U.S. Department of Defense Announces Latest Contract Awards: 9-22-08

0
728

zzz_DOD_contracts                Patricia I. Romero Inc. dba Pacific West Builders*, San Diego, Calif., Allen Engineering Contractor, Inc.*, San Bernardino, Calif., RMA Land Construction, Inc.*, Brea, Calif., Hal Hays Construction, Inc.*, Riverside, Calif., Souza Construction, Inc.*, Farmersville, Calif., and I.E.-Pacific, Inc.*, San Diego, Calif., are each being awarded an eight(a) set-aside firm fixed price, indefinite delivery indefinite-quantity multiple award construction contract for new construction and renovation of general building construction at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value for all six contracts combined is $100,000,000. Work will be performed at various Navy and Marine Corps installations within the NAVFAC Southwest AOR including, but not limited to, California, (82 percent), Nevada, (14 percent), Utah, (2 percent), and Colorado, (2 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of Sept. 2013. Contract funds in the amount of $30,000 will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for eight (a) small businesses via the NAVFAC e-solicitation website, with 21 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8655/8657/8658/8659/8660/8661).
 
                Tactical Engineering & Analysis, Inc., (TEA), San Diego, Calif., is being awarded a $64,180,020 indefinite delivery indefinite quantity, cost plus fixed fee contract to provide engineering support for on base and shipboard Testing, Analysis, Prototype and Evaluation
(TAPE) development for Tactical Data Link (TDL) equipment, software, and waveforms for various programs supported through the Space and Naval Warfare Systems Center San Diego (SSC San Diego), Tactical Systems Integration and Interoperability Division. Work will be performed in San Diego, Calif., and work is expected to be completed Sept. 21, 2013.
Contract funds will not expire at the end of the current fiscal year.
This contract was competitively procured as a 100 precent small business set-aside via publication on the Federal Business Opportunities web site, and posting to the SPAWAR e-Commerce Central web site, with two offers received. SSC San Diego is the contracting activity (N66001-08-D-0055).        
                L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $58,616,881 estimated value modification to a previously awarded firm fixed priced, cost reimbursable requirements contract (N00019-00-D-0272) to exercise an option to provide for the total aircraft maintenance and logistics life cycle support for 55 Navy and 11 Marine Corps C-12 aircraft. Work will be performed at the Naval Air Station (NAS), Corpus Christi, Texas, (38 percent); Naval Air Warfare Center Aircraft Division, Patuxent River, Md., (8 percent); Naval Air Facility, (NAF) AF Atsugi, Japan, (6 percent); NAS Norfolk, Va., (5 percent); Naval Support Activity, Bahrain, (5 percent); NAF Kadena, Japan, (5 percent); Marine Corps Air Station (MCAS) Iwakuni, Japan, (5 percent); NAS Guantanamo Bay, Cuba, (3 percent); MCAS New River, N.C., (3 percent); MCAS Yuma, Ariz., (3 percent); NAS New Orleans, La., (3 percent); NAF Andrews, Md., (3 percent); NAS North Island, Calif., (3 percent); MCAS Beaufort, S.C., (2 percent); NAS Dallas, Texas, (2 percent); NAF Misawa, Japan, (1 percent); NAS Miramar, Calif., (1 percent); MCAS Futenma, Japan, (1 percent); NAS Atlanta, Ga.,
(1 percent); NAS Willow Grove, Pa., (1 percent); Manassas, Va., (1 percent), and is expected to be completed in Sept. 2009. 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.
 
                Neany, Inc.*, Hollywood, Md., is being awarded a
$48,418,617 cost plus fixed fee contract to provide for the engineering, low-rate production and operational support of special surveillance sensors and systems, to support special missions for the U.S. Navy. Work will be performed in Yuma, Ariz., (36 percent); Hollywood, Md., (32 percent); Iraq, (13 percent); Patuxent River, Md., (12 percent); and Alexandria, Va., (7 percent), and is expected to be completed in Sept.
2013. Contract funds in the amount of $938,598 will expire at the end of the current fiscal year. This contract was competitively procured as an
8(a) set-aside competition via electronic request for proposals, and one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-C-0479).
 
                BAE Systems Land & Armaments, Ground Systems Division, York, Pa., is being awarded a $43,919,494 firm fixed priced modification
03 to delivery order #0007 under previously awarded contract
(M67854-07-D-5025) for sustainment items needed to support Category II and Heavy Armored Ground Ambulance Mine Resistant Ambush Protected
(MRAP) Low Rate Initial Production vehicles in theater.  Work will be performed in York, Pa., and the period of performance is expected to be completed by the end of Apr. 2009. Contract fund will not expire at the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
 
                R. A. Burch Construction Co., Inc.*, Ramona, Calif., is being awarded $20,800,000 for firm fixed price task order #0004 under a previously awarded multiple award construction contract
(N62473-08-D-8607) for design and construction of Marine Logistic Group and Battalion Operations Center and Military Police Co., at Marine Corps Base Camp Pendleton. The work to be performed provides for two military construction projects for 1st Marine Logistic Group, including a new Group and Battalion Operations Center, and Military Police Co., Facility. The Operations Center project includes several facilities for subordinate commands, including headquarters for Combat Logistics Regimen One, a headquarters for 7th Engineering Service Battalion, and a Combat Skills Training facility. Work shall include construction of four
multi- and single-story buildings. Site work will include new parking for personnel vehicles, fenced parking/staging areas for Government vehicles, and associated walks and landscaping. The task order also contains two unexercised options, which if exercised, would increase cumulative contract value to $24,700,000. Work will be performed in Oceanside, Calif., and is expected to be completed by October 2010.
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, Southwest, San Diego, Calif., is the contracting activity.
 
                Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $11,961,738 modification to a previously awarded cost-plus incentive fee contract (N00019-03-C-0057) for non-recurring productionization efforts associated with the manufacture of T-56-A-427A engines for the E-2D Advanced Hawkeye Pilot Production Aircraft, one Lot. Work will be performed in Indianapolis, Ind., (87 percent) and Bethpage, N.Y., (13 percent), and is expected to be completed in Sept.
2010. 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.
 
                Soltek Pacific Construction Co., San Diego, Calif., is being awarded $11,660,000 for firm fixed price task order #0005 under a previously awarded multiple award construction contract
(N62473-08-D-8609) for design and construction of an Explosive Ordnance Disposal Operations Facility at Marine Corps Base Camp Pendleton. The work to be performed provides for facility space for administrative, instructional, meeting and briefing areas, as well as training and field equipment storage. The project also includes an open storage/staging area. Demolition of existing Building 1296 is included in this project.
This task order also contains one unexercised option, which if exercised would increase cumulative contract value to $12,860,000. Work will be performed in Oceanside, Calif., and is expected to be completed by Mar.
2010. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity).
 
                The Hana Group Inc.*, Honolulu, Hawaii, is being awarded an $11,435,380 modification under a previously awarded firm fixed price, indefinite delivery indefinite quantity contract (N62478-07-D-2311) to exercise Option one for regional security services at Commander Naval Region Hawaii, Pearl Harbor; Naval Station Pearl Harbor; Naval Magazine Lualualei; and Naval Communications Telecommunications Area Master Station Wahiawa. The work to be performed provides for, but is not limited to, entry control point services such as identification checks, fixed vehicle inspections, commercial vehicle inspections, and emergency ECP closures; and roving guard services such as surveillance detection and mobile vehicle inspections. The total contract amount after exercise of this option will be $22,868,310. Work will be performed in Oahu, Hawaii, and is expected to be completed by Sept. 2009. Contract funds will expire at the end of the current fiscal year. This contract was a sole source negotiated procurement under the U.S. Small Business Administration’s 8(a) program. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.
 
                BAE Systems Land & Armaments, Ground Systems Division, York, Pa., is being awarded an $11,032,302.00 firm fixed priced modification 05 to delivery order #0006 under contract
(M67854-07-D-5025) for sustainment items needed to support Category II Mine Resistant Ambush Protected (MRAP) low rate initial production vehicles in theater. Work will be performed in York, Pa., and work is expected to be completed Apr. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
                Raytheon Co., Tucson, Ariz., is being awarded a $31,275,210 modification to previously awarded contract N00024-07-C-5437 to exercise an option for engineeringand technical services in support of the MK15 Phalanx Close-In-Weapon System (CIWS). The Phalanx CIWS is a fast reaction terminal defense against low and high flying, high-speed maneuvering anti-ship missile threats that have penetrated all other ships’ defenses. The CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating other defense envelopes.
Phalanx CIWS is currently installed on approximately 187 USN ships and is in use in 20 foreign navies. This modification combines support for the Navy, Army and the Governments of Egypt, Portugal and Australia under the Foreign Military Sales Program. Work will be performed in Tucson, Ariz., and is expected to be completed by Sept. 2009. Contract funds in the amount of $1,658,500 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
 
                Hood Technology Corp.*, Hood River, Ore., is being awarded a not to exceed $9,999,794 indefinite delivery indefinite quantity contract for a Phase III Small Business Innovative Research
(SBIR) Program under Topic No. N97-029, entitled "Gas Turbine Engine High Cycle Fatigue Detection, Measurement and Control" and Topic No.
N06-022 entitled "Non-Intrusive Stress Measurement System (NSMS) Sensors with Standoff Capability," to include services and material for engineering tasks including research and development of this NSMS technology. Work will be performed in Hood River, Ore., and is expected to be completed in Sept. 2013. Contract funds in the amount of $336,326 will expire at the end of the current fiscal year. This contract was competitively procured using the SBIR Program Solicitation under Topics Nos. N97-029 and N06-022. The Naval Air Systems Command, Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-D-0020).
 
                Soltek Pacific Construction Co., San Diego, Calif., is being awarded $8,076,000 for firm fixed price task order #0006 under a previously awarded multiple award construction contract
(N62473-08-D-8609) for design and construction of Joint Improvised Explosive Device Defeat Organization (JIEDDO) Battle Training Courses at Marine Corps Base Camp Pendleton. The work to be performed provides for the design and construction of a counter-IED training facility. This facility will construct pedestrian and vehicle lanes for training on individual and unit (mounted/dismounted) IED awareness and reaction, route clearing operations, search tactics, techniques and procedures.
This project will include a road overpass, range safety flags, enclosed tower for support of range operations and enclosed bleacher facilities.
Work will be performed in Oceanside, Calif., and is expected to be completed by Jul. 2009. Contract funds will expire at the end of the current fiscal year. Two proposals were received for this task order.
The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
 
                Raytheon Space and Airborne Systems, El Segundo, Calif., is being awarded a $7,868,087 firm fixed ceiling priced, definite delivery definite quantity delivery order contract for spare items in support of the F/A-18 advanced targeting forward infrared (ATFLIR) system. Work will be performed at El Segundo, Calif., and work is expected to be completed by Sept. 2010. The 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.
 
                Earl Industries, LLC, Portsmouth, Va., is being awarded a $7,326,182 modification to previously awarded contract
(N00024-06-C-4403) for the FY08 CNO availability for maintenance and repair of USS Ashland (LSD-48). Work will be performed in Portsmouth, Va., and is expected to be completed by Dec. 2008. Contract funds in the amount of $7,102,767 will expire at the end of the current fiscal year.
The Mid-Atlantic Regional Maintenance Center, Norfolk, Va., is the contracting activity.
 
                Booz Allen Hamilton, Inc., Mclean, Va., is being awarded a $6,085,589 modification to a previously awarded cost plus fixed fee contract (N00421-06-C-0002) to exercise an option for systems engineering and support services in support of the Identification Systems Division. The estimated level of effort for this option is 105,840 man-hours. Work will be performed in St. Inigoes, Md., and is expected to be completed in Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.
 
                Tuckman-Barbee Construction Co., Inc.*, Upper Marlboro, Md., is being awarded $5,899,350 for firm fixed price task order #0024 under a previously awarded multiple award construction contract
(N62477-04-D-0168) for the renovation of the Marine Corps Reserve Center, Baltimore. The work to be performed provides for a design/build renovation of two separate facilities. The renovation will consist of the complete demolition of all interior features and systems except those items of a structural nature. The new spaces shall be reconfigured to more efficiently utilize the space within the existing building envelopes to perform the mission of the Marine Corps Reserve Center and provide a complete and usable facility in accordance with the technical specifications, drawings and six amendments. The contractor will provide all project management, labor, supervision, tools, materials, equipment and transportation necessary to perform the requirements. Work will be performed in Baltimore, Md., and is expected to be completed by Dec.
2009. Contract funds will expire at the end of the current fiscal year.
Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Md., is the contracting activity.
 
ARMY
 
                Allison Transmission, Indianapolis, Ind., was awarded on Sept. 19, 2008, a $256,136,908 firm fixed price contract for the delivery orders stated above are funded with the following type of appropriations and amounts. Work will be performed in Indianapolis, Ind., with an estimated completion date of Sept. 18, 2011.  One bid was solicited and one bid was received. TACOM Life Cycle Management Command, Warren, Mich., is the contracting activity (W56HZV-08-D-0159).
 
                Xceedium Inc, Jersey City, N.J., was awarded on Sept.
19, 2008, a $32,785,000 firm fixed fee price contract for Xceedium Gatekeeper Appliance, XG-50i, with 50 node license and extended warranties – with a base quantity of 200, and an optional quantity of 800.  Work will be performed in Fort Detrick, Md., with an estimated completion date of Oct 29, 2008. Bids were solicited via Army Single Face to Industry and Federal Business Opportunity website and four bids were received. Department of the Army, Alexandria, Va., is the contracting activity (W91QUZ-08-C-0041).
 
                Crown Roofing Services Inc., Kenner, La., was awarded on Sept. 18, 2008, a $25,000,000 construction firm fixed fee price contract for Hurricane Ike blue roofing mission.  Work will be performed in Galveston, Texas, with an estimated completion date of Oct 16, 2008. One bid was solicited and one bid was received. U.S. Army Engineer District Fort Worth, Texas, is the contracting activity (W91278-06-D-0031).
 
                AAI Corp., Hunt Valley, Md., was awarded on Sept. 18, 2008, a $23,975,664 firm fixed fee price contract for the added 202 EA High Mobility Multi-Purpose Wheeled Vehicles (HMMWV) to contract. Work will be performed in Mishawaka, Ind., with an estimated completion date of Dec. 31, 2009. One bid was solicited and one bid was received. TACOM, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).
 
                Alutiiq International Solutions LLC, Dallas, Texas was awarded on Sept. 19, 2008, a $19,499,371 firm fixed price contract for construction of a Physical Fitness Center, and Brigade Combat Team Community Center, Fort Bliss, Texas. Work will be performed in Fort Bliss, El Paso, Texas, with an estimated completion date of Jan. 22, 2010. Bids were solicited via the Web and three bids were received. U.S.
Army Engineer District, Little Rock, Ark., is the contracting activity (W9127S-08-C-6005).
 
                Pyramid Services, Asheboro, N.C., was awarded on Sept.
19, 2008, a $16,964,449 cost plus award fee price contract for non-personal installation support services in support of the Public Works Directorate at the U.S. Army Yuma Proving Grounds, Ariz. Work will be performed in Yuma, Ariz., with an estimated completion date of Sept.
30, 2010. Bids were solicited via the Web and five bids were received.
US Army Yuma Proving Grounds, Yuma, Ariz., is the contracting activity (W912R-06-C-0101).
 
                Crown Roofing Services Inc, Kenner, La., was awarded on Sept. 19, 2008, a $8,000,000 firm fixed price contract. The St. Paul District US Army Corps of Engineers is utilizing the Mobile District contract W91278-06-D-0028 in support of emergency relief due to Hurricane Gustav. Work will be performed in the state of Louisiana includes Jefferson, La Fourche, Orleans, Plaquemines, St. Bernard, St.
Charles, St. James , St. John the Baptist, Tettebonne, St. Tammany, Tangipahoa, Washington and St. Mary, with an estimated completion date of Nov. 30, 2008. Bids solicited were fifty-two and four bids were received. St. Paul District US Army Corps of Engineers is the contracting activity (W9178-06-D-0028).
 
                S & M and Associates, Inc, Pascagoula, Miss., was awarded on Sept. 19, 2008, a $7,999,999 firm fixed price contract to assist the Louisiana resident with temporary blue roofs. Work will be performed in the state of Louisiana includes parishes of Assumption, Ascension, East Baton Rouge, East Feliciana, Iberville, Livingston, Pointe Coupee, St. Helena, West Baton Rouge, West Feliciana, Acadia, Allen, Beauregard, Cameron, Evangeline, Lafayette, Iberia, Jefferson Davis, St. Laundry, St. Martin, Vermillion, Avoyelles, Rapides, Sabine, and Vernon , with an estimated completion date of Nov. 30, 2008. Bids solicited were forty-two and four bids were received. St. Paul District US Army Corps of Engineers, St. Paul, Minn., is the contracting activity (W91278-06-D-0047).
 
                American Infrastructure-MD, d/b/a American Infrastructure, Fallston, Md., was awarded on Sept. 19, 2008, a
$7,977,777 firm fixed price contract for construction of an Automotive Technology Evaluation Facility, Aberdeen Proving Ground, and Harford County, Md. Work will be performed in Aberdeen Proving Ground Md., with an estimated completion date of Sept. 25, 2010. Bids solicited were forty-three and fifteen bids were received. US Army Engineer District, Philadelphia, Pa., is the contracting activity (W912BU-08-C-0041).
 
                Arnold Defense & Electronics, Arnold, Md., was awarded on Sept. 18, 2008, a $7,742,571 firm fixed price contract. The proposed action is for the award of three hundred and fifty SUU-25 F/A Flare Dispensers, NSN: 1370-01-158-5322, purchased at a unit price of $20,300 for a total dollar amount of $7,742,571. Work will be performed in Arnold, Md., with an estimated completion date of Sept. 30, 2009. Bids were solicited via the Web and one bid was received. U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-08-D-0071).
 
                Raytheon Co., Marlborough, Mass., was awarded on Sept.
19, 2008, a $7,545,924 firm fixed price contract for Air Traffic Navigation, Integration and Coordination System and AN/FPN-67 Fixed Base Precision Approach Radar.  Work will be performed in Marlborough, Mass., with an estimated completion date of Sept. 9, 2010. One bid was solicited and one bid was received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-G-B601).
 
                Zeitgeist Expression Inc, San Antonio, Texas, was awarded on Sept. 18, 2008, a $7,498,250 firm fixed fee price with T&M Travel & ODC contract. The purpose of this contract is to coordinate counseling and/or oversee mental health services to National Guard members located throughout the United States including the Pacific Island, Puerto Rico, and the Virgin Islands, wherever Army or Air National Guard members and their families are located. Work will be performed among 54 States and territories (approximately one person each), with an estimated completion date of Sept, 13, 2013. Bids solicited were 50 and four bids were received. National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-08F-0272).
 
                Aleut Facilities Support Services, LLC, Aurora, Colo., was awarded on Sept. 19, 2008, a $6,676,000 firm fixed fee price contract for. This contract is for the construction of a Squadron Operations Facility at Buckley Air Force base, Aurora, Colo., for the 140th Wing, Colorado Air National Guard. Work will be performed in Buckley Air Force base, Aurora, Colo., with an estimated completion date of Sept. 30, 2009. Bids were solicited via the Web and five bids were received. National Guard Bureau, Buckley Air Force base, Aurora, Colo., is the contracting activity (W912LC-08-C-0002).
 
                AQuate Corp., Huntsville, Ala., was awarded on Sept. 17, 2008, a $5,648,098 firm fixed price contract for Technical rescue seven decontamination trailers with chemical personal protection equipment, trailer parts, chemical monitors and alarms. Work will be performed in Huntsville, Ala., with an estimated completion date of Mar. 17, 2009.
One bid was solicited and one bid was received. U.S. Army Program Executive Office for Simulation Instruction and Training Acquisition Center, Orlando, Fl., is the contracting activity (W900KK-08-C-0049).
 
AIR FORCE
 
                Chiliad Publishing Inc., of Amerherst, Mass., is being awarded an indefinite delivery indefinite quantify contract for a maximum of $49.9 million. This action will provide a focused but flexible contracting vehicle under Public Law 106-544 SBIR Phase III authorization to enable the U.S. Air Force and other Government Customers to receive the benefits of Multi-Level Secure Guard technology developed by the contractor under the auspices of the Small Business Innovation Research Program. This ISE created will provide a complete cross domain, multi level secure collaboration capability with knowledge management and information discovery tools. At this time $200,000 has been obligated. Air Force Research Laboratory/RIKE, Rome, N.Y., is the contracting activity (FA8750-08-D-0225). 
 
                ITT Corp., Advanced Engineering and Services, of Rome, N.Y., is being awarded an indefinite delivery indefinite quantity contract for a maximum of $49.9 million. This action will provide a focused but flexible contracting vehicle under Public Law 106-544 SBIR Phase III authorization to enable the U.S. Air Force and other Government Customers to receive the benefits of multi-level Secure Guard technology developed by the contractor under the auspices of the Small Business Innovation Research Program. This ISE created will provide a complete cross domain, multi level secure (MLS) collaboration capability with knowledge management and information discovery tools. At this time $200,000 has been obligated. Air Force Research Laboratory/RIKE, Rome, N.Y., is the contracting activity (FA8750-08-D-0224).
 
                Raytheon Company of McKinney, Texas, is being awarded a firm fixed price contract not to exceed $58,493,000. This action will provide 29 Multi-Spectral Targeting Systems Model B (MTS-B), and Containers to support GWOT requirements for the Reaper Program. At this time $9,534,359 has been obligated. 703d Aeronautical Systems Group, Wright-Patterson AFB, Ohio, is the contracting activity
(FA8620-06-G-4041 000801).
 
Science Applications International Corporation (SAIC) of San Diego, Calif., is being awarded an indefinite delivery/indefinite quantity contract for a maximum ceiling of $45,614,000. The Electro-Optical (EO) Warfare Analysis Effort (EOWTS) II program is to conduct infrared countermeasures (IRCM) research and development (R&D) and perform testing using the Dynamic Infrared Missile Evaluation (DIME) Facility and its capabilities. The program effort will include operation and performance improvements of all the facilities (including their instructions, control and data processing equipment) and the analysis and vulnerability assessment of missile, sensor and spacecraft systems within the DIME Facility. Other efforts include periodic verification of simulator performance, demonstration of modified equipment operation, and design and development of electronic and EO hardware and associated software for unique test situations. At this time $258,000 has been obligated. AFRL/PKSE, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-D-1327 and Task Order 0001).
 
Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $24,462,300. The action will provide U.S. Special Operations Command Center for Knowledge and Future Research, Analysis, Strategic Planning, and Wargaming. At this time $5,349,566 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt ABC, Neb., is the contracting activity (SP0700-03-D-1380, DO: 0283). 
 
The Air Force is modifying a firm fixed price contract by exercising and option with L3 Communications Vertex Aerospace LLC of Madison, Mo., for $11,753,392. This action will provide for Trainer Maintenance at Sheppard Air Force Base, Texas and satellite site at Naval Air Station, Pensacola, Fla. This action is to exercise option period five, 24 September 2008 through 23 September 2009.
 
Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $8,933,033. This contract action will provide Aeronautical Systems Survivability Development Analysis and Planning. At this time $97,585 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity
(SP0700-03-D-1380, DO: 0287).    
 
 
DEFENSE LOGISTICS AGENCY
 
                U.S. Foods International, Gardena, Calif.*, is being awarded a maximum $62,000,000 firm fixed price, indefinite quantity, prime vendor contract for full line food distribution. Other location of performance is La Miranda, Calif.  Using services are Army, Navy, Air Force, Marine Corps, and Child Development Center.  Contract funds will not expire at the end of the current fiscal year.  This action represents invocation of the 4th option year. There were 15 proposals originally solicited with two responses. The date of performance completion is Sept. 21, 2009.  The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM300-08-D-3084).
 
                M&S Foods, Ltd., Co., Newberry, Fla.*, is being awarded a maximum $11,531,708 fixed price with economic price adjustment, total set-aside contract for delivery of fresh fruits and vegetables for troops and school support in the San Antonio Zone. Other locations of performance are in Texas. Using services are Army, Navy, Air Force, Marine Corps and USDA Schools. This proposal was originally DIBBS solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Mar.
21, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM300-08-D-P024).
 
USSOCOM
 
                Revenge Advanced Composites, LLC, of Clearwater, Fla., is being awarded a fixed price incentive contract with a total contract price ceiling of $6,120,210 for an advanced carbon fiber composite special operations craft in support of U.S. Special Operations Command, MacDill AFB, Fla. The work will be performed in Clearwater and is expected to be completed on or before Mar. 2, 2009. This contract was awarded in accordance with Public Law 98-369 (98 stat, 1175 et seq) under a Broad Agency Announcement.  The contract number is H92222-08-C-0039.

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 articlePOW Cover-Up: John McCain
Next articleVA Upholds Sacred Commitment to Honor America’s Veterans