U.S. Department of Defense Contract Awards for September 20, 2012

0
1013

Here’s Today’s Department of Defense Contract Awards

 

DEFENSE LOGISTICS AGENCY

Equilon Enterprises dba Shell Oil Products — Deer Park, Houston, Texas, was awarded contract SP0600-12-D-0510.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $1,358,320,754 for fuel.  Other location of performance is in Deer Park, Texas.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Air BP, a Division of BP products of North America Inc., Naperville, Ill., was awarded contract SP0600-12-D-0503.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $815,772,268 for fuel.  Other locations of performance are in Texas; Lousiana; Mississippi; New Jersey; and Ohio.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Valero Marketing and Supply Co., San Antonio, Texas, was awarded contract SP0600-12-D-0519.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $571,935,630 for fuel.  Other locations of performance are in Texas City and Corpus Christi, Texas.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

BP Products North America Inc., Chicago, Ill., was awarded contract SP0600-12-D-0480.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $552,521,276 for fuel.  Other locations of performance are in Texas.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Phillips 66 Co., (Phillips), Bartlesville, Okla., was awarded contract SP0600-12-D-0501.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $354,409,335 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Equilon Enterprises dba Shell Oil Products — Mobile, Houston, Texas, was awarded contract SP0600-12-D-0498.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $342,024,168 for fuel.  Other location of performance is in Alabama.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Placid Refining Co., L.L.C.*, Baton Rouge, La., was awarded contract SP0600-12-D-0520.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $294,551,718 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Calumet Sales Co., Indianapolis, Ind., was awarded contract SP0600-12-D-0517.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $190,946,400 for fuel.  Other location of performance is in La.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Wynnewood Energy Co., L.L.C., Sugar Land, Texas, was awarded contract SP0600-12-D-0483.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $161,428,730 for fuel.  Other locations of performance are in Oklahoma.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Alon USA L.P., Dallas, Texas, was awarded contract SP0600-12-D-0493.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $153,821,900 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Delek Refining Ltd., Tyler, Texas, was awarded contract SP0600-12-D-0504.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $94,678,251 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Tesoro Refining and Marketing Co., San Antonio, Texas, was awarded contract SP0600-12-D-0496.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $81,552,800 for fuel.  Other locations of performance are in North Dakota and Minnesota.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hermes Consolidated L.L.C., Denver, Colo., was awarded contract SP0600-12-D-0492.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $59,987,520 for fuel.  Other location of performance is in Wyoming.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hunt Refining Co., Tuscaloosa, Ala., was awarded contract SP0600-12-D-0500.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $52,498,260 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Irving Oil Terminals Inc., Portsmouth, N.H., was awarded contract SP0600-12-D-0516.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $51,281,640 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

NuStar Marketing L.L.C., San Antonio, Texas, was awarded contract SP0600-12-D-0482.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $26,453,789 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Northrop Grumman Systems Corp., Palmdale, Calif., was issued a modification on contract SPRTA1-11-C-0112/P00005.  The modification is a firm-fixed-price, sole source contract with a maximum $21,059,739 for left and right hand aft deck structural supports.  Other locations of performance are Missouri and Florida.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is May 31, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

The Boeing Co., Saint Louis, Mo., was awarded contract SPM400-03-D-9408 TH20.  The award is a firm-fixed-price, sole source contract with a maximum $14,719,986 for horizontal stabilizers.  There are no other locations of performance.  Using military service is Navy.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Navy Working Capital Funds.  The date of performance completion is November 2015.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

Hardigg Industries Inc., South Deerfield, Mass., was issued a modification exercising the first option year on contract SPM1C1-11-D-1070/P00004.  The modification is a firm-fixed-price contract with a maximum $10,296,825 for plastic trunk lockers.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were two responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Critical Solutions International*, Carrollton, Texas, was awarded contract SPRDL1-12-C-0168.  The award is a firm-fixed-price contract with a maximum $8,215,722 for sustainment spare wheel and pneumatic tires.  Other location of performance is South Carolina.  Using military service is Army.  There were three responses to the competitive solicitation.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The date of performance completion is March 19, 2013.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

NAVY

Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $103,322,238 modification to a previously awarded firm-fixed-price; indefinite-delivery requirements contract (N00019-09-D-0002) to exercise an option for intermediate and depot level maintenance and related support for in-service T-45 F405-RR-401 Adour engines under the Power-By-the-Hour (PBTH) arrangement.  In addition, this modification provides for inventory control, sustaining engineering and configuration management, as well as integrated logistics support and required engineering elements necessary to support the F405-RR-401 engine at the organization level.  No funding being obligated at time of award.  Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (48 percent); NAS Meridian, Miss. (47 percent); NAS Pensacola, Fla. (4 percent); and NAS Patuxent River, Md. (1 percent), and is expected to be completed in September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $76,756,663 modification to previously awarded contract (N00024-11-C-4403) for the USS Normandy (CG 60) fiscal year 2012 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

Fender Care Ltd., Norfolk, United Kingdom, is being awarded a $29,425,068 indefinite-delivery/indefinite-quantity, firm-fixed price contract for the procurement of hydro-pneumatic fenders and associated installation, support, shipping and travel.  Hydro-pneumatic fenders are airtight rubber bladders that are partially filled with water and are weighted on one end to make them float in a vertical position.  The fenders are moored to the waterfront facility against a backer system or between submarines or surface ships.  Fenders will be provided at various U.S. and overseas homeports.  Contract funds in the amount of $2,940,641 will be obligated at time of contract award.  Work will be performed in Norfolk, United Kingdom, and is expected to be completed by September 2017.  Contract funds in the amount of $1,780,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-12-D-0009). 

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $28,117,962 modification to previously awarded contract (N00024-10-C-4308) for the USS Ross (DDG 71) fiscal year 2012 drydocking selected restricted availability.  A drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by June 2013.  Contract funds in the amount of $28,117,962 will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Portsmouth, Va., is the contracting activity.

Del-Jen Inc., Clarksville, Tenn., is being awarded a $25,417,061 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise option 1 for base operations support services at Naval Air Station Pensacola and surrounding areas including Saufley Field, Corry Station and Bronson Field.  The work to be performed provides for public works administration including labor, management, supervision, materials, supplies, and tools for facilities management, facilities investment, facility maintenance services (non-family housing), pest control, street sweeping, utility plant and distribution operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, centrally managed safety services, and base support vehicles and equipment.  The total contract amount after exercise of this option will be $144,538,806.  Work will be performed in Pensacola, Fla., and is expected to be completed by September 2013.  Contract funds in the amount of $16,189,380 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-07-D-0770). 

Exelis Inc., Van Nuys, Calif., is being awarded a $24,678,610 firm-fixed-price, cost-plus-fixed-fee contract for the procurement of six radio frequency repeater systems for the government of Egypt’s SPS-48E land-based radar program and associated support for Egypt (100 percent) under the Foreign Military Sales Program.  The requirement includes all associated support.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $25,000,000.  Work will be performed in Egypt (50 percent), and Van Nuys, Calif. (50 percent), and is expected to be completed by Sept. 19, 2017.  The contract funds will not expire by the end of the current fiscal year.  This contract was not competitively procured, due to sole-source direction by International Agreement.  Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-12-C-2443).

Aviall Services Inc., Dallas, Texas, is being awarded a $22,853,790 firm-fixed-price contract for the procurement of Boeing 737 commercial common spare parts to support P-8A Multi-Mission Maritime Low Rate Initial Production III aircraft.  Work will be performed in Dallas, Texas, and is expected to be completed in June 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; one offer was received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0125).

Rolls Royce Corp., Indianapolis, Ind., is being awarded $16,072,618 for ceiling priced delivery order #002 under a previously awarded basic ordering agreement (N00383-10-G-008M) for the repair of two each T56-A-427A whole engines, three each power section modules, two each gearbox modules, and two each torque meter modules used in support of the T56 engine.  Work will be performed in Indianapolis, Ind., and work is expected to be completed December 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

ViaSat, Carlsbad, Calif., is being awarded $15,819,052 for firm-fixed-price delivery order under a previously awarded contract (N00039-10-D-0032) for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs).  The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Marine Corps, Air Force and Army platforms.  This delivery order combines purchases for the United States (21 percent) and the Government of Turkey (79 percent) under the Foreign Military Sales Program.  Work will be performed in Carlsbad, Calif. (30 percent), in various other sites worldwide (70 percent), and is expected to be completed by Feb. 29, 2016.  Contract funds in the amount of $229,413 will expire at the end of the current fiscal year.  This contract was competitively procured under a multiple award contract (MAC) with two proposals solicited and two offers received via the SPAWAR E-commerce website.  The synopsis was released via the Federal Business Opportunities website for the initial MAC awards.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Sauer Inc., Jacksonville, Fla., is being awarded $14,631,100 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-09-D-5026) for the decentralize steam system at Naval Support Activity (NSA), Norfolk Va.  The work to be performed will eliminate centralized steam to include Camp Allen and Lafayette River Annex.  High efficiency and high performance heating, ventilation, and air conditioning systems will be installed to replace the central steam systems in these areas.  In addition, a new control building at NSA’s main site will be constructed to house the new direct digital controls center and public works personnel.  The infrastructure and main control room equipment are included as part of this project.  The task order also contains one unexercised option and three planned modifications which if exercised would increase cumulative task order value to $15,461,250.  Work will be performed in Norfolk, Va., and is expected to be completed by March 2015.  Contract funds will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Progeny Systems Corp.*, Manassas, Va., is being awarded an $11,238,663 cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-6207) for Phase III engineering and technical support services in support of Small Business Innovative Research (SBIR) Topic No. N03-220 “Extensible After Action Review Acquisition, Retrieval and Storage System.”  The concept for this SBIR is to identify technologies that can be used to address emerging non-propulsion electronics system network administration training and maintenance support requirements while concurrently supporting test data collection and analysis requirements.  This procurement will use the prototype products, processes and methodologies developed by Progeny Systems Corporation under the SBIR Phase I and II efforts.  The processes and prototype products developed will apply to air, surface and undersea warfare combatants.  Progeny will also procure analogous technology products that result from the engineering studies and engineering development models as needed.  Work will be performed in Manassas, Va., and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, DC, is the contracting activity.

Raytheon Co., Fullerton, Calif., is being awarded a $7,057,746 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) to update the Joint Precision Approach and Landing System to incorporate availability in Global Positioning System jamming environment into the Increment 1 design as identified by the threshold level system requirements document.  Work will be performed in Fullerton, Calif. (70 percent), and Cedar Rapids, Iowa (30 percent); and is expected to be completed in October 2013.  Contract funds in the amount of $2,197,179 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Raytheon Co., Largo, Fla., is being awarded a $7,008,900 modification to previously awarded contract (N00024-08-C-5202) for engineering support services in support of the Cooperative Engagement Capabilities (CEC) program.  The CEC program is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in St. Petersburg, Fla. (90.0 percent), and Largo, Fla. (10 percent), and is expected to be completed by March 2013.  Contract funds in the amount of $5,533,500 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, DC, is the contracting activity.

Data Link Solutions, Cedar Rapids, Iowa, is being awarded $6,912,840 for firm-fixed-price delivery order under a previously awarded contract (N00039-10-D-0031) for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs).  The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Marine Corps, Air Force, Army platforms and other foreign users worldwide.  This delivery order is for the Government of Saudi Arabia under the Foreign Military Sales (FMS) Program.  Work will be performed in Wayne, N.J. (50 percent), Cedar Rapids, Iowa (50 percent), and is expected to be completed by Dec. 31, 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was a sole source directed by the Foreign Military Sales country with one proposal solicited and one offer received via the SPAWAR E-commerce website.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

Team Crucible LLC, Fredericksburg, Va. (HHM402-12-D-0028); Washington Security Group, Sterling, Va. (HHM402-12-D-0029); Signature Science L.L.C., Austin, Texas (HHM402-12-D-0030); Triple Canopy, Reston, Va. (HHM402-12-D-0031); G4S/ITI, Shacklefords, Va. (HHM402-12-D-0032), and Academi Training Center, Inc., Moyock, N.C. (HHM402-12-D-0033), are each being awarded an indefinite-delivery/indefinite-quantity contract supporting individual protective measures training courses.  The combined maximum dollar value for all six IDIQ contract awards is $20,000,000 over five years.  The training is designed for personnel before they leave on overseas deployments, to provide them with a foundation of hard and soft skills relevant to living and working in hostile and austere environments.  The first task order was issued September 6 and the contract period of performance will end Aug. 30, 2017.

AIR FORCE

UOP L.L.C., Des Plaines, Ill. (FA8650-12-2-5506), is being awarded a $17,370,047 technology investment agreement contract to establish a domestic source to expand the U.S. domestic industrial base capacity in the production of bio-mass derived fuel products.  The location of the performance is Pasadena, Texas and Paramount, Calif.  Work is expected to be completed by Dec. 21, 2013.  The contracting activity is Det 1 AFRL/RQKMD, Wright-Patterson Air Force Base, Ohio.

Work Services Corp., Wichita Falls, Texas (FA3020-12-F-0056), is being awarded a $16,177,353 firm-fixed-price and cost reimbursable contract for full food service operations.  The location of the performance is Sheppard Air Force Base, Texas.  Work is expected to be completed by Sept. 23, 2013.  The contracting activity is 82 CONS/LGCA, Sheppard Air Force Base, Texas.

Northrop Grumman Corp., Aerospace Systems, El Segundo, Calif. (F19628-00-0100 P00243), is being awarded a $10,708,998 contract modification for Multi-Platform Radar Technology Insertion Program radar system development and demonstration schedule extension.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Jan. 31, 2014.  The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.

DEFENSE COMMISSARY AGENCY

Carothers Construction Inc., is being awarded a firm-fixed-price type contract to add/alter an existing commissary at Fort Leavenworth, Kan.  The award amount is $16,776,489.  The contract is for a 600-day period based on the issuance of the notice to proceed which is expected in October 2012.  Offers were solicited via full and open competition and eight offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Lackland Air Force Base, Texas.

*Small Business

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 articleBarack Obama Lied About Religions
Next articlePress TV: Terrorism – Never What You Think