasting and disposal services.  Work will be performed in Newark, N.J., and Staten Island, N.Y., with an estimated completion date of June 25, 2013.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0012). 

            L-3 Communications Corp., Madison, Miss., was awarded a $57,141,401 firm-fixed-price contract.  The award will provide for the Life-Cycle Contractor Support maintenance for the Army’s fleet of C-12, RC-12 and UC-35 fixed-wing aircraft.  Work will be performed in Madison, Miss., with an estimated completion date of Jan. 31, 2014.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0107).

            Munilla Construction Management L.L.C., Miami, Fla., was awarded a $47,778,910 firm-fixed-price contract.  The award will provide for the miscellaneous demolition, installation, clearing, disposal, excavation and construction operations.  Work will be performed in Boca Raton, Fla., with an estimated completion date of Nov. 1, 2014.  Three bids were solicited, with three bids received.  The Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0008).

            Garco Construction Inc., Spokane, Wash., was awarded a $36,247,000 firm-fixed-price contract.  The award will provide for the construction of a Tactical Equipment Maintenance Facility at Joint Base Lewis-McChord, Wash.  Work will be performed in Dupont, Wash., with an estimated completion date of July 31, 2014.  The bid was solicited through the Internet, with 12 bids received.  The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0020). 

            General Dynamics Information Technology, Fairfax, Va., was awarded a $27,334,957 cost-plus-fixed-fee contract.  The award will provide for the services in support of Traumatic Brain Injury Programs at the Defense and Veteran Brain Injury Clinic.  Work will be performed in Silver Spring, Md.; Bethesda, Md.; Camp Lejeune, N.C.; Camp Pendleton, Calif.; Fort Belvoir, Va.; Fort Bragg, N.C.; Fort Carson, Colo.; Fort Hood, Texas; San Diego, Calif.; Fort Sam Houston, Texas; Jamaica Plain, Mass.; Minneapolis, Minn.; and Palo Alto, Calif.; with an estimated completion date of Sept. 16, 2017.  The bid was solicited through the Internet, with eight bids received.  The Army Medical Command, Washington, D.C., is the contracting activity (W91YTZ-13-C-0015). 

            BioFire Diagnostics Inc., Salt Lake City, Utah, (W911QY-13-C-0080); Focus Diagnostics Inc., Cypress, Calif., (W911QY-13-D-0081); and IQuum Inc., Marlborough, Mass., (W911QY-13-D-0082); were awarded a $23,112,576 cost-plus-fixed-fee multiple award task order contract between three contractors.  The award will provide for the U.S. Food and Drug Administration (FDA) cleared diagnostic platform and related development of FDA cleared Biological Warfare Agent in vitro diagnostic assays.  Work location will be determined with each order, with an estimated completion date of Feb. 1, 2023.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Natick, Mass., is the contracting activity. 

            Alliant Techsystems Operations, Plymouth, Minn., was awarded a $19,954,365 firm-fixed-price contract.  This is a modification to an existing contract to provide for the procurement of Spider Munitions Control Units.  Work will be performed in Wilmington, Mass.; Rocket City, W.Va.; and Plymouth, Minn., with an estimated completion date of Nov. 30, 2013.  One bid was solicited, with one bid received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-C-0126). 

            General Dynamics Armament and Technical Products, Williston, Vt., was awarded a $14,349,780 firm-fixed-price contract.  This is a modification to an existing contract to provide for the procurement of M2A1 .50 Caliber Machine Gun Quick Change Barrel Kits.  Work will be performed in Saco, Maine, with an estimated completion date of Aug. 29, 2014.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0027).

            CeSight Joint Venture, Anaheim, Calif., was awarded a $13,775,400 firm-fixed-price contract.  The award will provide for the various construction projects at Joint Base Lewis-McChord (JBLM), Wash.  Work will be performed in JBLM, with an estimated completion date of Aug. 30, 2014.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0024). 

            DS3 Enterprises Inc., Central Islip, N.Y., was awarded an $8,836,646 firm-fixed-price contract.  The award will provide for debris removal and haul and disposal services for Fire Island, Suffolk County, N.Y.  Work will be performed in Suffolk County, with an estimated completion date of April 1, 2013.  The bid was solicited through the Internet, with nine bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0014). 

            Technical and Project Engineering, McLean, Va., was awarded an $8,788,901 firm-fixed-price contract.  The award will provide for the modification of an existing contract for services in support of Army Training Models.  Work will be performed in Arlington, Va., with an estimated completion date of Aug. 6, 2013.  One bid was solicited, with one bid received.  The Army Contracting Command, Washington, D.C., is the contracting activity (W91WAW-07-C-0043). 

            ICx Technologies Inc., Pittsburgh, Pa., was awarded an $8,304,741 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure various services in support of the Joint Program Manager -- Nuclear, Biological and Chemical Contamination Avoidance.  Work will be performed in Elkridge and Aberdeen, Md.; Norfolk, Va.; and Lewisburg, Pa.; with an estimated completion date of March 1, 2014.  Five bids were solicited, with five bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-08-C-0075). 

AIR FORCE

            Computer Sciences Corp.,Fairview Heights, Ill., (FA4452-13-C-0007) is being awarded a $75,000,000 firm-fixed-price and cost-plus-fixed-fee contract for the Global Air Transportation Execution System system upgrade release.  The location of the performance is Fairview Heights and Scott Air Force Base, Ill.  Work is expected to be completed by Jan. 31, 2018.  Type of appropriation is fiscal 2013.  The contracting activity is AMC/A7KQA, Scott Air Force Base, Ill. 

            Lockheed Martin Corp., Space System Co., Newtown, Pa., (FA8807-13-C-0002) is being awarded a $62,000,000 firm-fixed-price contract for Global Positioning System III Space Vehicles 5 and 6.  The location of the performance is Newtown, Pa.  Work is expected to be completed by June 30, 2017.  Type of appropriation is fiscal 2013.  The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif. 

            Aerospace Testing Alliance, Tullahoma, Tenn., (F40600-03-C-0001, P00290) is being awarded a $7,786,186 contract modification for operation, maintenance, information management and support of Arnold Engineering Development Complex.  The location of the performance is Arnold Air Force Base, Tenn.  Work is expected to be completed by Sept. 30, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is AEDC/PZZ, Arnold Air Force Base, Tenn. 

            Decypher -PSI Government Solutions, San Antonio, Texas, (FA4452-11-D-0003); Monterey Consultants, Dayton, Ohio (FA4452-11-D-0004); Sawdey Solutions Services, Beavercreek, Ohio (FA4452-11-D-0005); B3H, Shalimar, Fla., (FA4452-11-D-0006) and ExecuTech Strategic Consulting, Woodbridge, Va., (FA4452-11-D-0007) are being awarded a $7,813,187 firm-fixed-price, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for advisory and assistance services for all multiple skill sets and tasks in support of Air Mobility Command and tenant units.  The primary location of the performance is Scott Air Force Base, Ill.  Work is expected to be completed by June 30, 2016.  Type of appropriation is for fiscal 2011 through fiscal 2013.  The contracting activity is AMC/A7KQA, Scott Air Force Base, Ill. 

DEFENSE LOGISTICS AGENCY

            I-Solutions Direct, Inc., Metals USA, Fort Washington, Pa., was issued a modification exercising the third option year on contract (SPM8EG-09-D-0001/P00048).  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $174,200,000 for prime vendor metals for the Southeast Region.  Location of performance is Penn., with a Feb. 12, 2014, performance completion date.  Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies.  There were three responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Sagent Pharmaceuticals Inc.*, Schaumburg, Ill., was awarded contract (SPM2D0-13-D-0001).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $28,514,732 for various types of pharmaceuticals.  Locations of performance are Ill., and Tenn., with a Feb. 8, 2014, performance completion date.  Using services are Army, Air Force, and Marine Corps.  There were thirty-one responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 War Stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Wel-Fab Inc.*, Lumberton, N.J., was awarded contract (SPM8ED-13-D-0001).  The award is a fixed-price with economic-price-adjustment, sole-source contract with a maximum $17,906,109 for procurement of decontamination systems and related parts to provide immediate decontamination processing for the warfighters.  Location of performance is N.J., with a Feb. 7, 2015 performance completion date.  Using services are Army and Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

         Lockheed Martin Mission Systems and Training, Owego, N.Y., is being awarded a $9,305,830 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0031) for incorporation of engineering change proposals (ECPs) required for 12 P-3 aircraft for the Government of Taiwan under the Foreign Military Sales Program.  This modification provides for incorporation of the Complimentary Navigation Message ECP, which updates RINU-G and Control Display Unit software for a message set required by the Harpoon Block 2 Missile for precision targeting.  In addition, this modification provides for incorporation of the ALR-97/Electronic Support Measures ECP, which updates the ALR-95 system.  This modification also provides for the upgrade of the Mode “4” software to the Mode-T software and updates to the technical publications.  Work will be performed in Owego, N.Y., (31 percent); Jacksonville, Fla., (18 percent); Van Nuys, Calif., (16 percent); Aberdeen, Md., (14 percent); Cedar Rapids, Iowa, (13 percent); McKinney, Texas, (3 percent); Marietta, Ga., (3 percent); and Woodland Hills, Calif., (2 percent), and is expected to be completed in February 2014.  Foreign Military Sales contract funds in the amount of $9,305,830 will be obligated at time of award, none 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. 

            General Dynamics, Bath Iron Works, Bath, Maine, is being awarded a $6,875,016 cost-plus award fee modification under a previous awarded basic ordering agreement (N00024-09-G-2301) to provide engineering and management services for advance planning and design in support of the post shakedown availability for the Littoral Combat Ship Independence (LCS 2).  Bath Iron Works will provide design, planning and material support services for the vessel.  Efforts will include program management, advance planning, engineering, design, material kitting, liaison and scheduling.  Work will be performed in Bath, Maine, (90 percent) and Pittsfield, Mass., (10 percent), and is expected to be completed by April 2013.  Fiscal 2013 research, development, testing and evaluation funding in the amount of $6,875,016 will be obligated at time of award, and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. 

            CDI Marine Co., Virginia Beach, Va., is being awarded $6,680,729 for task order (FK01) under previously awarded multiple-award contract (N00178-04-D-4027) for engineering support services associated with ship construction and repair at Norfolk Naval Shipyard.  The contract contains an option year, which if exercised, will bring the contract value to $13,489,476.  Work will be performed in Portsmouth, Va., and work is expected to be completed Feb. 10, 2014.  If the option year is exercised, work will continue through Feb. 10, 2105.  Fiscal 2013 operations and maintenance, Navy funds in the amount of $556,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  Funding incrementally in accordance with spend plan provided in DFARS clause 252.232-7007.  As a result of competitive procurement under the NAVSEA SEAPORT-E contract, two offers were received for this task order.  NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity.  

*Small Business