U.S. Department of Defense Announces Latest Contract Awards: 9-09-08

0
605

zzz_DOD_contracts            Harris Corp., Government Communications Systems, Div, Melbourne, Fla., was awarded on Aug. 28, 2008, a $7,494,831 indefinite delivery/indefinite quantity contract for applied IT solutions to support unclassified web portal and related efforts.  Work will be performed in Melbourne, Fla., Chantilly, Va., Washington, D.C., St. Louis, Mo., Los Cruzes, N.M., and Bethesda, Md., with an estimated completion date of Aug. 31, 2013.  One bid was solicited and one bid was received.  National Geospatial Intelligence Agency/ACI is the contracting activity (HM1571-08-D-0007).
 
            DRS Sustainment Systems Inc., St Louis, Mo., was awarded on Sept. 5, 2008, a $8,694,734 letter contract will be firm fixed price contract.  This contract is for the production effort of six (6) M1000 Heavy Equipment Transporter System (HET) trailers, including field service representatives support for the M1000 throughout HETS testing, system support package and parts support throughout HETS testing and a logistics package update.  Work will be performed in West Plains, Mo., with an estimated completion of Jun. 5, 2009.  One bid was solicited and one bid was received.  U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-08-C-0626).
 
            Don Jon Marine Co., Inc., Hillside, N.J., was awarded on Sept. 5, 2008, a $7,128,260 firm fixed price contract for maintenance dredging in Newark Bay, N.J.  Work will be performed in Newark Bay, N.J., with an estimated completion date of June 17, 2008.  Twenty-three bids were solicited and three bids were received.  Corps of Engineers, New York City, N.Y., is the contracting activity (W912DS-08-C-0024).        
            Golden Rule Construction Company Inc, Sioux Falls, S.D., was awarded on Sept. 5, 2008, a $7,464,073 firm fixed price contract for construction services for project number LUXC 001390 to replace the base civil engineer maintenance complex at 114th Fighter Wing, Sioux Falls, S.D.  Work will be performed in Sioux Falls, S.D., with an estimated completion date of Nov. 30, 2009.  Bids solicited via the Web and six bids were received.  National Guard Bureau S.D., is the contracting activity (W912MM-08-C-0003).
 
            Advanced Semiconductors, Inc., North Hollywood, Calif., was awarded on Sept. 8, 2008, a $8,714,475 firm fixed price contract.  This acquisition is a sole source country directed action for cables, boxes and auxiliary equipment.  Work will be performed in Fort Monmouth, N.J., with an estimated completion date of Sept. 9, 2010. Bids solicited one Sole Source and one bid was received. CECOM Acquisition Center Fort Monmouth, N.J., is the contracting activity (W15P7T-08-C-D281).
 
            General Dynamics Network Systems, Needham, Mass., was awarded on Sept. 2, 2008, a $6,000,000 firm/fixed price contract.  This modification is for continuing efforts to survey, plan, design, install, and implement the Information Technology Systems and Infrastructure (ITS&I) for wedges-2-5 tenants as part of an ongoing modernization of the Pentagon IT infrastructure.  Work will be performed in Arlington, Va., with an estimated completion date of Dec. 31, 2010.  One bid was solicited and one bid was received.  Pentagon Renovation & Construction Program Office, Arlington Va., is the contracting activity (MDA947-98-C-2002).
 
            FLIR Systems, Inc, Wilsonville, Ore., was awarded on Sept.
8, 2008, a $96,625,080 firm/fixed price contract for Starfire III sensors and, related cables and hardware, for the Rapid Aerostat initial deployment sensor components.  Work will be performed in Wilsonville, Ore., with an estimated completion date of Jul. 31, 2009.  One bid was solicited and one bid was received.  U.S. Army Space & Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-07-D-0004).
 
            The Ginn Group Inc, Peachtree City, Ga., was awarded on Sept. 8, 2008, a $13,359,452 cost/plus/award/fee contract for facilities maintenance services at Fort Knox, Ky., during the period Dec 1, 2006, through Sept. 30, 2007 with four one-year option periods through Sept.
30, 20011.  Subject to the availability work will be performed in Fort Knox, Ky., with an estimated completion date of Sept. 30, 2011.  Bids were solicited via Website Single Face to Industry Army and thirteen bids were received.  Mission and Installation Contracting Command Center, Fort Knox, Ky., is the contracting activity (W9124D-06-C-0040).
NAVY
 
            PAE Government Services, Inc., Los Angeles, Calif., is being awarded a not to exceed $10,000,000 modification under a previously awarded indefinite delivery/indefinite quantity contract
(N33191-07-D-1503) to exercise option one for a job order contract at Camp Lemonier, Djibouti. The work to be performed provides for all managerial, supervision, labor, engineering services, tools, materials, equipment and transportation necessary to accomplish a broad range of design/build, repair, renovation and minor construction work on real property. After exercise of this option, the total cumulative contract value will not exceed $20,000,000. Work will be performed in Djibouti, Africa, and expected to be completed by Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command Europe and Southwest Asia, Naples, Italy, is the contracting activity.
 
            Reid Middleton, Inc., Everett Wash., is being awarded a maximum $7,500,000 firm-fixed price, indefinite delivery/indefinite quantity architect/engineering contract for civil/structural projects in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility. The work to be performed provides for new designs, evaluations, studies for maintenance, construction, equipment installation, repair and replacement of a wide range of facilities and structures, with an emphasis on aircraft runways and facilities, air traffic control towers, aircraft runway projects including combat loading area, direct refueling facilities, runway lighting, and structural designs for new and existing facilities. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Northwest AOR including, but not limited to Washington, (87 percent), Oregon, (2 percent), Idaho, (2 percent), Alaska, (2 percent), Montana, (1 percent), Colorado, (1 percent), Nevada, (1 percent), Wyoming, (1 percent), North Dakota (1 percent), South Dakota, (1 percent), and Utah, (1 percent), and is expected to be completed by Sept. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with five proposals received. The Naval Facilities Engineering Command Northwest, Silverdale, Wash., is the contracting activity (N44255-08-D-3012).
 
            PC QUINN LLC* (mentor-protege agreement between PC Mechanical Inc., the protege and Quinn Co., the mentor), Santa Maria, Calif., is being awarded a $7,000,000 firm fixed price contract modification to increase the maximum dollar value of an indefinite delivery/indefinite quantity contract for the repair/overhaul and preventative maintenance and service of automotive vehicles, motorized and non-motorized construction equipment, material/weight handling equipment and International Standard Organization shipping containers for the Naval Facilities Expeditionary Logistics Center Mobile. After award of this modification the total cumulative contract amount will be $30,870,692. Work will be performed in Santa Maria, Calif., and Gulfport, Miss., and is expected to be completed by Mar. 2009. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity (N47408-04-D-8516). 
DEFENSE LOGISTICS AGENCY
 
            BAE Systems Survivability Systems, LLC, Fairfield, Ohio is being awarded a maximum $9,849,246 fixed price with economic price adjustment, indefinite quantity, sole-source, un-definitized bilateral contract modification for Mine Resistant Ambush Protected Vehicle Replacement (MRAP) spare parts. There are no other locations of performance. Using services are Army and Marine Corps. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is Feb. 10, 2009.  The contracting activity is Defense Supply Center Columbus, Columbus, Ohio (SPM750-05-D-7426).

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 articleU.S. Army and Sears Clothing Deal Angers Lawmakers
Next articleIRS Joins HireVeterans.com