U.S. Department of Defense Announces Latest Contract Awards: 3-26-09

0
548

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $320,000,000 not to exceed modification to a previously awarded advance acquisition contract (N00019-08-C-0028). 

This modification provides for long lead materials and efforts associated with the Joint Strike Fighter (JSF) Air System Low Rate Initial Production (LRIP) Lot III procurement of the required Special Tooling, Special Test Equipment and Technical Assistance. 

Work will be performed in Fort Worth, Texas, (35 percent); El Segundo, Calif., (25 percent); Warton, United Kingdom, (20 percent); Orlando, Fla., (10 percent); Nashua, N.H., (5 percent); and Baltimore, Md., (5 percent), and is expected to be completed in Nov. 2011.  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.  

     

Lockheed Martin Integrated Defense Systems, Owego, N.Y., is being awarded a firm fixed price retirements type long term contract in the amount of $56,556,484 for repair/overhaul of various weapons replaceable assemblies used to support the HM-60R/S helicopters.  Work will be performed at Farmingdale, N.Y., (60 percent); Phoenix, Ariz., (13 percent); Clearwater, Fla., (13 percent); and Salt Lake City, Utah, (14 percent), and work is expected to be completed by Mar. 2014. Contract funds will not expire before the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point is the contracting activity (N00383-09-D-021F).  

Team Logistics Joint Venture, Fairfax, Va., is being awarded a $17,274,213 modification to a previously awarded cost plus fixed fee, indefinite delivery, indefinite quantity contract (N00421-01-D-0239) to exercise an option for 433,937 hours of maintenance planning and design interface technical/management support services for the Naval Air Systems Command, Patuxent River, Md., the Naval Air Warfare Center Aircraft Division, Patuxent River, Md., and the Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. 

These services include evaluating initial designs and proposed design changes, maintenance planning, and sustaining maintenance plans.  Work will be performed in Patuxent River, Md., (90 percent) and Lakehurst, N.J., (10 percent), and is expected to be completed in Mar. 2010.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.  

Raytheon Co., Falls Church, Va., is being awarded a $16,528,945 modification to a previously awarded cost plus award fee, cost plus incentive fee contract (N00019-98-C-0190) to provide additional funds for the development of Tactical Control System (TCS), Block 2 Version 4 software product requirements in support of the Vertical Take-off Unmanned Air Vehicle (VTUAV).  Work will be performed in Falls Church, Va., (82 percent), Dahlgren, Va., (10 percent), and San Pedro, Calif., (8 percent), and is expected to be completed in Mar.  2010.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

Blue Rock Structures, Inc.*, Pollocksville, N.C., is being awarded a $14,471,095 firm fixed price contract for the renovation and upgrades to Hangar 130 at Marine Corp Air Station Cherry Point, N.C.
The work to be performed provides for the renovation of Hanger 130 to accommodate two F/A-18 E/F squadrons.  Renovations include reconfiguration of spaces to house maintenance, training, and administrative functions.  The renovation will provide a sensitive compartmented information facility (SCIF), a classified vault, fire sprinkler/ suppression system, hangar floor resurfacing and coating, interior 400hz frequency distribution system for aircraft, anti-terrorism measures and site improvements, including replacement of deteriorated aircraft pavements immediately adjacent to the hangar.  The parking apron will be restriped to accommodate twenty parking spaces for F/A-18 E/F aircraft.  The contract contains two unexercised options, which if exercised, would increase the cumulative contract value to $19,225,395.  Work will be performed in Havelock, N.C. area, and is expected to be completed by January 2011.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online, with 11 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (contract number N40085-09-C-3204).

Whiting-Turner Contracting Co., Raleigh, N.C., is being awarded a $7,940,000 firm fixed price contract for the construction of a Joint Improvised Explosive Device Defeat Organization (JIEDDO) Battle Course near Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of an urban training range for the Marine Corps at an area in Greater Sandy Run, an outlying area of Camp Lejeune.
Undeveloped road will be improved by widening and drainage; traffic circles will be constructed; and other roads will be widened, improved, or constructed.  Roads will be used as a mock up of various configurations that troops operating anywhere in the world might encounter and where improvised explosive devices could be set up to inflict damage to the passing vehicles.  The contract will include the construction of 17 buildings resembling an urban setting along both sides of the road, with an overpass.  A training compound, training bleachers, and a control tower with cameras and communications to observe and control targets will also be constructed.  Work will be performed in the Jacksonville, N.C. area, and is expected to be completed by Mar. 2010.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 22 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-3206).  

AIR FORCE 

The Air Force is modifying a firm fixed price contract with Rockwell Collins, Inc., of Cedar Rapids, Iowa for $87,549,899.
This contract modification is for the order of 53,920 Defense Advanced GPS Receiver units and assorted accessories through the exercise of 48 corresponding options on the receiver follow-on contract.  At this time, the entire amount has been obligated.  GPSW/PK, El Segundo, Calif., is the contracting activity (FA8807-09-C0002, P00001).  

The Air Force is awarding a firm fixed contract to L-3 Communications Vertex Aerospace, Madison, Miss., for $15,563,895.  This action will provide fleet maintenance and training support on twelve Cessna 173 aircraft and five Cessna 208B trainer aircraft owned by the Iraqi Government.  At this time, $7,626,308 has been obligated.  727 ACSG/PKB, Tinker Air Force Base, Okla., is the contracting activity (FA8106-09-C-0004). 

DEFENSE LOGISTICS AGENCY  

Derossi & Son Company, Vineland, N.J.*, is being awarded a maximum $6,567,684 firm fixed price, total set aside, indefinite quantity and indefinite delivery contract for coats.  Other location of performance is in New Jersey. The proposal was originally Web solicited with five responses.  Using service is Army.  Contract funds will not expire at the end of the current fiscal year.  The contract is exercising the fourth option year.  The date of performance completion is Apr. 25, 2010.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SP0100-05-D-0449). 

Flightline Group Inc/DBA Flightline Tallahassee, Tallahassee, Fla.*, is being awarded a maximum $5,768,898 fixed price with economic price adjustment contract for jet fuel.  Other location of performance is in Florida.  There was originally one proposal solicited with one response.  Using services are Army, Navy, Air Force and Marine Corps.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is Mar. 31, 2013.  The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0056).  

Correction: UNITED STATES TRANSPORTATION COMMAND  

Lynden Air Cargo, LLC, of Anchorage, Ala., 99502-1809 is being awarded a $52,788,495.00 firm fixed price requirements contract to obtain air cargo service from Elmendorf Air Force Base, Ala., to Shemya and various points throughout the state of Alaska.  The performance period is from Apr. 1, 2009, to Mar. 31, 2010, plus four one-year options.  This contract was a competitive acquisition with one bid received.  The contracting activity is United States Transportation Command Directorate of Acquisitions, Scott Air Force Base, Ill. 62225 (HTC711-09-D-0015).  Both Lynden Air Cargo and Elmendorf Air Force Base are in Alaska vice Arkansas.

The Air Force is modifying a firm fixed price contract with Honeywell International Incorporated of Tempe, Ariz., for $87,143,385.  This indefinite delivery, indefinite quality requirements contract is for overhaul/repair and spares in support of several weapons systems.  At this time, no money has been obligated.  448 SCMG/PKBC, Tinker Air Force Base is the contracting activity (F34601-00-D-0371, P00068).  

                The Air Force is awarding an indefinite delivery, indefinite quantity contract to L-3 Communications Corp., of Camden, N.J., for a maximum $49,750,000.  This action will provide for small UAS research and evaluation program is to provide maximum flexibility to perform research and evaluation for Small Unmanned Serial Systems.  At this time, $78,414 has been obligated.  AFRL/PKDA, Wright-Patterson Air Force Base, Okla., is the contracting activity (FA8650-09-D-7903). 

                The Air Force is modifying a cost plus fixed fee contract to BBN Technologies Corp., of Cambridge, Mass., for $11,338,058.  The action provides for Wireless Network after Next Adaptive Network Development.  At this time, the entire amount has been obligated.  AFRL/RIKF Rome, N.Y., is the contracting activity (FA8750-07-C-0169, P00005).  

NAVY

                The Haskell Co., Jacksonville, Fla., is being awarded a $23,199,000 firm fixed price contract for design and construction a Bachelor Enlisted Quarters (BEQ) at Marine Corps Air Station Cherry Point.  The BEQ shall contain a total of 180 sleeping rooms (174 double-occupancy; two units on the ground floor handicap accessible double-occupancy).  Maximum housing occupancy shall be 348 enlisted military personnel.  Each BEQ shall include an interior corridors, entrance vestibule, Barracks Manager’s office with duty counter, duty storage, private head and bunk room; multi-purpose room; linen storage room; laundry room with commercial-grade top loading washers and stackable dryers; single public head; vending space; elevator; stair towers; janitor closets; facility support spaces include mechanical room, electrical room, telecommunications room, and fire protection/pump room; and material storage rooms.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $25,026,000.  Work will be performed in Cherry Point, N.C., and is expected to be completed by Apr. 2011.  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, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-3201).  

                Rockwell Collins Inc., Richardson, Texas, is being awarded a $10,281,275 fixed firm price contract for approximately 37,250 man-hours of non-recurring engineering, installation, and testing in support of Phase four of the Internet Protocol and Bandwidth Expansion
(IPBE) for the E-6B Take Charge and Move Out (TACAMO) aircraft.  In addition, a total of three options with a total value of $7,678,423 are being exercised at time of award that includes an additional 40,900 man-hours of non-recurring engineering, installation, and testing.  The purpose of the IPBE Phase 4 is to install the Digital Northstar System on the E-6B aircraft to provide the aircraft with the necessary interoperability and the proper configuration to communicate with DNS ground sites.  Work will be performed in Richardson, Texas, (69 percent); Cedar Rapids, Iowa, (18 percent); and Phoenix, Ariz., (13 percent), and is expected to be completed in Mar. 2011.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0035).  

                AECOM Design, Roanoke, Va., is being awarded a maximum amount $7,500,000 firm fixed price, indefinite quantity contract for architectural design and engineering services for support of projects within the Naval Facilities Engineering Command Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for architectural and engineering services, including civil/structural/mechanical/electrical.  Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan preparation, Operation and Maintenance Support Information, and construction surveillance and engineering consultation services during construction.  Work will be performed at various Navy and Marine Corps Installations and other Government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to Conn. (35 percent), R.I., (35 precent) and Mass. (30 percent), and is expected to be completed by Mar. 2014.  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 17 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-D-7020).  

                Scott Technologies, Inc. DBA Scott Health & Safety, Monroe, N.C., is being awarded a $6,384,000 firm fixed price requirements contract for the procurement of 3,200 Supplied Air Respirator with Escape Self Contained Breathing Apparatus.  Work will be performed in Monroe, N.C., and is expected to be completed by Mar. 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with one offer was received.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-09-D-0011).

 

ATTENTION READERS

We See The World From All Sides and Want YOU To Be Fully Informed
In fact, intentional disinformation is a disgraceful scourge in media today. So to assuage any possible errant incorrect information posted herein, we strongly encourage you to seek corroboration from other non-VT sources before forming an educated opinion.

About VT - Policies & Disclosures - Comment Policy
Due to the nature of uncensored content posted by VT's fully independent international writers, VT cannot guarantee absolute validity. All content is owned by the author exclusively. Expressed opinions are NOT necessarily the views of VT, other authors, affiliates, advertisers, sponsors, partners, or technicians. Some content may be satirical in nature. All images are the full responsibility of the article author and NOT VT.
Previous articleFort Hood Reset Program Teaches Soldiers To Leave ‘Battle Mind’ Behind
Next articleSuccessful Counter Terror Concept used by US Police and now UK Government.