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 January 31, 2012

Daily newsbrief journal for January 2012, also see http://www.usdemocrats.com/brief for a global 100-page perpetual brief and follow twitter @usdemocrats


DoD Contracts for January 31, 2012

Postby admin » Tue Jan 31, 2012 3:02 pm

Contracts for January 31, 2012
01/31/2012 04:01 PM CST





FOR RELEASE AT
5 p.m. ETNo. 070-12
January 31, 2012






CONTRACTS
AIR FORCE
Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $112,224,520 firm-fixed-price, requirements type contract for covering sustaining services including logistics support, program management support, engineering services, spares and technical data in support of the C-130J propulsion systems which include the AE2100D3 engine and R-391 propeller system. This modification is to exercise Option V (Year 6). The location of the performance is Indianapolis, Ind. Work is expected to be completed by Jan. 31, 2013. WRALC/GRBKA, Robins Air Force Base, Ga., is the contracting activity (FA8504-07-D-0001; Delivery Order 0600).
Lockheed Martin Corp., Marietta, Ga., is being awarded a $62,956,540 firm-fixed-price, fixed-price-award-fee, time-and-material, and cost-plus-fixed-fee contract for sustaining services including logistics support, program management support, engineering services, repairs, spares and technical data in support of the C-130J unique systems. The location of the performance is Marietta, Ga. Work is expected to be completed by Jan. 31, 2014. WR-ALC/GRBKA, Robins Air Force Base, Ga., is the contracting activity (FA8504-06-D-0001-P00020; Delivery order FA 8504-06-D-0001-0700).
The Boeing Co., Wichita, Kan., is being awarded a $47,862,156 firm-fixed-price, time-and-material cost reimbursable and cost-plus-incentive-fee contract modification which will provide for Option Year III support. The contracting activity is Tinker Air Force Base, Okla. The location of the performance is Wichita, Kan. Work was completed Dec. 21, 2011. OC-ALC/GKSKB, Tinker Air Force Base, Okla., is the contracting activity (FA8106-09-C-0005/P00039).
CSC Applied Technologies, L.L.C., Fort Worth, Texas, is being awarded a $26,870,070 cost-plus-award-fee contract for the exercise of option for the base operating support service contract at Keesler Air Force Base, Miss. The location of the performance is Keesler Air Force Base, Miss. Work is expected to be completed by Jan. 31, 2012. 81 CONS, Keesler Air Force Base, Miss., is the contracting activity (FA3002-08-C-0001-A00115).
Kaman Precision Products, Inc., Orlando, Fla., is being awarded a $24,171,717 firm-fixed-price contract action, which tasks the contractor to provide the Air Force with a quantity of 6,067 of the Joint Programmable Fuze Systems to meet munitions requirements. The location of the performance is Orlando, Fla. Work is expected to be completed by December 2013. AAC/EBDK, Eglin Air Force Base, Fla., is the contracting activity (F08626-98-C-0006, P00158).
Textron Defense Systems, Wilmington, Maine, is being awarded a $13,600,000 firm-fixed-price contract for 143 monition control units (MCU); 5 MCU test sets; 15 munitions application program cards; one wind corrected munitions dispenser (WCMD) dual system support simulator; one WCMD telemetry ground station; 10 WCMD telemetry kits; two instrumented measurement kits; and 1552 lanyard connectors. The locations of the performance are Wilmington, Maine, and Tucson, Ariz. Work is expected to be completed by February 2014. AAC/EBJK, Eglin Air Force Base, Fla., is the contracting activity (FA8682-11-C-0044 PZ0001).
Woolpert, Inc., Dayton, Ohio, is being awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract in which individual firm-fixed-price delivery orders will be awarded for multi-discipline architect/engineer services to support Wright-Patterson Air Force Base. The location of the performance is at various locations at Wright-Patterson Air Force Base, Ohio. Work is expected to be completed by Jan. 29, 2017. ASC/PKOC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-12-D-0006).
Lockheed Martin Corp., Marietta, Ga., is being awarded a $10,962,810 predominately firm-fixed-price (91.2 percent) with time-and-material (8.2 percent) and cost reimbursement (0.6 percent) contract types for contract modification obligating fiscal 2011 and fiscal 2012 procurement dollars to exercise the previously negotiated option contract line item numbers on the FYOC IV contract (FA8625-11-C-6597) to maintain current support levels for the next period of performance (Feb. 1, 2012 through Jan. 31, 2013) for the C-130J Program Office. The location of the performances is Marietta, Ga. Work is expected to be completed by Jan. 31, 2013. ASC/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597 P00084).
Lockheed Martin Corp., Marietta, Ga., is being awarded a $7,757,653 firm-fixed-price, time-and-material contract to procure spares, field support representative support, and program management, return and repair support, and engineering services support for the Royal Norway Air Force to support the arrival of their new C-130J fleet. The location of the performance is Marietta, Ga. Work was completed by Jan. 31, 2014. WR-ALC/GRBKB, Robins Air Force Base, Ga., is the contracting activity (FA8504-06-D-0001-0606).
NAVY
Hensel Phelps Construction Co., Irvine, Calif., is being awarded a $56,463,304 fixed-price modification under a previously awarded firm-fixed-price contract (N62473-12-C-1406) to exercise option 0001 which provides for the construction of a helicopter maintenance facility at Naval Air Station North Island. The work to be performed provides for the construction of a multi-story, steel-framed, three-bay maintenance hangar. It includes electrical and mechanical utilities, power check pad, engine wash pad, compressed air building, secure communications connections, aircraft parking apron and roadway, and demolition of vacant facilities. Built-in equipment includes an elevator, backup generators, and a closed loop wash rack system. Special construction features include sound attenuation for the administration and shop space, an Aqueous Fire Fighting Foam Protection System, telephone system, and intrusion detection system wiring, and incidental related work. The total contract amount after exercise of this option will be $56,653,304. 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. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
BAE Systems, Minneapolis, Minn., is being awarded a $52,000,000 not-to-exceed modification to previously awarded contract (N00024-12-C-5311) to exercise options for the Advanced Gun System (AGS) for DDG 1002. The (AGS) is a 155mm, vertically loaded, stabilized gun mount that is capable of storing, programming, and firing the long range land attack projectile. It is a fully automated weapon system capable of firing 10 rounds per minute supplied via a fully automated magazine loading system. The gun's primary mission is land attack. The DDG 1000, Zumwalt class destroyer, will employ two AGS gun mounts and magazines in support of ground expeditionary forces. Work will be performed in Louisville, Ky. (37 percent); Cordova, Ala. (30 percent); Minneapolis, Minn. (28 percent); and Burlington, Vt. (5 percent). Work is expected to be completed by January 2018. 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.
The Boeing Co., St. Louis, Mo., is being awarded a $48,078,874 modification to a previously awarded firm-fixed-price delivery order contract (N00383-06-D-001J) for integrated logistics support and sustaining engineering services in support of the F/A-18 A-D, F/A-18 E/F, and EA-18 G aircraft. Services to be provided include in-service engineering, information systems, technical data updates, support equipment engineering, training and software integration support. Work will be performed in St. Louis, Mo. (70 percent); El Segundo, Calif. (15 percent); Oklahoma City, Okla. (6 percent); Bethpage, N.Y. (5 percent); and San Diego, Calif. (4 percent). Work is expected to be completed in December 2012. 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.
Raytheon Co., Missile Systems, Tucson, Ariz., is being awarded a $39,623,908 modification to a previously awarded firm-fixed-price, fixed-price-incentive-firm target contract (N00019-11-C-0001) for the Lot 12 low rate initial production of 47 AIM-9X Block II all up round tactical missiles for the Navy (five) and Air Force (42); 47 Block II active optical target detectors for the Navy (five) and Air Force (42); 51 Block II captive air training missiles for the Air Force; and 29 containers for the Navy (two) and Air Force (27); as well as special test equipment and various spare components for the Navy and Air Force. Work will be performed in Tucson, Ariz. (41.42 percent); Andover, Mass. (10.12 percent); various locations in the United States (6.31 percent); Valencia, Calif. (5.71 percent); Ontario Canada, Midland (5.4 percent); Rocket Center, W.Va. (5.24 percent); Vancouver, Wash. (5.08 percent); Goleta, Calif. (2.99 percent); El Segundo, Calif. (2.81 percent); Cheshire, Conn. (2.30 percent); Simsbury, Conn. (1.60 percent); Cincinnati, Ohio (1.53 percent); Heilbronn, Germany (1.52 percent); El Cajon, Calif. (1.48 percent); San Jose, Calif. (1.45 percent); Anniston, Ala. (1.16 percent); San Diego, Calif. (0.87 percent); Chatsworth, Calif. (0.80 percent); Newbury Park, Calif. (0.74 percent); Orlando, Fla. (0.66 percent); Montgomery, Ala (0.58 percent); and various locations outside the United States (0.23 percent). Work is expected to be completed in January 2014. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($35,490,235; 89.57 percent) and the Navy ($4,133,673; 10.43 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded a $38,155,069 firm-fixed-price modification under a previously awarded contract (N40085-10-C-5312) for the construction costs associated with modifying the bachelor enlisted quarters (BEQ) to meet the Marine Corps' "Best in Breed" design standard at Marine Corps Base, Camp Lejeune. The work to be performed provides for the construction costs, including all supervision, labor, tools, materials, and equipment, associated with the conversion from six smaller BEQ buildings to two larger BEQ buildings which fulfills the changes and betterments which are needed to make these BEQ buildings meet the Marine Corps guidance on BEQ standards. After award of this modification, the total cumulative contract value will be $180,323,472. Work will be performed in Jacksonville, N.C., and is expected to be completed by September 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
Bechtel Plant Machinery, Inc., Monroeville, Pa, is being awarded a $21,461,993 cost-plus fixed-fee modification to previously awarded contract (N00024-12-C-2106) to exercise an option for naval nuclear propulsion components. Work will be performed in Monroeville, Pa. Contract funds will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Booz Allen Hamilton, Norfolk, Va., is being awarded a not-to-exceed $20,000,000 modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price pricing provisions contract (N00189-08-D-0022) to increase funded amount. The total contract value inclusive of all modifications is estimated at $184,103,663. The contract will provide leadership teams, providing expertise in change management, barrier identification and removal, and key enterprise performance metrics. The contractor will focus efforts on applying the key tenets of a structured, process-focused, metrics-driven enterprise approach to determine required output, identify and remove barriers, develop and analyze measures of performance, and manage the cultural changes necessary to reach enterprise objectives. It is the primary role of the contractor to work with naval personnel, active, reserve, civilian, and other government contractors, to accomplish the goals of the enterprise. Work will performed on-site at government sites (72 percent) and off-site contractors sites (28 percent). Work will be completed by Sept. 30, 2012. Funding will be operations and maintenance, Navy provided by the individual Fleet Readiness Enterprises and will be placed on individual task orders. Contract funds in the amount of $20,000,000 will expire at the end of the current fiscal year. The requirement was issued on a sole-source basis utilizing other than full and open competition procedures. NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-08-D-0022).
Northrop Grumman Guidance and Electronics Co., Woodland Hills, Calif., is being awarded an $18,925,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to repair components of the AN/ANS-150 Navigation Systems and the NPN 217 Doppler System supporting the H-60 helicopter, and the AN/ASN-123 Navigation System supporting the EA-6B aircraft. Work will be performed in Salt Lake City, Utah (75 percent), and Woodland Hills, Calif. (25 percent), and is expected to be completed by Jan. 31, 2017. Defense Business Operations Funds and Navy Working Capital Funds being used on this contract will not expire before the end of the current fiscal year. This contract was not competitively procured. Naval Supply Systems Command Weapons System Support, Philadelphia, Pa., is the contracting activity (N00383-12-D-044G).
Larkor Construction Co., Macro-Z Technology Team IV JV*, Homedale, Idaho, is being awarded a $10,590,000 firm-fixed-price contract for the construction of the Explosives Handling Wharf Security Force Facility at Naval Base Kitsap Bangor. Work will be performed in Silverdale, Wash., and is expected to be completed by August 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 eight proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-12-C-3007).
The Navmar Applied Sciences Corp.*, Warminster, Pa., is being awarded a $9,640,400 cost-plus-fixed-fee contract for a Phase III Small Business Innovation Research (SBIR) project under Topic N04-237, "Mobile Shallow Water Antisubmarine Target System." The objective of this contract is to mature the design of the Shallow Water Target (SWT) System developed under the Phase II SBIR into a production-ready, over-the-side radio-frequency (RF) prototype SWT System and submarine simulator. In addition, this contract provides for research studies on RF and radiated signals; development of algorithms and display concepts; performance and functional testing; on-site-integration and field testing; training tools and documents; and on-site and post-test training. Work will be performed in Lexington Park, Md. (60 percent), Warminster, Pa. (35 percent), and various testing locations in and outside the continental U.S. (5 percent). Work is expected to be completed in January 2015. Contract funds will not expire at the end of the current fiscal year. This Phase III contract was not competitively procured pursuant to FAR 6.302.5. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0003).
Oshkosh Corp., Oshkosh, Wis., is being awarded a $6,998,250 firm-fixed-price contract to supply 217 diesel engines, which will be installed in newly manufactured Medium Tactical Vehicle replacement variants. Work will be performed in Corinth, Miss., and is expected to be completed in June 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively awarded. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-12-C-0217). \
WASHINGTON HEADQUARTERS SERVICE
Nova Corp., Chambersburg, Pa., is being awarded a $19,609,310 cost-plus-fixed-fee and firm-fixed-price contract to provide comprehensive information technology support with a focus including the following: network planning and engineering, systems and database administration operations, desktop engineering, customer support, information security, alternate site support. Work will be performed in Arlington, Va., with an estimated completion date of Jan. 31, 2013. The bid was solicited through the Internet, with one bid received. Washington Headquarters Service is the contracting activity (HQ0034-12-C-0011).
*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 January 2012

Who is online

Users browsing this forum: No registered users and 14 guests

cron