I might as well just post them all so you can get a glimpse at US
military spending

Couple of computer and satellite items are included

==========================================

Contracts For July 22, 2016

CONTRACTS

NAVY

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a
$194,802,989 modification to a previously awarded contract
(N00024-14-C-2111), to extend the period of performance from 12 months
to 18 months for continued advance planning of the refueling complex
overhaul (RCOH) of USS George Washington (CVN 73).  This modification
will continue CVN 73 RCOH advance planning, shipchecks, design,
documentation, engineering, fabrication, and preliminary shipyard or
support facility work to prepare for and make ready for the RCOH
accomplishment on CVN 73, which is expected to commence in August
2017.  This modification establishes the labor requirement for
engineering and production services in support of Fukushima
remediation of CVN 73 during the advance planning of its RCOH, as well
as provide for engineering, planning, and production oversight of work
performed by the Navy, Norfolk area providers, and other contractors
in managing remediation efforts.  Work will be in Newport News,
Virginia, and is expected to complete by August 2017.  Fiscal 2016
shipbuilding and conversion (Navy); and fiscal 2016 operations and
maintenance (Navy) funding in the amount of 194,597,702 will be
obligated at time of award. Funding in the amount of $1,246,448 will
expire at the end of the current fiscal year.  The Naval Sea Systems
Command, Washington, District of Columbia, is the contracting
activity.



EnergySolutions Services Inc., Oak Ridge, Tennessee, is being awarded
a $12,613,811 single indefinite-delivery/indefinite-quantity contract
with firm-fixed-price provisions.  The contract is for services to
process various metal forms through disassembly, decontamination,
metal melting, compaction, incineration, resin sluicing/dewatering,
bulk waste assay and to include provisions for supply of shipping
containers, brokerage services and transportation of materials
(utilizing truck, rail or barge as necessary) from various Naval
Nuclear Propulsion Program (NNPP) sites. In addition, this contract is
in support of the NNPP requirement for comprehensive processing,
recycling, volume reduction, segregation, transportation, and bulk
waste analysis of radioactive waste/materials and residuals.  This
contract includes a base-year effort and two one-year optional
periods, which if exercised, will bring the contract value to
$38,737,602.  All work will be performed at the contractor’s facility
located in Oak Ridge, Tennessee.  Work is expected to be completed by
July 2017; if all options are exercised, work will be completed in
July 2019.  Fiscal 2016 operations and maintenance (Navy) in the
amount of $10,000 will be obligated to fund the contract's minimum
amount and funds will not expire at the end of the current fiscal
year.  This contract was competitively procured with the solicitation
posted to the Federal Business Opportunities website, with one offer
received.  Naval Supply Systems Command Fleet Logistics Center
Norfolk, Contracting Department Portsmouth, Portsmouth, Virginia, is
the contracting activity (N00189-16-D-E002).



Lockheed Martin Space Systems Co., Sunnyvale, California, is being
awarded a cost-plus-fixed-fee $8,338,239 modification (P00008) to a
previously awarded contract (N00030-15-C-0100) for new procurement of
a cybersecurity update to fleet ballistic missile unique information
technology applications and information systems and high voltage
detonator refresh.  The work will be performed in Sunnyvale,
California (34.65 percent); Miamisburg, Ohio (25.18 percent); Cape
Canaveral, Florida (14.93 percent); Orlando, Florida (8.59 percent);
Silverdale, Washington (8.35 percent); and Kings Bay, Georgia (8.30
percent), and work is expected to be completed Dec. 31, 2018.  Fiscal
2016 weapons procurement (Navy) funds in the amount of $7,087,466;
fiscal 2016 operations and maintenance (Navy) funds in the amount of
$1,001,615; United Kingdom funds in the amount of $166,936; fiscal
2016 research, development, test and evaluation (Navy) funds in the
amount of $43,603; and fiscal 2016 other procurement (Navy) funds in
the amount of $38,619 are being obligated on this award.  Contract
funds in the amount of $1,001,615 will expire at the end of the
current fiscal year.  Strategic Systems Programs, Washington, District
of Columbia, is the contracting activity.



AIR FORCE

Gideon Contracting LLC,* San Antonio, Texas (FA4600-16-D-6001); SP-JV
LLC,* Des Moines, Iowa (FA4600-16-D-6002); Weldin Construction LLC,*
Palmer, Alaska (FA4600-16-D-6003); and Pro-Mark Services Inc.,* West
Fargo, North Dakota (FA4600-16-D-6004), have been awarded a combined
$90,000,000 indefinite-delivery/ indefinite-quantity contract for
performance-based general construction and design services.  Specific
work will be defined with each individual task order.  Work will be
performed at Offutt Air Force Base, Nebraska, and is expected to be
complete by July 21, 2021.  This award is the result of a competitive
acquisition with 11 offers received.  Fiscal 2016 operations and
maintenance funds in the amount of $4,000 is being obligated with
$1,000 to each company at the time of award.  The 55th Contracting
Squadron, Offutt Air Force Base, Nebraska, is the contracting
activity.



Lockheed Martin Services Inc., Colorado Springs, Colorado, has been
awarded an $8,615,667 modification (P00079) to previously awarded
contract FA8823-13-C-0002 for sustainment functions as required for
the Global Positioning System (GPS) control segment to include the
master control station, the alternate master control station, a
telecommunications simulator test station, a consolidated test
environment, four ground antennas and six monitor stations.  The
master control station and the alternate master control station
consist of the following software systems: architecture evolution plan
and the GPS information network.  Additionally, there is a training
system for the architecture evolution plan called the Positional
Training Emulator as well as system simulators.  Work will be
performed at Colorado Springs, Colorado.  Fiscal 2016 operations and
maintenance funds in the amount of $8,615,667 are being obligated at
the time of award.  Space and Missile Systems Center, Peterson Air
Force Base, Colorado, is the contracting activity.



Segue Technologies Inc., Arlington, Virginia, has been awarded a
$7,269,799 modification (RS08) to previously awarded contract
FA8771-12-D-1009 for a command and control weapon system part task
trainer.  Contractor will provide air operations center training
baseline requirements to ensure that operators thoroughly understand
the principles, theories, and methods of systems used to execute the
air tasking order, via hands-on training scenarios, practical
exercise, and delivery of instructional operational concepts of the
weapon system.  Work will be performed at Langley Air Force Base,
Virginia, and is expected to be complete by July31, 2019.  This award
is the result of a competitive acquisition with two offers received.
Fiscal 2016 operations and maintenance funds in the amount of
$2,380,711 are being obligated at the time of award.  Air Force Life
Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the
contracting activity.

ARMY

Weldin Construction LLC, Palmer, Alaska, was awarded a $20,000,000
modification (P00005) to contract W912D0-12-D-0007 for all labor,
materials, supplies and equipment to provide sustainment, restoration
and modernization to real property. Funding and work location will be
determined with each order Army Contracting Command, Ft. Wainwright,
Alaska, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

UPDATE: Segovia Inc., doing business as Inmarsat Government, Reston,
Virginia, was issued modification P00001 to lift the stop-work order
issued due to a bid protest filed on the initial award.  Inmarsat
Government remains the awardee on the single award
indefinite-delivery/indefinite-quantity contract issued against
solicitation HC1013-14-R-0004 announced Sept. 8, 2015.  The revised
period of performance for the base period is July 22, 2016 – July 21,
2017, with four consecutive one-year option periods through July 21,
2021.

*Small business

U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)

On the Web: http://www.defense.gov/Contracts/

-- 
You received this message because you are subscribed to the Google Groups 
"massfire" group.
To unsubscribe from this group and stop receiving emails from it, send an email 
to [email protected].
To post to this group, send email to [email protected].
Visit this group at https://groups.google.com/group/massfire.
For more options, visit https://groups.google.com/d/optout.

Reply via email to