NAVY
Tetra Tech EC, Inc., Virginia Beach, Va., is being awarded a maximum amount $100,000,000 indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract for environmental remediation services for projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR). No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Atlantic AOR, which includes North Carolina (29 percent); Virginia (25 percent); Maryland (15 percent); Connecticut (5 percent); Maine (5 percent); Massachusetts (5 percent); the District of Columbia (5 percent); Africa (5 percent); Pennsylvania (4 percent); West Virginia (1 percent); and Vieques, Puerto Rico (1 percent). Although principle geographical areas are identified for the contract, the contractor may be required to perform at any Naval or Marine Corps activity in the AOR covered by NAVFAC Atlantic . Work may also be added and performed anywhere outside of NAVFAC Atlantic’s AOR, as required by the government. The term of the contract is not to exceed 60 months with an expected completion date of June 2017. The applicable Environmental Restoration, Navy contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-12-D-7005).
Here you can find more information about Defence Companies |
Advanced C4 Solutions, Inc.*, Tampa, Fla. (N65236-12-D-3857); ISHPI Information Technologies, Inc.*, Mount Pleasant, S.C. (N65236-12-D-3859); Sentek Consulting, Inc., doing business as Sentek Global*, San Diego, Calif. (N65236-12-D-3860); ALEX-AS, J.V.*, Chantilly, Va. (N65236-12-D-3861); Strategic Operational Solutions, Inc.*, Vienna, Va. (N65236-12-D-3862); HighAction, L.L.C.*, Arlington, Va. (N65236-12-D-3863); Business Computers Management Consulting Group, L.L.C.*, Falls Church, Va. (N65236-12-D-3864); Imagine One StraCon Venture, L.L.C.*, Fort Worth, Texas (N65236-12-D-3865); WIJET, L.L.C.*, Huntsville, Ala. (N65236-12-D-3866); Business Integra Technology Solutions, Inc.*, Greenbelt, Md. (N65236-12-D-3867); Network Security Systems Plus, Inc.*, Falls Church, Va. (N65236-12-D-3868); Dynamic Network Enterprises, Inc.*, Stafford, Va. (N65236-12-D-3869); RLM Communications, Inc.*, Spring Lake, N.C. (N65236-12-D-3870); and TISTA Science and Technology Corp.*, Rockville, Md. (N65236-12-D-3871), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contract, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance electronics and communications services and solutions in support of mission capabilities within the integrated cyber operations portfolio to deliver the capabilities to operate, secure and defend the network and data in support of the warfighter’s mission. These contracts include options, which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated combined value of $98,700,000. These 14 contractors may compete for the task orders under the terms and conditions of the awarded contracts. Work will be performed in Charleston, S.C., 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. These contracts were competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E‑Commerce Central website, with 16 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Atlantic Contingency Constructors, Norfolk, Va. (N62470-06-D-6007); Fluor Intercontinental, Inc., Greenville, S.C. (N62470-06-D-6008); and URS-IAP, L.L.C., Austin, Texas (N62470-06-D-6009), are being awarded a $50,000,000 cost reimbursement/firm-fixed-price modification to extend the ordering period for each indefinite-delivery/indefinite-quantity multiple award contract by 12 months for contingency construction, engineering, and services at various locations worldwide. The work to be performed provides the Navy, the Navy on behalf of Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for civilian construction and related engineering and services to respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. This may include capability to set up and operate a material liaison office at a deployed site in support of Naval Construction Force operations and participation in military exercises. After award of this modification, the total cumulative contact value will be $1,050,000,000. No task orders are being issued at this time. Work will be performed worldwide and is expected to be completed by June 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.
DEFENSE LOGISTICS AGENCY
U.S. Foodservice, Inc., Las Vegas, Nev., was awarded a firm-fixed-price, sole-source, indefinite-quantity contract with a maximum $15,460,480 for prime vendor full line food distribution. Other location of performance is Albuquerque, N.M. Using services are Army, Air Force, and Department of Energy. There was one proposal with one response. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is June 15, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3562).
Coast Produce*, Los Angeles, Calif., was issued a modification exercising the third option year on contract SPM300-08-D-P021/P00031. The award is a fixed-price with economic price adjustment contract with a maximum $11,250,000 for fresh fruit and vegetable support. Using services are Army, Navy, Air Force, Marine Corps, Department of Agriculture School and reservation customers. There were four responses to the Defense Logistics Agency Internet Bid Board System solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is Dec. 15, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
*Small business
Source:
U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)