NAVIGATION MAIN MENU

COMPENDIUM LIBRARY/TWITTER MONITOR
VIDEO GALLERY
Economic News
Newsbrief Archives
Democrat Leadership Twitter and Realtime Feeds
Cabinet twitter and realtime feeds
North America weblog
International weblog
Democrats twitter directory
Latest Government Jobs and Public Tenders
Jobs Matrix
Global Travel Information
Pop Entertainment Forum
Start Portal


Please make a donation to support upkeep of the daily news journal, back archives, twitter feeds and the compendium library.










DoD Contracts for September 29, 2011

Daily newsbrief journal for September 2011, also see http://www.usdemocrats.com/brief for a global 100-page perpetual brief and follow twitter @usdemocrats


DoD Contracts for September 29, 2011

Postby admin » Thu Sep 29, 2011 6:07 pm

Contracts for September 29, 2011
09/29/2011 05:00 PM CDT





FOR RELEASE AT
5 p.m. ETNo. 835-11
September 29, 2011






CONTRACTS
ARMY
The Ross Group Construction Corp., Tulsa, Okla. (W912HN-11-D-0034); Absher Construction Co., Puyallup, Wash. (W912HN-11-D-0032); Garco Construction, Inc., Spokane, Wash. (W912HN-11-D-0031); and S&P - Mason & Hanger, J.V., Houston, Texas (W912HN-11-D-0033), were awarded a $499,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The award will provide for the construction of tactical equipment maintenance facilities. Work location will be determined with each task order, with an estimated completion date of Sept. 26, 2014. The bid was solicited through the Internet, with 27 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.
Megen Construction Co., Cincinnati, Ohio (W912HN-11-D-0026); C3, L.L.C., Broken Arrow, Okla. (W912HN-11-D-0027); Carntribe-Clement 8AJV #1, L.L.C., Ozark, Ala. (W912HN-11-D-0028); and LCC-MZT Team III, Homedale, Idaho (W912HN-11-D-0029), were awarded a $360,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The award will provide for the construction of company operations facilities. Work location will be determined with each task order, with an estimated completion date of Sept. 27, 2014. Eight bids were solicited, with 30 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.
EOIR Technologies, Inc., Fredericksburg, Va., was awarded an $83,750,574 cost-plus-fixed-fee contract. The award will provide for the maintenance and logistics support for the Constant Hawk-Afghanistan and light detection and ranging aircraft. Work will be performed in Fredericksburg, Va., with an estimated completion date of June 26, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-H001).
CGI Federal, Inc., Manassas, Va., was awarded a $42,485,968 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement and development of the Human Terrain System. Work will be performed in Newport News, Va., with an estimated completion date of Sept. 27, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0058).
Harris Corp., RF Communications Division, Rochester, N.Y., was awarded a $37,974,251 firm-fixed-price contract. The award will provide for the tactical communication services and equipment in support of counternarcotics operations. Work location will be determined with each task order, with an estimated completion date of Sept. 30, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Space & Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-11-D-0005).
ASI Constructors, Inc., Pueblo West, Colo., was awarded a $37,572,175 firm-fixed-price contract. The award will provide for the procurement of Canton auxillary spillway hydraulic Structures. Work will be performed in Canton Lake, Blaine County, Canton, Okla., with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0026).
The Pennsylvania State University, University Park, Pa., was awarded a $34,077,057 cost-plus-fixed-fee contract. The award will provide for the research and development services in support of electro-optical and infrared technologies; night vision technology; and laser technologies and payloads for unmanned platforms. Work will be performed in University Park, Pa., with an estimated completion date of Sept. 20, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-11-D-0002).
Vigil Contracting, Inc., Crofton, Md., was awarded a $33,908,500 firm-fixed-price contract. The award will provide for the construction of a Joint Armed Forces Reserve Center at New Castle, Del. Work will be performed in New Castle, Del., with an estimated completion date of March 22, 2013. Nine bids were solicited, with nine bids received. The National Guard Bureau, New Castle, Del., is the contracting activity (W912L5-11-C-0002).
MW Builders, Inc., Temple, Texas, was awarded a $33,815,000 firm-fixed-price contract. The award will provide for the construction of four, three-story barracks and an optional barracks. Work will be performed in Fort Leonard Wood, Mo., with an estimated completion date of Dec. 27, 2012. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4040).
King Fisher Marine Service, L.P., Port Lavaca, Texas, was awarded a $33,537,027 firm-fixed-price contract. The award will provide for the dredging services in support of the pipeline dredging project in Nueces County, Texas. Work will be performed in Nueces County, Texas, with an estimated completion date of July 31, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-11-C-0028).
Harper Construction Co., Inc., San Diego, Calif., was awarded a $32,477,776 firm-fixed-price contract. The award will provide for the renovation services in support of the Training Barracks Upgrade Program at Fort Sill, Okla. Work will be performed in Lawton, Okla., with an estimated completion date of March 31, 2013. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0025).
Security Signals, Inc., Cordova, Tenn., was awarded a $31,357,180 firm-fixed-price contract. The award will provide for the procurement of handheld signals, including the M125 and the M159. Work will be performed in Oakland, Tenn., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-D-0112).
Oshkosh Corp., Oshkosh, Wis., was awarded a $29,970,756 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 452 Family of Medium Tactical Vehicles and 86 armor B-kits. Work will be performed in Oshkosh, Wis., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).
ACC Construction Co., Augusta, Ga., was awarded a $29,602,793 firm-fixed-price contract. The award will provide for the construction of a barracks complex and company operations facilities at Fort Bragg, N.C. Work will be performed in Fort Bragg, N.C., with an estimated completion date of Dec. 18, 2013. The bid was solicited through the Internet, with 18 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-11-C-0013).
M.R. Pittman Group, L.L.C., Harahan, La., was awarded a $29,391,080 firm-fixed-price contract. The award will provide for the construction of a pump station in support of the Southeast Louisiana Urban Flood Control Project. Work will be performed in Jefferson Parish, La., with an estimated completion date of June 8, 2015. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-C-0068).
Lockheed Martin MS2, Liverpool, N.Y., was awarded a $26,321,139 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to support country field service representatives. Work will be performed in Liverpool, N.Y., with an estimated completion date of July 30, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-06-C-T004).
Nan, Inc., Honolulu, Hawaii, was awarded a $25,313,294 firm-fixed-price contract. The award will provide for the renovation of buildings at Schofield Barracks, Oahu, Hawaii. Work will be performed in Oahu, Hawaii, with an estimated completion date of Aug. 27, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-11-C-0016).
Tanner Heavy Equipment Co., L.L.C., Leesville, La., was awarded a $25,000,000 firm-fixed-price contract. The award will provide for the repair and alternation of roads and culverts at Fort Polk, La. Work will be performed in Fort Polk, La., with an estimated completion date of Aug. 1, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-D-0074).
Koontz Electric Co., Inc., Morrilton, Ariz., was awarded a $23,777,237 firm-fixed-price contract. The award will provide for the construction of a high-voltage switchyard at Garrison Dam, N.D. Work will be performed in Riverdale, N.D., with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-C-0068).
Bristol Engineering Services Corp., Anchorage, Alaska, was awarded a $23,626,000 firm-fixed-price contract. The award will provide for the road and infrastructure work services at Joint Base Lewis McChord, Wash. Work will be performed in Joint Base Lewis McChord, with an estimated completion date of March 30, 2013. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-C-0017).
DRS, St. Louis, Mo., was awarded a $22,854,538 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the reset of 72 M1200 Armored Knight vehicles. Work will be performed in St. Louis, Mo., with an estimated completion date of June 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0132).
L-3 Communication Corp., Budd Lake, N.J., was awarded a $22,235,189 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of up to 90 Improved Position and Azimuth Determining Systems. Work will be performed in Budd Lake, N.J., with an estimated completion date of Sept. 20, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-D-0229).
Honeywell Technology Solutions, Inc., Columbia, Md., was awarded a $21,632,735 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to provide logistics support and maintenance services in support of the U.S. Army Sustainment Command. Work will be performed in Afghanistan, with an estimated completion date of Sept. 23, 2012. Ten bids were solicited, with seven bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-D-0097).
Communications Supply Corp., Clarksburg, Md., was awarded a $20,360,218 firm-fixed-price contract. The award will provide for the procurement of command, control, communication and computer infrastructure materials. Work will be performed in Bagram, Afghanistan, with an estimated completion date of Oct. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-D-0078).
Simmonds Precision Products, Inc., Vergennes, Vt., was awarded a $20,039,154 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of 350 Integrated Vehicle Health Management Systems and 210 IVHMS peculiar ground support equipment kits to support 210 deployment spares to support the UH-60 aircraft. Work will be performed in Vergennes, Vt., with an estimated completion date of July 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-D-0224).
U.S. SPECIAL OPERATIONS COMMAND
Oregon Iron Works, Inc., Clackamas, Oregon (H9222-11-D-0080), and United States Marine, Inc., Gulfport, Miss. (H92222-11-D-0079), are each being awarded an indefinite-delivery/indefinite-quantity contract with a maximum order limitation of $400,000,000 and issued concurrent delivery orders ($6,994,132 obligated to Oregon Iron Works; $6,998,541 to United States Marine) for the delivery of test articles for the Combatant Craft, Medium Mark 1 (CCM Mk 1) Program. The CCM Mk I Program is an acquisition program to develop, test, produce, field, and sustain a modern, clandestine, agile, adaptive, technically relevant, reliable, and operationally capable combatant craft system in support of U.S. Special Operations Command. The work will be performed concurrently in Clackamas, Oregon, and Gulfport, Miss. Completion is expected by December 2012. The government will test and evaluate the test articles provided by the awardees during phase three of this evaluation and make a final down select decision in 2013, resulting in a single indefinite-delivery/indefinite-quantity contract with a $400,000,000 ceiling and 10-year term. The final ordering period will end in 2021. U.S. Special Operations Command is the contracting activity.
NAVY
McDonnell Douglas Corp., St. Louis, Mo., is being awarded $298,607,786 for cost-plus-fixed-fee delivery order 0014 under a previously awarded contract (N00383-06-D-001J) for logistics support and associated material requirements for the F/A-18E/F aircraft. This effort includes the government of Australia (3 percent) under the Foreign Military Sale Program. Work will be performed in St. Louis, Mo., and is to be completed by December 2014. Contract funds will not expire before the end of the current fiscal year. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
VSE Corp., Alexandria, Va., is being awarded a $277,926,039 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for continuous lifecycle support of naval vessels bought, sold, or otherwise transferred to Foreign Military Sales customers through the International Fleet Support Program. The services provided to foreign customers and allies under this contract include design, configuration management, field engineering, maintenance planning, maintenance, spare parts support, training, casualty, and depot-level repair. The contractor will provide engineering, technical, procurement, logistics, test, inspection, calibration, repair, maintenance, equipment upgrade installation, and overhaul support services � including reactivation to safe-to-sail status. No funds are being obligated at this time. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,503,446,270. This contract involves Foreign Military Sales. Work will be performed in Alexandria, Va., and in various locations throughout the world as required by Foreign Military Sales customers. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-D-4229).
Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded a $157,582,983 cost-plus-fixed-fee contract for Aegis Weapon System and Aegis Combat System systems, engineering, alteration installation/repair overhaul execution, computer program maintenance, in-country support services, and staging support to fulfill Aegis lifetime support requirements of the Japan Maritime Self Defense Force. The contract includes options, which, if exercised, would bring the total cumulative value of this contract to $228,155,587. This contract option involves Foreign Military Sales to Japan (100 percent). Work will be performed in Moorestown, N.J. (82.9 percent); Baltimore, Md. (3.4 percent); Tokyo, Japan (3.1 percent); Seoul, South Korea (2.5 percent); Kongsberg, Norway (2.3 percent); Washington, D.C. (1.3 percent); Nagasaki, Japan (1.1 percent); Yokohama, Japan (1.1 percent); Pusan, South Korea (0.8 percent); Maizuru, Japan (0.5 percent); Sasebo, Japan (0.5 percent); and Yokosuka, Japan (0.5 percent), and is expected to be completed by January 2016. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-5106).
EDO Communications and Countermeasures Systems, Inc., also known as ITT Force Protection Systems, Thousand Oaks, Calif., is being awarded a $103,000,905 firm-fixed-price contract to procure 3,351 Band-C upgrade kits, initial spares and consumables, engineering support services hours, and data to upgrade fielded Counter Radio-Controlled Electronic Warfare Vehicle Receiver/Jammer (CVRJ) Systems. CVRJ systems are vehicle-mounted electronic jammers designed to prevent the initiation of radio controlled improvised explosive devices. Work will be performed in Thousand Oaks, Calif., and is expected to complete by January 2013. Contract funds in the amount of $447,065 will expire at the end of the current fiscal year. This contract was not competitively procured as no other source can meet the required schedule for fielding a unit to counter new, emerging threats against military operations in Afghanistan and Iraq. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-6317).
Manson Construction Co., Seattle, Wash., is being awarded a $79,523,000 firm-fixed-price contract for demolition and replacement of Pier 12, and upgrade to Pier 13 at Naval Base San Diego. The work to be performed provides for the demolition of the existing pier, followed by the complete design and construction of a new general purpose berthing pier and installing the requisite utilities. Dredging will be accomplished to depths corresponding to the surrounding area. Additionally, Pier 13 will be upgraded with a 4,160 volt transformer. The construction of the pier will enable Naval Base San Diego to better support the current home ported ships and future ship classes. The contract also contains two unexercised options, which, if exercised, would increase cumulative contract value to $82,196,254. Work will be performed in San Diego, Calif., and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-2850).
Harper Construction Co., Inc., San Diego, Calif., is being awarded a $68,696,948 firm-fixed-price contract for the design and construction of two bachelor enlisted quarters at Marine Corps Base Camp Pendleton that will house a total of 860 Marines. The contract also contains two planned modifications, which, if issued, would increase cumulative contract value to $75,557,265. Work will be performed in Oceanside, Calif., and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 15 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-0406).
EJB Facilities Services, Arlington, Va., is being awarded a $67,498,461 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N44255-05-D-5103) to exercise option six for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services. The total contract amount after exercise of this option will be $424,740,328. Work will be performed at various installations in the NAVFAC Northwest AOR including, but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent). Work is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.
Raytheon Co., Missile Systems, Tucson, Ariz., is being awarded a $61,869,792 firm-fixed-price, fixed-price-incentive-firm contract for the lot 11, low rate initial production of 60 AIM-9X Block II All Up Round tactical missiles, 30 for the Navy and 30 for the Air Force; 60 Block II captive air training missiles, 20 for the Navy and 40 for the Air Force; 60 Block II active optical target detectors, 30 for the Navy and 30 for the Air Force; 34 containers, 14 for the Navy and 20 for the Air Force; and associated tooling for the Navy and the Air Force. Work will be performed in Tucson, Ariz. (39.85 percent); Andover, Mass. (14.36 percent); Midland, Ontario, Canada (6.60 percent); Vancouver, Wash. (6.21 percent); various locations inside the continental United States (5.89 percent); Goleta, Calif. (4.04 percent); Rocket Center, W.Va. (2.95 percent); Valencia, Calif. (2.81 percent); Heilbronn, Germany (2.20 percent); El Cajon, Calif. (2.13 percent); Cheshire, Conn. (2.03 percent); Chatsworth, Calif. (1.89 percent); Cincinnati, Ohio (1.80 percent); San Jose, Calif. (1.60 percent); Montgomery, Ala (1.40 percent); Anniston, Ala. (1.18 percent); Newbury Park, Calif. (1.08 percent); San Diego, Calif. (0.94 percent); Orlando, Fla. (0.77 percent); and various locations outside the continental United States (0.27 percent). Work is expected to be completed in April 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302.1. This contract combines purchases for the Air Force ($34,539,747; 55.83 percent) and the Navy ($27,330,045; 44.17 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0001).
Stauder Technologies, Saint Peter, Mo., is being awarded a $46,078,883 indefinite-delivery/indefinite-quantity contract for software development, system integration, and engineering services to include field services representatives. Work will be performed in St. Peters, Mo., and is expected to be completed by September 2016. Contract funding will expire and the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-2219).
Honeywell Technology Solutions, Inc. is being awarded a not-to-exceed $42,948,528 cost-plus-award-fee task order under a previously awarded contract (M67004-09-D-0020) for prepositioning and Marine Corps logistics support services for Blount Island Command. Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting agency.
L-3 Fuzing and Ordnance Systems, Inc., Cincinnati, Ohio, is being awarded a $35,990,703 firm-fixed-price contract for the procurement of 20,000 FMU-139C/B electronic bomb fuzes; 200 FMU-139 C/B D-2 dummy fuzes; 100 FMU-139 C/B D-5 cutaway fuzes; and 3,000 accessory kits for the U.S. Navy and the governments of Australia, Turkey, Pakistan, Korea, Bahrain, Malaysia, Finland, and Spain. Work will be performed in Cincinnati, Ohio (50 percent), and Orlando, Fla. (50 percent), and is expected to be completed in September 2014. Contract funds in the amount of $20,927,389 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; two offers were received. This contract combines purchases for the U.S. Navy ($20,927,389; 58.15 percent); and under the Foreign Military Sales Program, the governments of Australia ($6,076,900; 16.88 percent), Turkey ($4,052,014; 11.26 percent), Pakistan ($2,386,981; 6.63 percent), Korea ($1,341,157; 3.73 percent), Bahrain ($396,093; 1.1 percent), Malaysia ($345,292; 0.96 percent), Finland ($268,630; 0.75 percent), and Spain ($196,247; 0.55 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0090).
K2 Solutions Corp.*, Southern Pines, N.C., is being awarded a $34,394,858 firm-fixed-priced contract for life cycle sustainment for the Marine Corps' fleet of improvised explosive device detector dogs, including kenneling and daily care, operational training for Marine handlers, logistics support, transportation, support during overseas operations, and associated materials. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $91,022,617. Work will be performed in Southern Pines, N.C. (70 percent), Twentynine Palms, Calif. (20 percent), and overseas (10 percent), and is expected to be completed by September 2012. If all options are exercised, work will be completed March 2014. Contract funds in the amount of $34,394,858 will expire at the end of the current fiscal year. This contract was competitively procured as a total small business set-aside solicitation via the Navy Electronic Commerce Online website, with two offers received in response to the solicitation. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-C-3015).
T-Solutions, Inc., Chesapeake, Va., is awarded a $30,294,986 cost-plus-fixed-fee contract for to provide continental United States, and outside continental United States, port engineering, combat systems engineering, maintenance management and port engineering support services for Navy ships on behalf of the requirements activity of Commander Naval Surface Force. The contract provided incremental funding the amount of $29,278,243. Work will be performed at multiple locations including Norfolk, Va. (36.2 percent); San Diego, Calif. (24.1 percent); Japan (16.4 percent); Mayport, Fla. (8.6 percent); Honolulu, Hawaii (7.8 percent); Bahrain (4.3 percent); and Everett, Wash., and Bremerton, Wash. (2.6 percent). Work is expected to be completed by September 27, 2012. Contract funds will expire at the end of the current fiscal year. The contract was posted on the Navy Electronic Commerce Online and Federal Business Opportunities websites as a sole source. The Naval Supply Systems Command Fleet Logistics Center, San Diego, Calif., is the contracting activity (N00244-11-C-0035).
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $22,534,505 modification to previously awarded contract (N00024-11-C-2306) for DDG 1000-class services. This contract modification provides additional class services associated with the detail design and construction of DDG 1000-class ships. Services will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design. Work will be performed in Bath, Maine, and is expected to be completed by October 2012. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Alutiiq-Mele, L.L.C.*, Anchorage, Alaska, is being awarded a $19,337,981 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-09-D-4003) to exercise option two for base operation support services at the Naval Air Weapons Station, China Lake. The work to be performed provides for all labor, materials, equipment, supervision, and transportation necessary to perform management and administration, weapons support services, supply and materials management services, facilities investment services, grounds maintenance services, janitorial services, pest control services, street sweeping services, base support vehicles and equipment services, and environmental services. The total contract amount after exercise of this option will be $56,319,319. Work will be performed in Ridgecrest, Calif., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
The Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded $15,369,782 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-09-D-1653) for renovation of Advanced Electronic School Building 3143 at Naval Base San Diego. The work to be performed provides for renovations to meet current regulations, codes and criteria for fire protection, anti-terrorism force protection, seismic energy conservation, and the American Disability/Architectural Barriers Acts. The project will seismically upgrade the building; provide asbestos and lead base paint abatement; replace deteriorated build-up roofing system with single-ply roof system; replace deteriorated floor finish; repair/replace aged built-in electrical, communication, security, alarm wirings, light fixtures with energy efficient fixtures; replace corroded fittings attached to the sprinkler system; provide seismic bracing and restraint to comply with the National Fire Protection Association; replace all plumbing fixtures with low flow fixtures; and replace deteriorated pipes for water and sewer. The task order also contains six unexercised options, which, if exercised, would increase cumulative task order value to $21,941,995. Work will be performed in San Diego, Calif., and is expected to be completed by October 2013. Contract funds in the amount of $15,369,782 are obligated on this award and will expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Progeny Systems Corp.*, Manassas, Va., is being awarded a $14,801,175 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, Small Business Innovative Research (SBIR) phase three contract to mature, adapt, and utilize the Data Acquisition and Retrieval System developed by Progeny Systems under Naval Sea Systems Command SBIR topic N99-100, used to collect combat systems data used on Navy submarines. Work will be performed in Norfolk, Va. (17 percent); Kings Bay, Ga. (17 percent); Groton, Conn. (17 percent); Washington, D.C. (17 percent); Port Canaveral, Fla. (17 percent); and Pearl Harbor, Hawaii (15 percent). Work is expected to be completed by September 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center, Newport, R.I., is the contracting activity (N66604-11-D-0978).
Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $14,632,594 cost-plus-fixed-fee task order 0052 under a previously awarded contract (M67004-09-D-0020) for operations supporting forward-in-stores, preservation, packaging, and packing, and the Afghanistan retrograde team. Work will be performed within Afghanistan and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.
Wackenhut Service, Inc., Government Solutions, Palm Beach Gardens, Fla., is being awarded a $14,559,872 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operation support services at the Naval Support Activity, Kingdom of Bahrain. The work to be performed provides for, but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities investment, custodial, pest control, integrated solid waste management, grounds maintenance, wastewater, operate reverse osmosis water treatment system, and base support vehicles and equipment at the Naval Support Activity in the Kingdom of Bahrain and its seven outlying areas. The maximum dollar value, including the base period and four option years, is $71,032,613. Work will be performed in the Kingdom of Bahrain, and is expected to be completed by November 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity (N33191-11-D-0738).
L-3 Communications Corp., Greenville, Texas, is being awarded a $12,551,264 cost-plus-firm-fixed modification (P00019) for the integration of two King Air 350ER aircraft in support of the Army Constant Hawk Program. The integrated King Air 350ER aircraft provide an immediate response to urgent intelligence, surveillance, and reconnaissance requirements in combat zones. Work will be performed in Greenville, Texas, and is expected to be completed by July 2012. Contract funds will not expire at the end of the current fiscal year. This competition was competitively procured via direct solicitation. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-C-JQ93).
STARA Technologies, Inc.*, Gilbert, Ariz., is being awarded a $12,527,861 cost-plus-fixed-fee, firm-fixed-fee contract for 14 Surveillance Tower Integration Kit (STIK) systems; eight field service representatives deployed in theater for the STIK systems; 11 towers to integrate into the STIK system to create a persistent ground surveillance tower; and level three drawings. Work will be performed in Afghanistan (50 percent), Gilbert, Ariz. (30 percent), and Yuma, Ariz. (20 percent), and is expected to be completed in September 2012. Contract fund in the amount of $5,759,074 will expire at the end of the fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0218).
Neany, Inc.*, Hollywood, Md., is being awarded a $12,065,493 modification to a previously awarded cost-plus-fixed-fee contract (N68335-11-C-0261) for training of Persistent Ground Surveillance System (PGSS) instructors and operators in support of PGSS Phase III B. This modification will also include logistic and deployment support and properly qualified and experienced PGSS operators at locations outside the United States. Work will be performed in various forward deployed operating bases located in Afghanistan (90 percent); Hollywood, Md. (5 percent); and Yuma, Ariz. (5 percent). Work is expected to be completed in November 2011. Contract funds in the amount of $12,000,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.
The Boeing Co., St. Louis, Mo., is being awarded a $12,037,926 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) for the low rate initial production of 26 Distributed Targeting Systems and supporting equipment/documentation for the F/A-18E/F and EA-18G aircraft. Work will be performed in Melbourne, Fla. (85 percent), and St. Louis, Mo. (15 percent), and is expected to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $11,556,259 cost-plus-fixed-fee task order 0051 under a previously awarded contract (M67004-09-D-0020) for operations supporting the Marine Expeditionary Unit Augmentation Program. Work will be performed within Kuwait, and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.
Navmar Applied Sciences Corp.*, Warminster, Pa., is being awarded a $10,304,848 order against a previously issued basic ordering agreement (N68335-10-G-0026) for a phase three, Small Business Innovation Research Project under topics N92-170, "Lasar Radar (LADAR) Identification Demonstration," and N94-178, "Air-Deployable Expendable Multi-Parameter Environmental Probe." This order provides for developing, testing, and evaluating advanced intelligence, surveillance and reconnaissance sensors and systems that can be integrated into existing aircraft systems to perform detection and tracking in open ocean surveillance. Work will be performed in Patuxent River, Md. (50 percent); various locations outside of the continental United States (40 percent); and Warminster, Pa. (10 percent). Work is expected to be completed in October 2013. Contract funds in the amount of $2,633,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.
Raytheon System Co., McKinney, Texas, was awarded on Sept. 28 a $9,840,000 firm-fixed-price contract for 10 multispectral targeting systems in support of Navy MH-60S helicopters. The multispectral targeting system provides long-range surveillance, high-altitude target acquisition, tracking, range-finding, and laser designation for the Hellfire missile, and for all tri-service and NATO laser-guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-C-JQ34).
Neany, Inc.*, Hollywood, Md., is being awarded a $9,373,658 firm-fixed-price, cost-plus-fixed-fee contract for ground control shelters and electrical modifications in support of Persistent Ground Surveillance System (PGSS) Phase III B. This contract will include 20 PGSS ground control shelters (GSC); the level three drawings for the GSC; and electrical modifications to 20 45 Kilovolt-Ampere generators. Work will be performed in Hollywood, Md., and is expected to be completed in July 2011. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0215).
Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $9,164,772 cost-plus-fixed-fee task order 0053 under a previously awarded contract (M67004-09-D-0020) for operations supporting overflow motor transport maintenance. Work will be performed within Afghanistan, and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.
Ensign Bickford, Simsbury, Conn., is being awarded an $8,286,296 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK164 MOD 0 detonator assemblies. These assemblies are utilized for a variety of blasting applications and general purpose demolitions both on land and undersea. Work will be performed in Simsbury, Conn., and is expected to complete in September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. Naval Surface Warfare Center, Crane, Ind., is the contracting activity.
Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded an $8,200,000 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0098) for non-recurring efforts required to provide form, fit, and function resolutions to known obsolescence issues affecting MH-60R/MH-60S aircraft. Work will be performed in Owego, N.Y., and is expected to be completed in November 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
NAL Research Corp.*, Manassas, Va., is being awarded a $7,859,352 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum of 7,815 friendly forces tracking devices in three technology levels (advanced, intermediate, and basic); ancillary support equipment; and 182 repairs of the devices in support of the Joint Chiefs of Staff Joint Fires Division. Funds in the amount of $14,290 will be obligated at this time. Work will be performed in Manassas, Va., and is expected to be completed by September 2016. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.
Northrop Grumman Systems Corp., Aerospace Systems Unmanned Systems, San Diego, Calif., is being awarded a $7,550,000 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-10-G-0003) for software sustainment services in support of the MQ-8B vertical take-off and landing tactical unmanned air vehicle. Services to be provided include analysis of engineering change proposals; development of plans of action and milestones; laboratory facility studies and analysis; software technology insertion; configuration management and quality assurance; and development, review and update of specifications and technical documentation. Work will be performed in San Diego, Calif., and is expected to be completed in June 2012. Contract funds in the amount of $7,550,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Barnhart Balfour Beatty, Inc., San Diego, Calif., is being awarded $7,084,773 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-10-D-5407) for the design and construction of the Marine Aviation Logistics Squadron 39 warehouse at Marine Corps Base Camp Pendleton. The task order also contains one unexercised option and two planned modifications, which, if issued, would increase cumulative task order value to $18,308,263. Work will be performed in Oceanside, Calif., and is expected to be completed by January 2013. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
VSD, L.L.C.*, Virginia Beach, Va., is being awarded a $6,894,001 firm-fixed-price, cost-plus-fixed-fee contract for security training and services in support of the Iraqi patrol boat and offshore support vessel training systems located in Umm Qasr, Iraq. Services to be provided, which support the transitioning of security responsibilities from the maritime coalition forces to the Iraqi Navy, include the refurbishment, delivery, installation, testing, train the trainer course of instruction, and logistics support. Work will be performed in Virginia Beach, Va. (49.5 percent); Houma, La. (29 percent); Umm Qasr, Iraq (19 percent); and Hitchcock, Texas (2.5 percent), and is expected to be completed in June 2014. Contract funds in the amount of $6,894,001 will expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-C-0035).
admin
Site Admin
 
Posts: 82092
Joined: Fri Nov 27, 2009 7:00 am



Re: DoD Contracts for September 29, 2011

Postby admin » Thu Sep 29, 2011 6:08 pm

AIR FORCE
General Atomics Aeronautical Systems, Inc., San Diego, Calif., is being awarded a $65,007,287 cost-plus-incentive-fee contract for the Block 30 retrofit for 31 fixed ground control stations; 43 mobile ground control stations (MGCS); 24 dual control ground control stations; one multi-aircraft control ground control station; three system integration laboratories; one multi-aircraft control system integration laboratory; 26 Predator mission aircrew training systems; three MGCS for Foreign Military Sales to the United Kingdom (2 percent); and associated spares. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038 0014).
DTS Aviation Services, Inc., Fort Worth, Texas, is being awarded an estimated $48,851,076 firm-fixed-price, time-and-materials, cost-reimbursable contract modification for the C-21A contractor logistics support extension effort. The contractor shall provide organizational and depot-level maintenance, contract field team support, and installation support for modifications at all active duty sites, including deployed locations. The contractor will also provide contractor operated and maintained base supply support and accomplish other over and above work at all Federal Aviation Administration certified parts, maintaining the parts and distributing the parts as required. The contract will be required to provide support to approximately 47 each C-21A aircraft across multiple locations in and outside the continental United States, and deployed locations. Aerospace Sustainment Directorate Contracting Section, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004 PO0550).
Northrop Grumman Integrated Systems, San Diego, Calif., is being awarded a $48,698,554 firm-fixed-price contract modification for Global Hawk Systems sustainment. ASC/WIGK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-11-C-3004 P0009).
Northrop Grumman Space & Mission Systems Corp., San Diego, Calif. (FA8650-11-D-1193 0001), Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa (FA8650-11-D-1196 0001), and Raytheon Co., Space and Airborne Systems, El Segundo, Calif. (FA8650-11-D-1197 0001), are each being awarded a $47,000,000 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for the Trinity Program, which seeks to develop a "navigation warfare sensor" that could replace traditional Global Positioning System receivers on a variety of Department of Defense platforms, resulting in a significant increase in the number of future weapon systems operating in highly challenged electromagnetic environments, having the capability to support electronic support operations as a part of planned missions. AFRL/PKSR, Wright-Patterson Air Force base, Ohio, is the contracting activity.
Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $24,884,028 cost-plus-fixed-fee, indefinite-delivery, requirements contract for Air Force Reserve Command Test Center engineering and generation of system modeling and simulation roadmaps; engineering studies to identify investment alternatives; generation of system roadmaps with investment strategies; technology insertion including hardware and software design, prototyping, debugging, integration and qualification; modeling and simulation analysis; and flight test support to include test strategies, test plans, test methodologies, on-site test support, quick look data analysis, system instrumentation, data collection methods, post-test data analysis, test reports, and other activities in support of flight testing. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000 DO0183).
Alion Science and Technology Corp., Chicago, Ill., is being awarded an estimated $24,222,972 cost-plus-fixed-fee, indefinite-delivery, requirements contract to provide technical expertise to refine and extend equipment and capabilities; provide portable shelters to allow design, test, repair, and training on the improved equipment; perform gap analysis; perform engineering trade-off studies; develop prototype improvements; and conduct quality assessment. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-99-D-0301 0220).
Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $22,857,886 cost-plus-fixed-fee, indefinite-delivery and requirements contract to design and conduct studies, interpret and report study results and analysis, and evaluate advanced development candidates for medical countermeasures and biological detection assays and reagents and prepare and submit regulatory documents using electronic common technical document procedures. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-318Q 0725).
International Business Machines Corp., Global Government Industry, Bethesda, Md., is being awarded a $12,171,809 firm-fixed-price and cost-reimbursement contract for Enterprise Information Services Production Environment, a cloud-like "platform as a service" information technology hosting environment used to host classified and unclassified Air Force data and software programs. ESC/HIBK, Wright-Patterson Air Force base, Ohio, is the contracting activity (HC1028-08-D-2019 6K01).
CAE USA, Inc., Tampa, Fla., is being awarded a $12,054,820 firm-fixed-price contract modification to support the KC-135 Aircrew Training System; specifically, input/output system refurbishment on nine simulators, and stab trim correction efforts on 11 simulators. ASC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-10-C-0013 PO0013).
Northrop Grumman Technical Services, Herndon, Va., is being awarded a $12,000,000 maximum firm-fixed-price, cost-plus-fixed-fee, time-and-material contract for engineering services in support of the T-38 and F-5 weapon systems. GHMKA, Hill Air Force Base, Utah, is the contracting activity (FA8223-11-R-3002).
Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $11,920,858 cost-plus-fixed-fee and cost-plus-award-fee contract modification to procure the first set of spares specific for focal plane assembly hardware for the Space Based Infrared System Program. It includes manufacturing, assembly, and testing spare focal plan kits into acceptance tested focal plane units. This effort also includes production of the next set of material necessary to fill a new spares kit, to include at least two new sensor chip assemblies. Infrared Space Systems Directorate, Space and Missile Systems Center, El Segundo, Calif., is the contracting activity (FA8810-08-C-0002 PO0026).
LinQuest Corp., Los Angeles, Calif., is being awarded a $10,422,652 cost-plus-award-fee contract modification to the existing Military Satellite Communications communications analysis, systems integration and engineering services contract. This action will extend the contract period of performance for six months by the authority of contract clause 52.217-09, "Option to Extend the Term of the Contract." This extension includes continuing systems engineering and integration in support of enhanced polar systems and advanced extremely high frequency programs. Air Force Space and Missile Systems Center, Military Satellite Communications Systems Directorate, El Segundo, Calif., is the contracting activity (FA8808-06-C-0002 PO0085).
Northrop Grumman Systems Corp., Electronics Systems Section, Linthicum Heights, Md., is being awarded an $8,973,993 cost-plus-fixed-fee contract for microscale power conversion. The objective of this program is to develop innovative radio frequency power amplifier designs that incorporate supply modulation and control enabled by novel power switch technology. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7183).
BAE Systems National Security Solutions, BAE Systems Advanced Information Technologies, Inc., Burlington, Mass., is being awarded an $8,825,492 cost-plus-fixed-fee contract modification for the Mission-Oriented Resilient Cloud (MRC) Program, which is intended to be a companion program to the existing clean-slate design of resilient, adaptive, secure hosts effort. The MRC effort is concerned with the amplifying effect of the network, seeking to turn this around and use the network as a vulnerability damper and source of resiliency. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7189).
Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $7,729,043 cost-plus-fixed-fee, indefinite-delivery requirements contract to further develop influenza immunity tests for field and laboratory use, generate recombinant human monoclonal antibodies specific to influenza viruses, and to evaluate solutions for increasing the automation of hemagglutination inhibition tests. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-318Q 0732).
Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $7,396,252 cost-plus-fixed-fee contract modification for third quarter calendar year 2011 F-22 depot throughput at Ogden Air Logistics Center, Utah. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 PO0092).
DEFENSE LOGISTICS AGENCY
Radant Technologies, Inc.*, Stow, Mass., was awarded a firm-fixed-price contract for a maximum $44,803,800 for various tooling assemblies and radome parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is July 30, 2015. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-11-C-0143).
AGH Industries*, Richland Hills, Texas (SPRWA1-11-D-0024); Chief Aerospace*, Kathleen, Ga. (SPRWA1-11-D-0026); LogSpec*, Layton, Utah (SPRWA1-11-D-0028); and SDV Recon*, Sunrise, Fla. (SPRWA1-11-D-0029), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $23,000,000 for various consumable and services. There are no other locations of performance. Using services are Air Force and Defense Logistics Agency. The date of performance completion is Sept. 30, 2017. The Defense Logistics Agency Aviation, Warner Robins Air Force Base, Ga., is the contracting activity.
Advanced Torque Products*, Kensington, Conn., was awarded a fixed-price with economic price adjustment contract for a maximum $19,331,492 for torque applicators. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 28, 2016. The Defense Logistics Agency Aviation Huntsville, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-11-D-0144).
DEFENSE THREAT REDUCTION AGENCY
Virginia Polytechnic Institute & State University, Blacksburg, Va., is being awarded a $39,000,000 indefinite-delivery/indefinite-quantity contract to utilize the Comprehensive National Incident Management System. This effort will explore, develop, and incorporate methods to combine simulation-generated expectations with evidence from individual noisy and sparse sensor or surveillance information sources, increasing the classification sensitivity of a sensor/surveillance suite; and take complex system state estimates as inputs and support human mediated and/or automatic context-based system-management decision making. This effort will also use high-performance computing and modeling technologies to represent large-scale socio-technological systems; adapt newly emerging technologies and investigate new methods, when necessary, to achieve the desired level of analytical capability; and support reachback, combatant commands, local, state, and first responders. This was a sole-source procurement. Work will be performed at Blacksburg, Va., and the ordering period is through September 2016. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-11-D-0016).
Virginia Polytechnic Institute & State University, Blacksburg, Va., is being awarded a $13,536,712 task order under an indefinite-delivery/indefinite-quantity contract to utilize the Comprehensive National Incident Management System. The objective of this research and development effort is to provide high-performance computing methods for modeling very large socio-technical, biological, and information systems. These will be in the areas of surveillance and sensing integration; simulation-based course-of-action analysis and decision support; "simfrastructure" specialization and enhancement; infectious disease assessment capability enhancement; and large-scale network efforts. Work will be performed at Blacksburg, Va., and the period of performance is through September 2014. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-11-D-0016-0001).
DEPARTMENT OF DEFENSE EDUCATION ACTIVITY
The Lakeshore Learning Materials Co., Carson, Calif., is being awarded a not-to-exceed $12,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide early childhood classroom kits for Department of Defense Domestic Dependent Elementary and Secondary Schools (DDESS). The kits will consist of furniture or materials for first, second, and third grade classrooms in any of the 67 DDESS schools and new DDESS schools built in the continental United States, Puerto Rico, and Guantanamo Bay, Cuba. Award period of performance is from date of award to Oct. 30th, 2015. DDESS is the contracting activity (HEVAS6-11-D-0008).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
DRS Technologies RSTA, Inc., Infrared Technologies Division, Dallas, Texas, is being awarded an $11,186,684 cost-plus-fixed-fee contract. The Defense Advanced Research Projects Agency's Low Cost Thermal Imager-Manufacturing (LCTI-M) Program seeks to provide each warfighter with the capability to detect threats and increase visibility in all weather conditions. The program aims for very low cost, low space, weight and power and room-temperature thermal cameras with state-of-the-art performance. The goal of LCTI-M is to enable widespread use and distribution of infrared cameras in military systems for each warfighter. Work will be performed in Dallas, Texas (69 percent); Research Triangle Park, N.C. (16 percent); Boulder, Colo. (13 percent); and Durham, N.C. (2 percent). Work is expected to be completed by September 26, 2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0122).
WASHINGTON HEADQUARTERS SERVICE
Jardon and Howard Technologies, Inc., Orlando, Fla., is being awarded a $3,700,178 modification, which brings the total of all prior modifications/increments to $7,656,178, under previously awarded contract (HQ0034-10-F-2094) to provide administrative support services to the Defense Office of Hearings and Appeals. Work will be performed in Arlington, Va., Woodland Hills, Calif., and Fort Meade, Md., with an estimated completion date of Sept. 28, 2015. The bid was solicited through the Internet, with three bids received. Washington Headquarters Service is the contracting activity.
*Small business



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

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

Media Contact: +1 (703) 697-5131/697-5132
Public Contact: http://www.defense.gov/landing/questions.aspx or +1 (703) 428-0711 +1
admin
Site Admin
 
Posts: 82092
Joined: Fri Nov 27, 2009 7:00 am


Return to September 2011

Who is online

Users browsing this forum: No registered users and 1 guest