Local Navy Contract Awards


WASHINGTON (April 21, 2014)—The U.S. Department of Defense recently announced the following contract awards that pertain to local Navy activities and/or local contractors.

BAE Systems Information & Electronic Systems Integration Inc., Greenlawn, N.Y., is being awarded a $6,715,693 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of 16 AN/UPX-41 (C) Digital Interrogators for the U.S. Navy (14) and the government of Japan (2) and 45 Mode 5 Identification Friend or Foe field change kits for the U.S. Navy (33) and the government of Japan (12). Work will be performed in Greenlawn, N.Y., and is expected to be completed in December 2015. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchases for the U.S. Navy ($5,399,417; 80.4 percent) and the government of Japan ($1,316,276; 19.6 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0004).

BCF Solutions Inc., Arlington, Va. (N65236-14-D-4151); Booz Allen Hamilton Inc., McLean, Va. (N65236-14-D-4152); Bowhead Science and Technology LLC, Alexandria, Va. (N65236-14-D-4153); CommIT Enterprises Inc., Hughesville, Md. (N65236-14-D-4154); Deloitte Consulting LLP, Alexandria, Va. (N65236-14-D-4155); TASC Inc., Andover, Mass. (N65236-14-D-4156); and Whitney, Bradley and Brown Inc., Reston, Va. (N65236-14-D-4157), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, with provisions for cost-plus-fixed-fee task orders, performance based multiple award contract. The cumulative, estimated ceiling value of the base year is $83,333,333. The contracts are for the procurement of program management and financial management support services including non-inherently governmental services to perform analyses and research. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $250,000,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed worldwide. Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2017. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the seven awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. 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 12 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

iRobot Corp., Bedford, Mass., is being awarded a $59,220,496 modification to previously awarded contract (N00174-11-D-0013) for the procurement of Man Transportable Robotic System (MTRS) production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories. The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Bedford, Mass., and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance, Army and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $720,500 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Insitu Inc., Bingen, Wash., is being awarded $10,222,289 for firm-fixed-price delivery order 0015 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21A Unmanned Aircraft System, including all requirements necessary to support the system at the organizational level during planned and surge flight operations. Services include integrated logistics support, program planning and management support, field service technical support, data reporting, and hardware to maintain the RQ-21 production configuration during initial fielding. Work will be performed at Marine Corps Air Station, Cherry Point, N.C. (80 percent) and Bingen, Wash. (20 percent), and is expected to be completed in April 2015. Fiscal 2014 procurement, Marine Corps funds in the amount of $10,222,289 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $54,574,234 modification to a previously awarded fixed-price-incentive-fee, cost-plus-incentive-fee contract (N00019-12-C-0004) for production non-recurring technical assistance in support of the F-35 Lot VII effort for the U.S. Navy, U.S. Air Force, and international partner governments. Services to be provided includes manufacturing technology transfer and planning tasks required to ensure a manufacturing base with sufficient technical knowledge to support F-35 production requirements. Work will be performed in El Segundo, Calif. (38 percent); Fort Worth, Texas (24 percent); Warton, United Kingdom (16.5 percent); San Diego, Calif. (14 percent); Orlando, Fla. (3.4 percent); Nashua, N.H. (2.3 percent); Palmdale, Calif. (1.2 percent); Marietta, Ga. (.3 percent) Amityville, N.Y. (.2 percent); and Laval, Canada (.1 percent), and is expected to be completed in January 2015. Fiscal 2012 aircraft procurement, Navy and Air Force and international partner funds in the amount of $54,574,234 are being obligated on this award, $42,966,294 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($21,912,810; 4 percent); the U.S. Air Force ($21,053,484; 38.7 percent); and F-35 international partner governments ($11,607,930; 21.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics Ordnance and Tactical Systems, Orlando, Fla., is being awarded a $9,248,770 modification to previously awarded contract (N00174-08-D-0021) for the procurement of the improved mechanical remote fuze disassembly kit (I-MRFDK ) production units, training, system maintenance and spare and depot level repair parts. The I-MRFDK is a portable ordnance inerting and disassembly system operated by explosive ordnance disposal technicians to safely inert fuzes used with projectiles, bombs, and other explosive ordnance. Work will be performed in Orlando, Fla., and is expected to be completed by September 2015. Contract funds will not be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Featured Sponsor

The MIL Corporation
Find your new career today!

Reader Comments

Featured Sponsor

Brinsfield-Echols Funeral Home, P.A.
The Golden Rule Funeral Home, serving all of Southern Maryland.

Need Legal Representation?

Five So. Maryland locations to serve you. Personal Injury, Criminal Defense, DUI Defense.

Follow SoMd HL News