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 November 23, 2011

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


DoD Contracts for November 23, 2011

Postby admin » Thu Nov 24, 2011 12:10 pm

Contracts for November 23, 2011
11/23/2011 04:01 PM CST





FOR RELEASE AT
5 p.m. ETNo. 975-11
November 23, 2011






CONTRACTS
NAVY
General Dynamics Advanced Information Systems, Inc., Pittsfield, Mass., is being awarded a $95,956,445 cost-plus-incentive-fee, cost-plus-fixed-fee, fixed-price incentive contract to provide fiscal 2012 and fiscal 2013 United States and United Kingdom Trident II Strategic Weapons Systems SSBN Fire Control Subsystem, SSGN Attack Weapons Control Subsystem, and United States SSBN replacement and United Kingdom SSBN successor common missile compartment engineering support. This contract contains options, which, if exercised, will bring the contract value to $$225,038,227. The work will be performed in Pittsfield, Mass., and is expected to be completed Sept. 30, 2012. With options exercised, the work will continue through April 14, 2016. Contract funds in the amount of $35,101,410 will expire at the end of the current fiscal year. This contract was not competitively procured. Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0006).
Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded a $25,114,404 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for the procurement of 71 field service representatives in support of the Mine Resistant Ambush Protected Vehicle Program. Work will be performed in Afghanistan, and is expected to be completed Dec. 31, 2012. Fiscal 2011 Other Procurement Appropriation funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.
New Breed, Inc., High Point, N.C., was awarded on Nov. 8, 2011, a $12,308,694 firm-fixed priced, time-and-material General Services Administration Federal Supply Schedule task order for logistics services in support of the Marine Corps Unit Issue Facility Network. This contract will serve as a bridge contract to New Breed, while the government conducts a new competitive source selection and successful transition to a single contractor for the Consolidated Storage Program. In order to maintain continuity of support during this interim period, the government intends to award a contract to New Breed to manage chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, field protective mask maintenance/sanitization, and contractor-owned asset visibility. Work will be performed in Barstow, Calif. (41 percent); Camp Lejuene, N.C. (20 percent); Camp Pendleton, Calif. (16 percent); Okinawa, Japan (14 percent); Kaneohe Bay, Hawaii (3 percent); Twentynine Palms, Calif. (2 percent); Yuma, Ariz. (2 percent); and Beaufort, S.C. (2 percent), and is expected to be completed Aug. 31, 2012. Fiscal 2012 Overseas Contingency Operations funds will be used initially to incrementally fund this contract. This was a sole-source solicitation and, therefore, was not competitively procured. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-F-2000).
Lockheed Martin Corp., Baltimore, Md., is being awarded an $11,683,081 modification to previously awarded contract (N00024-11-C-5302) for MK 41 Vertical Launching System (VLS) ordnance alteration kits, production support material, interim support parts, and equipment in support of DDG 51 class new construction, Aegis modernization programs, and Aegis ashore programs. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants of the Navy, surface combatants of allied navies, and Aegis ashore requirements for Missile Defense Agency's Ground Ballistic Missile Defense Program. The MK 41 VLS is the primary missile launching system aboard Navy combatants used to store, safe, inventory and launch missiles of various types. Work will be performed in Baltimore, Md. (41.1 percent); Lewisburg, Tenn. (19.1 percent); Ft Walton Beach, Fla. (18.8 percent); Johnstown, Pa. (9.2 percent); Simpsonville, S.C. (5.5 percent); Clearwater, Fla. (3.2 percent); and Sterling Heights, Mich. (3.1 percent), and is expected to be completed by September 2014. Contract funds will not expire at the end of the current fiscal year.The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
CORRECTION: Contract awarded Nov. 14, 2011, to Lockheed Martin Gyrocam Systems, L.L.C., Sarasota, Fla., and FLIR Systems, Inc., North Billerica, Mass., should have stated the combined contract value as $755,597,528. Lockheed Martin Gyrocam Systems is being awarded delivery order 0001 at $2,251,500; FLIR Systems is being awarded delivery order 0001 at $2,985,226. Work will be performed in Sarasota, Fla.; North Billerica, Mass.; Aberdeen, Md.; and Afghanistan. The expected completion date is November 2016.
DEFENSE LOGISTICS AGENCY
Y. Hata & Co., Ltd.*, Honolulu, Hawaii, was awarded a fixed-price with economic price adjustment, indefinite-quantity, prime vendor contract with a maximum $87,900,000 for full line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. There were two responses to the Defense Logistics Agency Internet Bid Board System solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Dec. 14, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3519).
Y. Hata & Co., Ltd.*, Honolulu, Hawaii, was awarded a fixed-price with economic price adjustment, indefinite-quantity, prime vendor contract with a maximum $87,500,000 for full line food distribution. There are no other locations of performance. Using service is Navy. There were two responses to the Defense Logistics Agency Internet Bid Board System solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Dec. 14, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3521).
ExxonMobil Fuels Marketing Co., Fairfax, Va., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $32,300,562 for aviation turbine fuel. Other location of performance is Louisiana. Using service is Foreign Military Sales, Israel. There were four solicitations with one response. Type of appropriation is fiscal 2012 funds. The date of performance completion is Dec. 30, 2011, with a 30-day carryover. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-0533).
Bethel Industries, Inc.*, Jersey City, N.J., was issued a modification exercising the fourth option year on contract SPM1C1-08-D-1028/P00034. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $14,509,728 for Navy task force working/utility uniforms, and Army combat uniforms. Other locations of performance are North Bergen, N.J., and Mississippi. Using services are Army and Navy. There were 15 responses to the Web solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Nov. 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Produce Source Partners*, Ashland, Va., was issued a modification exercising the third option year on contract SPM300-08-D-P001/P00011. The award is a fixed-price with economic price adjustment, total set aside contract with a maximum $13,800,000 for full line fresh fruit and vegetables support. There are no other locations of performance. Using services are Army, Navy, and Marine Corps. There were three responses to the Web solicitations. Type of appropriation is fiscal 2010/2012 Defense Working Capital Funds. The date of performance completion is May 29, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
AIR FORCE
Intelligent Software Solutions, Inc., Colorado Springs, Colo. (FA8750-09-D-0022 P00013), is being awarded an $85,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract modification. This action is for software development and system support for the Web-Enabled Temporal Analysis System toolkit (WebTAS TK). The WebTAS TK Program is a General Defense Intelligence Program effort that provides a tool kit of capabilities for the Air Force, Department of Defense, intelligence community, other federal agencies, and coalition partners to find, fix, track and target the enemy.The toolkit provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information, report generation, data dissemination, workflow, and query/search. This action is a contract modification to increase the maximum ordering amount of the contract from $498,000,000 to $583,000,000. The location of performance is Intelligent Software Solutions, Colorado Springs, Colo . The Air Force Research Laboratory/RIKF, Rome, N.Y., is the contracting activity (FA8750-09-D-0022 P00013).
United Technologies Corp., doing business as Pratt & Whitney Military Aftermarket Services, Inc., San Antonio, Texas (FA8121-10-D-0006), is being awarded a $25,890,769 firm-fixed-price, four-year contract. This contract provides for the remanufacture of 6,601 F100-PW-100/220/220E engine 6th-13th stage stators and 4th-5th shrouds for F-15 and F-16 aircraft. The location of the performance is United Technologies, doing business as Pratt & Whitney Military Aftermarket Services, San Antonio, Texas. The 848th Supply Chain Management Group/PKAA, Tinker Air Force Base, Okla., is the contracting activity (FA8121-10-D-0006).
InDyne, Inc., Reston, Va. (F04684-03-C-0050), is being awarded a $15,594,033 cost-plus-incentive-fee/award-fee contract modification. This contract provides a single contractor for range operations, communications, and information services required to support the 30th Space Wing mission. This contract provides for the Western Range operations and maintenance; support services; training; command; control; communications; information and computer system services; testing, modifying and installing communications, electronic and security systems at launch facilities, launch control centers and test facilities. This action is a four-month interim extension for Dec. 1, 2011, to Mar. 31, 2012, to be followed by further extension(s) for 18 months, for a total of a 24-month extension. The locations of performance are InDyne; Vandenberg Air Force Base, Calif.; and California coastal sites, including Pillar Point, Anderson Peak, and Santa Barbara. The 30th Contracting Squadron, Vandenberg Air Force Base, Calif., is the contracting activity (F04684-03-C-0050).
*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 November 2011

Who is online

Users browsing this forum: No registered users and 17 guests

cron