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 30, 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 30, 2011

Postby admin » Fri Sep 30, 2011 4:33 pm

Contracts for September 30, 2011
09/30/2011 05:10 PM CDT





FOR RELEASE AT
5 p.m. ETNo. 838-11
September 30, 2011






CONTRACTS
DEFENSE LOGISTICS AGENCY
City Light and Power, Inc., Long Beach, Calif.* was awarded contract SP0600-11-C-8275The award is a fixed price with prospective price redetermination contract for a maximum $492,866,723 for the assumption of ownership, operation and maintenance of electric distribution utility system and shall furnish labor, management, supervisions, permits, equipment, supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs, and upgrades to the systemOther location of performance is in MarylandUsing service is ArmyThe date of performance completion is April 30, 2062The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Hardin County Water District No. 1, Radcliff, Ky., was awarded contract SP0600-11-C-8271The award is a regulated tariff contract for a maximum $253,843,146 for the assumption of ownership, operation and maintenance of potable water utility system and shall furnish labor, management, supervisions, permits, equipment, supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs, and upgrades to the systemOther location of performance is Fort Knox, KentuckyUsing service is ArmyThe date of performance completion is Jan. 31, 2062The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Crowley Petroleum Distribution, Inc., Anchorage, Alaska was awarded contract SP0600-11-D-4004The award is a fixed price with economic price adjustment contract for a maximum $142,696,631 for the delivery of diesel fuel, jet fuel and regular gasolineOther locations of performance vary throughout AlaskaUsing services are Army, Air Force and federal civilian agenciesThe date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Verendrye Electric Cooperative, Inc., Velva, N.D.* was awarded contract SP0600-11-C-8274The award is a firm fixed price with prospective price redetermination contract for a maximum $84,828,896 for the assumption of ownership, operation and maintenance of electrical distribution system and shall furnish labor, management, supervisions, permits, equipment, supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs, and upgrades to the systemOther location of performance is Minot Air Force Base, North DakotaUsing service is Air ForceThe date of performance completion is January 2062The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Petro Star Inc., Anchorage, Alaska,* was awarded contract SP0600-11-D-4011The award is a fixed price with economic price adjustment contract for a maximum $44,886,274 for the delivery of diesel fuel, jet fuel and regular gasolineOther locations of performance vary throughout AlaskaUsing services are Army, Air Force and federal civilian agenciesThe date of performance completion is Sept. 30, 2015The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
International Enterprises, Inc., Talladega, Ala., was awarded contract SPRHA4-11-D-0002The award is a firm fixed price, indefinite delivery and indefinite quantity contract for a maximum $38,500,000 for F16 electronic module assembliesOther location of performance is IsraelUsing service is Air ForceThe date of performance completion is Sept. 30, 2016The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah.
Guaranteed Returns, Holbrook, N.Y.,* was issued a modification exercising the fourth option year on the current contract SPM200-07-D-5201/P00007The award is an indefinite quantity service type contract with a maximum $20,000,000 for pharmaceutical reverse distribution programThere are no other locations of performanceUsing services are Department of Defense and Department of Veterans AffairsThe date of performance completion is Sept. 30, 2012The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Pharma Logistics, LTD, Mundelein, Ill.,* was issued a modification exercising the fourth option year on the current contract SPM200-07-D-5205/P00008The award is an indefinite quantity service type contract with a maximum $20,000,000 for pharmaceutical reverse distribution programThere are no other locations of performanceUsing services are Department of Defense and Department of Veterans AffairsThe date of performance completion is Sept. 30, 2012The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
EXP Pharmaceutical Services Corp., Fremont, Calif.* was issued a modification exercising the fourth option year on the current contract SPM200-07-D-5206/P00007The award is an indefinite quantity service type contract with a maximum $20,000,000 for pharmaceutical reverse distribution programThere are no other locations of performanceUsing services are Department of Defense and Department of Veterans AffairsThe date of performance completion is Sept. 30, 2012The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
United Technologies Corp., East Hartford, Conn. was awarded contract SPRTA1-09-G-0001-0271The award is a firm fixed price contract for a minimum $17,410,192 for aircraft engine partsThere are no other locations of performanceUsing service is Air ForceThe date of performance completion is November 2012Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.
Petro Marine Services, Inc., Anchorage, Alaska,** was awarded contract SP0600-11-D-4010The award is a fixed price with economic price adjustment contract for a maximum $16,255,158 for the delivery of diesel fuel, jet fuel and regular gasolineOther locations of performance vary throughout AlaskaUsing services are Army, Air Force and federal civilian agenciesThe date of performance completion is Sept. 30, 2015The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Delta Western, Inc., Anchorage, Alaska was awarded contract SP0600-11-D-4005The award is a fixed price with economic price adjustment contract for a maximum $13,692,078 for the delivery of diesel fuel, jet fuel and regular gasolineOther locations of performance vary throughout AlaskaUsing services are Army, Air Force and federal civilian agenciesThe date of performance completion is Sept. 30, 2015The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Mansfield Oil Co., Gainsville, Ga.,* was awarded contract SP0600-11-D-4008The award is a fixed price with economic price adjustment contract for a maximum $13,146,485 for the delivery of diesel fuel, jet fuel and regular gasolineOther locations of performance vary throughout AlaskaUsing services are Army, Air Force and federal civilian agenciesThe date of performance completion is Sept. 30, 2015The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Sinclair Oil Corp., Salt Lake City, Utah* was awarded contract SP0600-11-D-0523The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for $12,867,122 for aviation turbine fuelOther location of performance is WyomingUsing service is Defense Logistics Agency EnergyThe date of performance completion is Dec. 31, 2011The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
The Boeing Co., St. Louis, Mo. was awarded contract SP0400-01-D-9406The award is a fixed price with economic price adjustment contract for $8,344,833 for wire modification kitsThere are no other locations of performanceUsing service is Air ForceThe date of performance completion is October 2011The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.
EDO Corp., Amityville, N.Y. was awarded contract SPRWA1-11-D-0040The award is a firm fixed price contract for a maximum $7,742,391 for IF channelizer partsThere are no other locations of performanceUsing service is Air ForceThe date of performance completion is Sept. 29, 2016The contracting activity is the Defense Logistics Agency Procurement Operations Warner Robins, Robins Air Force Base, Ga.
Petro Marine Services, Inc., Anchorage, Alaska** was issued a modification on the current contract SP0600-11-D-4010/P0001Award is a fixed price with economic price adjustment contract for a maximum $7,416,765 for the delivery of diesel fuel, jet fuel and regular gasolineOther locations of performance vary throughout AlaskaUsing services are Army, Air Force and federal civilian agenciesThe date of performance completion is Sept. 30, 2015The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
NAVY
Raytheon Co., Tucson, Ariz., is being awarded a $143,873,774 not-to-exceed modification to previously awarded contract (N00024-07-C-5431) for Evolved Sea Sparrow Missiles, associated shipping containers, and sparesAt time of award, only $15,598,848 is being obligatedThis contract modification includes options which, if exercised, would bring the cumulative value of this contract modification to $177,014,319This contract action combines purchases for the Navy (27.9 percent), and the governments of Australia (32.2 percent), Denmark (29.8 percent), Germany (4.2 percent), Norway (3.4 percent), Greece (.8 percent) and Canada (.6 percent) under the NATO Sea Sparrow Consortium, and Foreign Military Sales to Japan (1.1 percent)Work will be performed in Tucson, Ariz. (45 percent); Australia (11 percent); Andover, Mass. (10 percent); Germany (8 percent); Canada (7 percent); Netherlands (6 percent); Norway (5 percent); Spain (3 percent); Camden, Ark. (2 percent); Denmark (1 percent); Greece (1 percent); and Turkey (1 percent); and is expected to be complete by August 2014Contract funds will not expire at the end of the current fiscal yearNaval Sea Systems Command, Washington, D.C., is the contracting activity.
Sunpower Corp., Richmond, Calif., is being awarded $100,268,000 for firm-fixed-price task order #0002 under a previously awarded multiple award contract (N62583-10-D-0330) for procurement of electricity produced from a renewable energy generating system at Naval Air Weapons Station, China LakeThe work to be performed provides for the provision of electric power from a renewable energy generating system that is constructed, owned, operated, and maintained by the contractor on Government property located within the Naval Air Weapons Station China Lake, CalifThe Government will procure the power using the 10 U.S.C. 2922(a) authority. Work will be performed in China Lake, Calif., and is expected to be completed by July 2032Contract funds will not expire at the end of the current fiscal yearTwelve proposals were received for this task orderThe Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.
Hensel Phelps Construction Co., Irvine, Calif., is being awarded a $63,479,887 firm-fixed-price contract for design and construction of a Bachelor Enlisted Quarters Homeport Ashore at Naval Base San DiegoThe work to be performed also provides for a multi-story parking structureThe construction site requires no demolition of buildings although some utilities and roadways may have to be relocatedThe contract also contains one planned modification, which if issued would increase cumulative contract value to $75,722,887Work will be performed in San Diego, Calif., and is expected to be completed by October 2013Contract funds will not expire at the end of the current fiscal yearThis contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals receivedThe Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-2804).
Dck/TtEC, LLC, Honolulu, Hawaii, is being awarded $62,162,548 for firm-fixed-price plus award fee task order #JU01 under a previously awarded multiple award construction contract (N62742-09-D-1172) for design and construction of a new multi-story transient wounded warrior lodging facility and separate stand-alone parking structure at the Naval Support Activity, National Naval Medical CenterThe facility shall be Americans with Disabilities Act compliant and Architectural Barriers Act accessible, and include 100 suites/living spaces, offices, recreation areas, kitchenettes, community areas, and mechanical/equipment spacesFacility shall be designed for assisted living for personnel recovering from severe physical injuries, and include spaces for rehabilitation and recoveryThe facility shall be equipped with nurses call systemsWork will be performed in Bethesda, Md., and is expected to be completed by January 2014Contract funds will not expire at the end of the current fiscal yearThree proposals were received for this task orderThe Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.
Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $49,578,210 modification to a previously awarded indefinite-delivery, requirements contract (N00019-11-D-0014) to exercise an option for logistics services and materials for organizational, intermediate, and depot level maintenance to support 273 T-34, 54 T-44 and 62 T-6 aircraft based primarily at Naval Air Station (NAS) Corpus Christi, Texas, NAS Whiting Field, Fla. and NAS Pensacola, FlaWork will be performed in Corpus Christi, Texas (50 percent), Whiting Field, Fla. (39 percent), Pensacola, Fla. (8 percent), and various sites within the continental United States (3 percent)Work is expected to be completed in February 2012No funds will be obligated at time of awardContract funds will not expire at the end of the current fiscal yearThe Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
General Dynamics Advanced Informational Systems Inc., McLeansville, N.C., is being awarded a $48,606,916 contract with cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price line items for the engineering, manufacturing and development of the Surface Mine Countermeasure Unmanned Underwater Vehicle (SMCM UUV)The SMCM UUV system will provide the fleet mine warfare commander with enhanced mine-hunting capabilityThe SMCM UUV system will address the Navy's need to reliably detect and identify undersea volume and bottom mines in high-clutter environments and areas with potential for mine case burialThe SMCM UUV will also gather environmental data to provide intelligence support for other mine warfare systemsSMCM UUV system will be a part of the Littoral Combat Ship MCM mission packageThis contract will also contain an option for the production of up to five low rate initial production systems. This contract includes options which, if exercised, would bring the cumulative value of the contract to $86,719,986The contract will be initially funded with $10,119,000Work will be performed in McLeansville, N.C. (38 percent), Quincy, Mass. (27 percent), Braintree, Mass. (16 percent), Houston, Texas (10 percent), Reston, Va. (5 percent), State College, Pa. (3 percent), and Fairfax, Va. (1 percent), and is expected to be completed by March 2016Contract funds in the amount of $237,000 will expire at the end of the current fiscal yearThis contract was competitive procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center Panama City Division, Panama City Beach, Fla., is the contracting activity (N61331-11-C-0017).
Lakeshore Toltest JV LLC, Maumee, Ohio, is being awarded a $31,262,000 firm-fixed-price contract for construction of 71 new family housing units at U.S. Naval Station, Guantanamo BayThe work to be performed provides for site preparation, installation of utilities, construction includes structural, concrete, electrical, plumbing, roof systems, finishes, paving and all associated trades for development and new construction for Navy Family HousingWork will be performed in Guantanamo Bay, Cuba, and is expected to be completed by March 2014Contract funds will not expire at the end of the current fiscal yearThis contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals receivedThe Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-C-1260).
FLIR Government Systems Pittsburgh, Inc., Freeport, Pa., is being awarded a $30,058,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the clip-on night vision device, image intensified, and accessories in support of the U.S. Special Operations CommandFunds in the amount of $65,100 will be obligated at time of awardWork will be performed in Freeport, Pa., and work is expected to be completed by September 2016Contract funds in the amount of $65,100 will expire at the end of the current fiscal yearThis contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals receivedNaval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN67).
URS Group Incorporated, San Antonio, Texas, is being awarded $28,907,281 for fixed-price-plus-award-fee task order #JU01 under a previously awarded multiple award construction contract (N62742-09-D-1174) for design and construction of a Bachelor Enlisted Quarters (BEQ) at the Weapons Training Battalion, Marine Corps Base QuanticoThe facility includes 150 rooms (300 person spaces) in the standard military two-plus-zero room configuration with semi-private bathrooms, walk-in closets, and ceiling fansCommunity and service core areas consist of a passenger/freight elevator, laundry facilities, lounges, administrative offices, housekeeping areas, and public restroomsWork will be performed in Quantico, Va., and is expected to be completed by August 2013Contract funds will not expire at the end of the current fiscal yearFour proposals were receive for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.
EMCOR Government Services, Inc., Arlington, Va., is being awarded a $28,563,536 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option one for Regional Base Operating Support services at various government facilities in Maryland, Washington, D.C. and Virginia within a 100-mile radius of the Washington Navy Yard in Washington, D.CThe regional base operating support services including but not limited to facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow removalThe total contract amount after exercise of this option will be $56,272,438Work will be performed at the Washington Navy Yard, Washington, D.C.; U.S. Marine Corps Barracks, Washington, D.C.; National Maritime Intelligence Center, Suitland, Md.; Fort Washington Facility, Fort Washington, Md.; Naval Research Laboratory, Washington, D.C.; Arlington Service Center, Arlington, Va.; Naval Observatory, Washington, D.C.; Naval Surface Warfare Center, Carderock, Md.; Naval Explosive Ordnance Disposal Technology Division, Stump Neck, Md.; Naval Surface Warfare Center, Indian Head, Md.; Naval Support Facility, Dahlgren, Md.; Naval Research Laboratory, Annapolis, Md.; Defense Intelligence Agency, Quantico, Va.; Walter Reed National Military Medical Center, Bethesda, Md.; and the Defense Intelligence Analysis Center, Joint Base Anacostia Bolling, Washington, D.CWork is expected to be completed September 2012Contract funds will not expire at the end of the current fiscal yearThe Naval Facilities Engineering Command, Washington, Washington, D.C. is the contracting activity.
Propper International, Inc., Mayaguez, Puerto Rico, is being awarded $25,241,597 for delivery order #0002 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite- quantity contract (M67854-11-D-3070) for U.S. Marine Corps packs, spare/sustainment components, training materials and data reportsWork will be performed in Puerto Rico (81.5 percent) and Bozeman, Mont. (18.5 percent), and work is expected to be completed in Jan. 31, 2013. Contract funds in the amount of $25,220,607 will expire at the end of the current fiscal yearThis contract resulted from an unrestricted competitionThe Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-3070).
Eagle Industries Unlimited, Inc., Fenton, Mo., is being awarded a $24,987,743 delivery order #0002 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-11-D-3071) for U.S. Marine Corps packs, spare/sustainment components, training materials and data reportsWork will be performed in Mayaguez, Puerto Rico (52 percent) and Lares, Puerto Rico (48 percent), and work is expected to be completed in Jan. 31 2013. Contract funds in the amount of $25,008,732 will expire at the end of the current fiscal yearThis contract resulted from an unrestricted competitionThe Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-3071).
Northrop Grumman Electronic Systems, Marine Systems Division, Sunnyvale, Calif., is being awarded a $23,093,493 cost-plus-fixed-fee contract for research and development activities associated with an Advanced Hybrid Drive System prototype design, manufacture, and testThe Advanced Hybrid Drive System could bi-directionally interconnect the existing propulsion and power generation systems on surface combatantsThis interconnect is created by adapting the existing main reduction gear to accept an electric rotating machine, which can operate as either a motor or generator, and electrically connecting a bi-directional power converter to the existing ship's service power systemWork will be performed in Sunnyvale, Calif. (38 percent), Anaheim, Calif. (33 percent), Cheswick, Pa. (28 percent), and Tallahassee, Fla. (1 percent), and is expected to be completed by April 2013Contract funds in the amount $5,513,000 will expire at the end of the current fiscal yearThis contract was competitively procured via Broad Agency Announcement with seven proposals requestedThe Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-11-C-4224).
URS Federal Technical Services, Germantown Md., is being awarded a $22,684,648 modification to previously awarded contract (N00024-11-C-6282) for professional support services to Team Submarine in support of towed array systems, associated component systems and hull sensor systemsProfessional support services in the areas of (1) program analysis, development, control and monitoring, (2) administration, communication and human resources, (3) business, finance, and cost estimating, (4) technical and engineering support, (5) information technology, and (6) life cycle support will be provided for Team SubmarineWork will be performed in Washington, D.C., and is expected to be completed by December 2011. Contract funds in the amount of $53,900 will expire at the end of the current fiscal yearThis contract was not competitively procuredThe Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Chemring Ordnance Inc., Perry, Fla., is being awarded a $22,128,477 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for MK124 MOD 1 day and night marine smoke and illumination signals used in marine search and rescueContract funds in the amount of $54,853 will be obligated at time of awardWork will be performed in Perry, Fla., and is expected to complete by September 2016Contract funds in the amount of $54,853 will expire at the end of the current fiscal yearThis procurement was solicited via the Federal Business Opportunities website, with three offers receivedThe Naval Surface Warfare Center, Crane Ind., is the contracting activity.
The Boeing Co., St. Louis, Mo., is being awarded a $22,000,000 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) to provide non-recurring engineering in support of the F/A18E/F and EA-18G multi-year procurementWork will be performed in St. Louis, Mo., and is expected to be completed in October 2014Contract funds will not expire at the end of the current fiscal yearThe Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
FLIR Boston Systems, Inc., North Billerica, Mass., is being awarded an $18,141,400 firm-fixed-price, indefinite-delivery-indefinite-quantity contract for the clip-on night vision device, thermal, short-range, and accessories in support of the U.S. Special Operations CommandFunds in the amount of $420,920 will be obligated at time of contract awardWork will be performed in North Billerica, Mass., and is expected to be completed by September 2016. Contract funds in the amount of $420,920 will expire at the end of the current fiscal yearThis contract was competitively procured via the Navy Electronic Commerce Online website, with nine offers receivedNaval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN68).
Hensel Phelps Construction, Inc., Irvine, Calif., is being awarded a $15,460,963 modification to increase the maximum dollar value of a firm-fixed-price contract for design and construction of mechanical, electrical infrastructure and site improvements at the Marine Corps Air Ground Combat Center Twentynine PalmsThe work to be performed provides for the design and construction of mechanical and electrical infrastructure for all electrical utility systems of all power, telecommunications and fiber optic cabling in all the substations (new and existing), Ocotillo switching station (B3083), central heat plant (bldg 1577), co-generation plant (bldg 1579), new co-generation plant, the existing communication buildings (1529, 1555, and 1981) and new communications building 1986After award of this modification, the total cumulative contract value will be $139,215,847Work will be performed in Twentynine Palms, Calif., and is expected to be completed by February. 2013Contract funds will not expire at the end of the current fiscal yearThe Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-C-5018).
Barnhart Balfour Beatty, Inc., San Diego, Calif., is being awarded $13,684,138 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-10-D-5407) for design and construction of a Special Operation Forces Close Quarters Combat Training Facility at Naval Base CoronadoThe task order also contains four unexercised options and one planned modification, which if issued would increase the cumulative contract value to $16,159,062Work will be performed in La Posta, Calif., and is expected to be completed by Apr. 2013Contract funds will not expire at the end of the current fiscal yearSeven proposals were received for this task orderThe Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $13,000,000 modification to previously awarded contract (N00024-06-C-2303) for DDG 1000 class servicesThis contract modification provides additional class services associated with the detail design and construction of DDG 1000 class ships. This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship designWork will be performed in Bath, Maine, and is expected to be completed by September 2012Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.
Oshkosh Corp., Oshkosh, Wis., is being awarded a $12,400,000 firm-fixed price, indefinite delivery-indefinite-quantity contract to provide contractor logistics support (CLS) for the medium tactical vehicle replacement (MTVR)CLS includes Class IX parts, maintenance, and field service representative supportWork will be performed at all the various Marine Expeditionary Forces within the Marine Corps as well as in Afghanistan (90 percent) and various Seabees locations (10 percent), and work is expected to be completed Sept. 30, 2012Contract funds will not expire at the end of the current fiscal yearThis contract is a bridge to the original contract which was a competitive procurementThe Marine Corps Logistics Command, Albany, Ga. is the contracting activity (M67004-11-D-0013).
Oshkosh Corp., Oshkosh, Wis., is being awarded an $11,676,687 firm-fixed-pricecontract for kits which will increase thefront gross axle weight rating of an armored medium tactical vehicle replacement satisfying vehicle fleet requirements for both the Marine Corps and Navy SeabeesWork will be performed in Oshkosh, Wis., and is expected to be completed in March 2012Contract funds in the amount of $994,675 will expire at the end of the current fiscal yearThis contract was not competitively procuredThe Marine Corps Systems Command, Quantico, Va. is the contracting activity (M67854-11-C-0238).
Electric Boat Corp., Groton, Conn., is being awarded an $11,632,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-2104) for the procurement of onboard repair parts for SSN 784The work will be performed in Groton, Conn. (70 percent) and Quonset Point, R.I. (30 percent), and is scheduled to be completed by August 2014Contract funds will not expire at the end of the current fiscal yearSupervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.
American Operations Corp., (AOC) Support Services LLC*, Chantilly, Va., is being awarded a $11,414,020 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-08-D-2307) to exercise option three for Base Operating Support services at the Naval Air Facility El CentroThe work to be performed provides for management, administrative services, utilities system maintenance, building and structures maintenance, heating, ventilation and air conditioning, refrigeration and compressed air equipment maintenance, transportation services, pest control services, ground electronics maintenance and services, transient aircraft services, supply services, welfare and recreation maintenance services, swimming pool operation and maintenance, combined bachelor housing, grounds maintenance, minor construction, support equipment maintenance services, and environmental servicesThe contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specificationsThe total contract amount after exercise of this option will be $46,769,273Work will be performed in El Centro, Calif., and is expected to be completed by September 2012Contract funds will not expire at the end of the current fiscal yearThe Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Harrell Contracting, Inc.*, Worthington, Ind. (N40083-11-D-2463); Mastercraft Mechanical Contractors, Inc.*, Bloomington, Ind. (N40083-11-D-2464); Graves Plumbing Co., Inc.*, Switz City, Ind. (N40083-11-D-2465); and Messmer Mechanical, Inc.*, Jasper, Ind. (N40083-11-D-2466), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for mechanical maintenance, repairs and replacement at Naval Support Activity Crane and the Glendora Test FacilityThe maximum dollar value, including the base period and two option years, for all four contracts combined is $10,000,000The work to be performed provides for maintenance, repairs and/or replacements of existing heating, ventilating, and air conditioning and plumbing systems and associated components including equipment replacement and incidental related workHarrell Contracting, Inc. is being awarded task order #0001at $32,680 for service calls for a period of 12-months and task order #0002 at $685,100 for Building 77 gym heating ventilation and air conditioning upgrades and renovation at Naval Support Activity Crane, Crane, IndWork for task order #0001 will be completed by September 2012 and work for task order #0002 is expected to be completed by November 2012All work on this contract will be performed in Crane, Ind. (95 percent) and Sullivan, Ind. (5 percent)The term of the contract is not to exceed 36 months, with an expected completion date of September 2014Contract funds in the amount of $717,780 are obligated on this award of which $685,100 will expire at the end of the current fiscal yearThis contract was competitively procured via the Navy Electronic Commerce Online website as a Small Business set-aside, with four proposals receivedThese four contractors shall compete for task orders under the terms and conditions of the awarded contractThe Naval Facilities Engineering Command, Midwest, Public Works Department, Crane, Ind. is the contracting activity.
Chemring Ordnance Inc., Perry, Fla., is being awarded a $9,624,045 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for MK140 MOD 0, MK141 MOD 0, and MK144 MOD 0 marine smoke and illumination signalsThis contract will procure smoke signals used by submarines to signal distress or for the beginning, change or end of a training exerciseWork will be performed in Perry, Fla., and is expected to complete by September 2016Contract funds will not expire at the end of the current fiscal yearThis procurement was solicited via the Federal Business Opportunities website, with one offer receivedThe Naval Surface Warfare Center, Crane Ind., is the contracting activity.
Insitu, Inc.,contracts,49 precent, $9,700,000 of singals of the current fiscal year. Bingen, Wash., is being awarded a $7,574,845 firm-fixed-price contract for major end items and parts to be used in the Scan Eagle Unmanned Aircraft SystemThe Scan Eagle UAS is used for reconnaissance, convoy escort, direct action overflights, and other missions in operational theatersWork will be performed in Bingen, Wash., and is expected to be completed by January 2012. Contract funds will not expire at the end of the current fiscal yearThis contract was not competitively procuredThe Naval Surface Warfare Center Panama City Division, Panama City Beach, Fla., is the contracting activity (N61331-11-C-0011).
Diversified Services Contracting, Inc.*, Dunn N.C., is being awarded a $7,302,466 modification under a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0455) to exercise option two for a regional grounds maintenance services contract at various government facilities in Maryland., Washington, D.C. and Virginia, within a 100-mile radius of the Washington Navy Yard in Washington, D.CThe work to be performed provides for, but is not limited to, grounds maintenance, pest control, and snow removalThe total contract amount after exercise of this option will be $33,970,481Work will be performed at the Washington Navy Yard, Washington, D.C.; Naval Research Laboratory, Washington D.C.; Arlington Service Center, Arlington, Va.; Marine Corps Base Quantico, Quantico, Va.; Naval Observatory, Washington, D.C.; Naval Surface Warfare Center, Carderock, Md.; Walter Reed National Military Medical Center, Bethesda, Md.; and Joint Base Anacostia Bolling, Washington, D.C., and work is expected to be completed Sepember 2012Contract funds will not expire at the end of the current fiscal yearThe Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity.
Electric Boat Corp., Groton, Conn., is being awarded a $7,255,566 cost-plus-fixed-fee modification under previously awarded contract (N00024-03-C-2101) for the already accomplished procurement of onboard repair parts for SSN 778This contract is for the definitization of a previously required task order. Electric Boat Corp. procured one ship set of onboard repair parts for SSN 778Work was performed in Groton, Conn. (75 percent), Newport News, Va. (20 percent), and Quonset Point, R.I. (5 percent), and was completed in August 2008Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.
Oshkosh Corp., Oshkosh, Wis., is being awarded $6,571,241 for fixed-price delivery order #0138 under an existing indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028). This delivery order is issued against exercised priced options for the purchase of 11 logistics vehicle system replacement production wrecker vehicles, 11 Roxtec pass through panels, 11 power distribution boxes, 11 Pioneer tool brackets, 11 slave valve caution data plates, preparation for the installation of government furnished equipment for 11 vehicles, shipping for 11 vehicles, and applicable federal retail excise tax. Work will be performed in Oshkosh, Wis., and work is expected to be completed by Dec. 31, 2012. Contract funds will expire at the end of the current fiscal yearThe Marine Corps System Command, Quantico, Virginia, is the contracting activity.
Grace Pacific Corp., Kapolei, Hawaii, is being awarded $6,557,304 for firm-fixed-price task order HC08 under a previously awarded indefinite-delivery/indefinite-quantity construction contract (FA5215-09-D-0010) to repair the airfield south ramp, Areas 9, 10, 14, 15, 19-21, 25, 28, at Joint Base Pearl Harbor HickamThe work to be performed provides for airfield resurfacing, which includes cold planing and saw cutting the existing asphalt concrete pavement and providing new asphalt concrete pavement, geotextile material, pavement markings, and coal tar (jet) sealerIn addition to the resurfacing work, a topographical survey and a national pollutant discharge elimination system permit shall be providedWork will be performed on Oahu, Hawaii, and is expected to be completed by May 2012Contract funds in the amount of $6,557,304 are obligated on this award and will expire at the end of the current fiscal yearOne proposal was received for this task orderThe Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.
AIR FORCE
L-3 Communications Vertex Aerospace LLC of Madison, Ms. is being awarded a $138,968,513 firm fixed price contract modification to exercise FY12 options for logistics support for the T -1A aircraft at Vance, Columbus, Randolph, and Laughlin Air Force Bases and Pensacola Naval Air Station. Services included are contractor operated maintained supply, over and above, on-equipment, maintenance, data and field services representatives. This action is to exercise option period 1, Oct. 1, 2011 through Sept. 30, 2012. OC-ALC/GKSKA, Tinker Air Force Base, Okla. is the contracting activity. (FA8l06-09-C-000l PO0030)
Orion Air Group, LLC of Newport News, Va. is being awarded a $50,000,000 firm fixed price contract for the purchase of Global Express aircraft BD-700-1A10 Serial Number 9355 & 9358 and the aircraft engines currently installed on the aircraft. This aircraft has been modified to carry the Battlefield Airborne Communications Node (BACN) payload. The aircraft and engines are provided by Northrop Grumman under sub-lease for operations in support of Overseas Contingency Operations under contract FA8726-09-C-0010. This contract also provides for the operation and maintenance of the BACN payload by Northrop Grumman and for the maintenance of the leased aircraft. BACN provides an airborne communications gateway to expand connectivity between various air and ground communications systems and provides translation across various communications domains. Contract FA8726-09-C-0010 fills an urgent and compelling requirement for enhanced communications capability for Overseas Contingency Operations. Air Force Materiel Command, Electronic Systems Center, Airborne Networks Division, Hanscom Air Force Base, Mass. is the contracting activity. (FA8307-11-C-0014)
BAE Systems Information and Electronics of Nashua, N.H. is 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. (FA8650-11-D-1192 0001)
URS Federal Support Services, Inc. of Germantown, Md. is being awarded a $39,386,000 firm fixed price contract modification to exercise option year five of the contract for Contractor Logistics Support for the RC-26B aircraft for the Air National Guard, consisting of maintenance, repair, support functions for the period of Oct. 1, 2011 through Sept. 30, 2012. Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla. is the contracting activity. (FA8106-07-C-0004 PO0146)
Raytheon Co., of McKinney, Texas is being awarded a $28,683,282 firm fixed price contract modification for procurement of 17 Multi-Spectral Targeting System (MTS) Model A Turret and 119 High Definition Electronic Units, 17 MTS Containers, 119 MTS HDEU containers and one (1) lot of shop replaceable units. ASC/WIIK, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8620-11-G-4050 0003)
Alion Science and Technology Corp., of Chicago, Ill. is being awarded an estimated $25,058,094 cost plus fixed fee, indefinite-delivery, requirements contract to conduct systems integration of weapons and weapons control systems currently in the acquisition cycle phase and beyond, in order to reduce vulnerability and improve mission success rates in defense of territory vital to the United States. ESG/PKS, Offutt Air Force Base, Neb. is the contracting activity (SP0700-99-D-0301 DO0216).
DRS ICAS, LLC Tactical Terminals of Dayton, Ohio is being awarded a $12,059,636 firm fixed price; cost plus fixed fee, cost reimbursable no fee contract to integrate the Improved Altitude Hold and Hover System (IAHHS) on the HH-60G Aircraft. The purpose of this effort is to provide non-recurring engineering, trial install kits, kit proof kit, simulator kits, engineering lab kits, production kits, initial spares, data, flight testing support, and interim contractor support (ICS) to integrate the IAHHS on the HH-60G aircraft. WR-ALC/GRUKB, Robins Air Force Base, Ga. is the contracting activit. (FA8552-11-C-0010).
Sierra Nevada Corp., of Sparks, Nev. is being awarded a $10,000,000 cost plus fixed fee contract develop a next generation Distributed Common Ground Systems (DCGS) integration backbone capability that can migrate to the Defense Intelligence Information Enterprise. This will be accomplished through investigation, development, testing, and evaluation of an enterprise architecture capable of joint, federal, and coalition interoperability in support of diverse mission and contingency operations. Deliverable items are software, hardware, and technical reports. Air Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0252).
Lockheed Martin Space Systems Corp., of Sunnyvale, Fla. is being awarded a $9,800,000 cost plus award fee contract modification for a period of performance extension for contractor sustaining engineering support for the Advanced Extremely High Frequency (AEHF) satellite program by two (2) months from Oct. 1, 2010 through Sept. 30, 2011 to Oct. 1, 2010 through Nov. 20, 2011. Support is provided for MilStar and AEHF satellite operations at Schriever Air Force Base, Colo. and Vandenberg Air Force Base, Calif. Support consists of on-orbit anomaly resolution and investigation, flight and payload software sustainment following the completion of on-orbit test, Networked AEHF System Tested Tool sustainment, mission control segment Increments 4 and 5 software maintenance, and support for mission control segment Increment 5 familiarization and development test as well as on-site technical support. Air Force Space and Missile Systems Center Military Satellite Communications Systems Directorate, El Segundo, Calif. is the contracting activity (F04701-02-C-0002 PO0519).
DOSS Aviation, Inc. of Colorado Springs, Colo. is being awarded an estimated $8,583,000 firm fixed price contract modification to provide contract logistics support for 32 Air Force Academy aircraft located at Peterson Air Force Base and an Academy auxiliary airfield; all located in Colorado. This acquisition also includes contractor provided tow aircraft and tow pilots. OC-ALC/GKSKA, Tinker Air Force Base, Okla. is the contracting activity (FA8106-07-C-0003 P00085).
Lockheed Martin Integrated Systems of Warner Robins, Ga. is being awarded an estimated $8,395,974 cost plus award fee contract modification to modify and disassemble a UH-1N aircraft and convert it to a TH-1H aircraft. The cabin is inspected to find any cracks and corrosion which are repaired as required. The outdated obsolete analog avionics package is replaced with a state of the art avionic suite and analog display gauges are replaced with multi-functional displays. The complete drive train is replaced and a new Huey II kit is installed along with overhauled/upgraded engines, overhauled/upgraded transmission, avionics package, glass cockpit as well as new crashworthy seats. WR-ALC/GRUKB, Robins Air Force Base, Ga. is the contracting activity (FA8530-08-D-0008 0021).
ITI Industries, Inc., Systems Division of Cape Canaveral, Fla. is being awarded an $8,366,746 cost plus award fee, cost reimbursable contract modification for Space Lift Range System contract support for increased depot level software maintenance specifically to meet substantial AF Space Command Range information assurance (IA) requirements. The IA depot level software maintenance support is from the effective date of the modification to Oct. 31, 2012. SMC SLG/PK, Peterson Air Force Base, Colo. is the contracting activity (F04701-0l-C-0001 PO0772).
L-3 Communications Corp., Link Simulation & Training of Arlington, Tex. is being awarded an $8,170,215 firm fixed price contract modification for the for the option III, IV, and V periods in support of the Mission Communication System (MCS) encompassing United States Air Force (USAF) unique communication systems, which allows for ground and airborne, secure and non-secure communications between aircraft and ground stations installed designated executive versions of the C-20B and VC-25A aircraft stationed at Andrews AFB, Maryland and in Europe. This contract provides engineering support for the MCS consisting of program management, systems engineering, technical support for configuration management, review of service reports, requests for technical information, preliminary engineering investigations, field technical representatives, systems integration lab support and operation, and the requirement to maintain drawings and technical data files. This contract provides for a 24-hour contact for in-flight emergencies, emergency inquiries, on-site support and operation of the test benches located at Andrews AFB including requests for software, firmware, and hardware changes including development and test, engineering feasibility studies, analysis and investigations of Material Deficiency Reports and mishaps; and requirements for technical orders, preliminary engineering change proposals, modifications, upgrades and enhancements including design, testing, integration, kit purchases and spares. OC-ALCIGKSKB, Tinker Air Force Base, Okla. is the contracting activity (FA8106-08-C-0005 PO0065).
SRI International of Menlo Park, Calif., is being awarded a $7,491,195 cost plus fixed fee contract to be a companion program to the existing Clean-slate design of resilient, adaptive, secure hosts (CRASH) effort. CRASH takes a clean-slate approach to limiting the vulnerabilities within each host. Modular research-based composably trustworthy mission-oriented resilient clouds is concerned with the amplifying effect of the network, seeking to turn this around and use the network as a vulnerability damper and a source of resiliency. Deliverable items include prototype software, hardware and reports. Air Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0249).
Telcordia Technologies, Inc. of Piscataway, N.J., is being awarded a $7,111,956 cost plus fixed fee contract to research, develop, test, and deploy the Autonomous Collaborative Control for Resilient Cyber Defense system. The focus will be on the development of a clean slate approach to engineer cloud computing infrastructure that designs out known vulnerabilities and provides the ability to contain previously unknown attacks to recover with immunity. Deliverable items are software, hardware, and technical reports. Air Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0254).
Five Rivers Services of Colorado Springs, Colo., is being awarded a $7,022,503 firm fixed price with cost reimbursable line items contract modification to manage, operate, maintain, and logistically support the nine Air Force Space Surveillance System field stations at Red River Ark., Jordan Lake Ala., Elephant Butte N.M., Gila River Az., Lake Kickapoo Texas, Silver Lake Ms., Hawkinsville Ga., Tattnall Ga., and San Diego Calif. 21 CONS/LGCZB, Peterson Air Force Base, Colo. is the contracting activity (FA2517-09-C-8003 P00056).
Bell Contracting Inc. of Midwest City, Okla. is being awarded a $6,562,057Firm Fixed Price, Indefinite Delivery Indefinite Quantity, Delivery Order contract to provide all plant, labor, equipment, instruments, materials, transportation-and incidentals necessary to repair by replacing & widening the concrete keel full depth, install and subgrade drainage system and new pavement markings on runway 12/30 between midfields and taxiway 'G' at Tinker Air Force Base, Okla. 72nd Contracting Squadron, Tinker Air Force Base, Okla. is the contracting activity. (FA8101-08-D-0007 0035)
UNITED STATES TRANSPORTATION COMMAND
CAV International Inc., of Greenville, S.C., is being awarded a $14,338,464.00 fixed-price modificationThis contract modification will fund option year two to provide continuing Air Terminal and Ground Handling Services on behalf of the Air Mobility Command in support of the Department of Defense airlift system at Kuwait International Airport/Abdullah Al Mubarak Airbase, Kuwait and will be completed September 2012Contract funds will expire at the end of the current fiscal yearThe contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-C-S002).
American Auto Logistics, LP of Park Ridge, N.J., is receiving a $13,063,478 increase to its firm fixed price award for transportation and storage services of privately owned vehiclesWork will be performed at multiple continental United States and outside of continental United States locations and is expected to be completed Oct. 31, 2011Contract funds will not expire at the end of the current fiscal yearThe contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (DAMT01-03-D-0184).
Science Applications International Corp., of McLean, Va., has been awarded a $9,573,148 Cost Plus Award Fee task order modification for Option Period Two for AT21 Business Process Management services in support of USTRANSCOMWork will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2012Contract funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HC1028-08-D-2025-6S01/14).
Webster Data Communication, Inc., of Fairfax, Va., has been awarded a $9,166,827 Firm Fixed Price and Labor Hour task order modification in order to fund the base period of performance for corporate services supportWork will be performed at Scott Air Force Base, Ill. and DISA Defense Enterprise Computing Center St. Louis, Mo., and is expected to be completed 30 September 2012Task order funds will expire at the end of the current fiscal year. Nineteen prospective contractors were solicited and three offers were received in response to the solicitation. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-F-D051/P00001).
IBM Corp., of Fairfax, Va., has been awarded a $9,675,750 labor hour task order modification for Option Period Three for Distribution Portfolio Management services in support of the U.S. Transportation Command directorate of Command, Control, Communications and Computer SystemsWork will be performed at Scott Air Force Base, Ill. and is expected to be completed 30 September 2012Contract funds will expire at the end of the current fiscal yearThe contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-07-0011-0002/08).
Systems Research and Applications Corp., (SRA), of Fairfax, Va., has been awarded a $9,332,165 labor-hour task order modification for Option Year Three for enterprise support servicesWork will be performed at Scott Air Force Base, Ill., and SRA facilities in O'Fallon, Ill., Fairfax, Va., and Alexandria, Va., and is expected to be completed Sept. 30, 2012Task order funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-09-F-0005/P00018).
Paragon Technology Group of Vienna, Va., has been awarded a $12,786,732 labor hour task order modification for Option Period Three for Program Management Office support services in support of the U.S. Transportation Command Program Management Office. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2012Contract funds will expire at the end of the current fiscal yearThe contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HC1028-08-F-2812/P00037).
Preferred Systems Solutions, Inc., of Vienna, Va., has been awarded an $8,547,591 Firm Fixed Priced task order modification for Option Year Four for Systems Response Center Call Center supportWork will be performed at PSS facilities in Fairview Heights, Ill. and Vienna, Va., and is expected to be completed Sept. 30, 2012Contract funds will expire at the end of the current fiscal yearThe contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-08-F-0031/P00015).
Kalitta Charters, LLC, of Ypsilanti, Mich., of Washington, D.C., is being awarded a $12,648,598.95 delivery order to fund Option Year One of a fixed-price indefinite delivery/indefinite quantity contract for the air transportation of human remainsMissions will normally originate from Dover Air Force Base, Del., but in some instances may originate from other locationsFlight coverage includes the continental United States, Alaska, Canada, Mexico, Puerto Rico, Jamaica, U.S. Virgin Islands, and other North American countries agreed upon and is expected to be completed Sept. 30, 2010, Contract funds will expired at the end of the current fiscal yearThe contract resulted from a 100% Small Business Set Aside acquisition with four proposals receivedThe contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-D-R004, Delivery Order 0002.)
Missile Defense Agency Contract ACTION Award
The Missile Defense Agency is announcing the award of a sole-source cost-plus-fixed-fee contract to ATK Launch Systems Inc., Magna, Utah, under contract number HQ0147-11-C-0100. The total value of the base award is $8,264,790.00. The total value of the contract, if all options are exercised, is $43,295,196.00. The contractor will perform rocket motor technical services to include the processing, shipping, storage, operation and disposal of propulsion assets and components. This includes support of safe handling and aging and surveillance as required to ensure flight worthiness and continued safe storage of government furnished property. The work will be performed in Magna, UtahThe performance period for the base year is from Sept. 30, 2011 through Sept. 29, 2012. Four 1 year options are included which, if exercised, will be effective from Sept. 30 through Sept. 29 during each of the following years through calendar year 2016. Fiscal year 2011 research, development, test and evaluation funds will be used to incrementally fund this initial effortContract funds will not expire at the end of the current fiscal yearThis is not a Foreign Military Sales acquisition. One proposal was solicited and one proposal was received.The MDA, Redstone Arsenal, Alabama, is the contracting activity.
*Small Business
**Woman Owned Small Disadvantaged 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 3 guests

cron