NAVY
CounterTrade Products, Inc.*, Arvada, Colo. (N65236-12-D-4136); Global Technology Resources, Inc.*, Denver, Colo. (N65236-12-D-4137); and Mercom, Inc.*, Pawleys Island, S.C. (N65236-12-D-4138), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award supply contract for the procurement of commercial-off-the-shelf, material, equipment and related incidental support services for systems engineering , integration, large scale fabrication, non-developmental item procurement, and interim repair and maintenance that support production and integration processes. Each contractor will be awarded $33,333 at the time of award. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $820,000,000. Work will be performed in Arvada, Colo., Denver, Colo., and Pawleys Island, S.C. Work is expected to be completed by June 2013. If all options are exercised, work could continue until June 2017. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition after exclusion of sources (100 percent small business set-aside) via the Space and Naval Warfare Systems Center e‑Commerce Central website and the Federal Business Opportunities website, with three offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.
Here you can find more information about Defence Companies |
BAE Systems Technology Solutions & Services, Rockville, Md. (N65236-12-D-4824); Englobal Government Services, Inc., Tulsa, Okla. (N65236-12-D-4825); and Honeywell Technology Solutions, Inc., Columbia, Md. (N65236-12-D-4826), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with firm-fixed price provisions, multiple award contract for the procurement of automated fuel handling equipment support services. The services required include development, design, engineering, fabrication, integration, installation, quality assurance, logistics, maintenance, life-cycle management and technical support for automated fuel handling equipment systems. Each contractor will be awarded $8,333 at the time of award. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $214,900,000. Work will be performed at Department of Defense fuel facilities worldwide, and is expected to be completed by June 2013. If all options are exercised, work could continue until June 2017. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e‑Commerce Central website and the Federal Business Opportunities website, with four offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.
L3 Communications Corp., Warrior Systems Division, Londonderry, N.H., is being awarded a $41,300,623 firm-fixed-price contract for the Handheld Laser Marker Block II; provision item order spares; and test, teardown, evaluation, repair, and data. The Handheld Laser Marker is a lightweight, handheld coded laser marker. Work will be performed in Londonderry, N.H., and is expected to be completed by June 2017. This contract was competitively procured via Federal Business Opportunities with two offers received. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-D-JQ03).
DEFENSE LOGISTICS AGENCY
MinXray, Inc., Northbrook, Ill.*, was issued a modification exercising the third option year on contract SPM2D1-09-D-8335/P00007. The award is a fixed-price with economic price adjustment contract with a maximum $106,155,724 for radiology systems, subsystems, and components. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 43 responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is June 16, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Mine Safety Appliances Co., Cranberry Township, Pa., was awarded a firm-fixed-price, sole-source, definite-quantity contract with a maximum $21,616,200 for procurement of foliage green advanced combat helmets. Other location of performance is Vermont. Using services are Army, Navy, Air Force, and Marine Corps. There was one proposal with one response. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is Aug. 30, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-12-C-0019).
Cascade Designs, Seattle, Wash., was awarded a fixed-price with economic price adjustment, sole-source contract with a maximum $20,000,000 for water purification filters. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. There was one response to the Web solicitation. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is June 13, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EG-12-D-0007).
AIR FORCE
Sierra Lobo, Inc., Fremont, Ohio, is being awarded a $7,757,129 cost-plus-fee with performance incentive, cost-plus-fixed-fee, cost reimbursable firm-fixed-price contract to provide on-site, flexible, high quality, efficient and effective, advanced research and engineering services in the following areas: analytical, numerical, systems and affordability/failure analysis, experimental testing, data acquisition and reduction, testing, hardware design and development, software development, and technical analysis with a basic two-year period. The location of the performance is Edwards Air Force Base, Calif. Work is to be completed by June 30, 2014. AFFTC/PK, Edwards Air Force Base, Calif., is the contracting activity (FA9300-12-C-0002).
*Small business
Source:
U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)