U.S. Department of Defense Announces Latest Contract Awards: 10-27-08

0
653

zzz_DOD_contractsNorthrop Grumman Shipbuilding – Newport News, Va. is being awarded a $300,705,466 cost plus fixed fee contract for continuation of the refueling complex overhaul advance-planning efforts for the USS Theodore Roosevelt (CVN 71) and its reactor plants. This effort will continue to provide for advanced planning, shipchecks, design, documentation, engineering, procurement, fabrication and preliminary shipyard or support facility work to prepare for and make ready for the refueling, overhaul, modernization and routine work. Work will be performed in Newport News, Va. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-07-C-2117).
 
Honeywell Technology Solutions, Inc., Columbia, Md., is being awarded an $8,475,973 modification to a previously awarded cost plus fixed fee contract (N00421-05-C-0002) to exercise an option for engineering and logistics services in support of the Light Airborne Multi-purpose System MKIII AN/SRQ-4 data link. The estimated level of effort for this option is 124,000 man-hours. Work will be performed in Lexington Park, Md. (51 percent) and St. Inigoes, Md. (49 percent) and is expected to be completed in October 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.
 
DEFENSE LOGISTICS AGENCY
 
AmeriQual Group, LLC D/B/A AmeriQual Packaging, Evansville, Ind. is being awarded a maximum $174,320,000 fixed price with economic price adjustment, indefinite quantity contract for delivery of Meal, Ready-to-Eat (MRE) and Humanitarian Daily Ration (HDR). There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally
3 proposals solicited with 3 responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is December 31, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM3S1-06-D-Z103).      

Sopakco Inc., Mullins, S.C.* is being awarded a maximum $154,257,500 fixed price with economic price adjustment, indefinite quantity contract for delivery of Meal, Ready-to-Eat (MRE) and Humanitarian Daily Ration (HDR). There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally 3 proposals solicited with 3 responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is December 31, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa.
(SPM3S1-06-D-Z104).
 
The Wornick Company, Cincinnati, Ohio is being awarded a maximum $138,012,500 fixed price with economic price adjustment, indefinite quantity contract for delivery of Meal, Ready-to-Eat (MRE) and Humanitarian Daily Ration (HDR). There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally 3 proposals solicited with 3 responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is December 31, 2009.

The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM3S1-06-D-Z105).
 
Jianas Brothers Packaging Company, Kansas City, Mo.** is being awarded a maximum $7,369,320 firm fixed price, total set-aside, indefinite quantity contract for delivery of Meal, Ready-to-Eat (MRE) food components. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.

There were originally 7 proposals solicited with 5 responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is November 13, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa.
(SPM3S1-06-D-Z119).
 
AIR FORCE
 
Lockheed Martin Corporation, Lockheed Martin Aeronautics of Fort Worth, Texas, is being awarded an indefinite delivery/indefinite quantity contract for a maximum of $30 million. The objective of the VAATE Phase II and III program is to develop revolutionary and innovative technology by the 2017 timeframe that will provide a 10X increase in turbo-propulsion affordable capability when carped to a year 2000 state-of-the-art baseline engine.

To achieve this goal, the Air Force Research Laboratory’s (AFRL) Propulsion Directorate (RZ) has committed resources to the development of an advanced technology base for aero-thermodynamics and innovative structures, the development of advanced components, and the assessment and verification of these components in TRL—6 demonstrator engines. The VAATE Program is structured in three phases to achieve 4X (2009), 6X (2013) and 10X (2017) increases in affordable capability, major U.S. turbine engine and weapon system contractors have planned their future turbine engine and weapon system contractors have planned their future turbo-propulsion research and development consistent with the goals of the VAATE Program.

Efforts sought under the announcement were to address turbine engine technologies necessary to meet the VAATE Phase II and/or make progress towards Phase III goals. The technologies proposed may apply to more than one capability area and as such may be considered a pervasive technology. Examples of these technologies are Modeling and Simulation, Emissions and Noise, High Impact Technologies, Manufacturing Technology, Materials, Safety and Readiness and Cost Reduction. There were six areas of research on this effort as follows: Strike/Persistent Engagement, Multi-Mission Mobility, Persistent Agile Combat Support/Enterprise and Platform Enablers (ACS/EPE C2ISR (P-C21SR), Responsive Space Access (RSA), Agile Combat Support/Enterprise and Platform Enablers (ACS/EPE), Air Superiority/Protection. At this time $1,000 has been obligated.

AFRL/PKPB, Wright Patterson AFB, Ohio, is the contracting activity (FA8650-09-D-2926).
 
The Air Force is modifying a cost plus award fee contract by exercising an option with Northrop Grumman Space and Mission Systems Corp of Herndon, Va., for a total estimated cost of $7,600,477.68. This action will provide USSTRATCOM Intelligence Enterprise Support (UIES), for option period two to extend performance period for FY09 (CLIN’s 2001 through 2006). The contract is for operations, maintenance, and management of the intelligence information technology networks and intelligence applications through system administration, database management, software maintenance and enhancements, and communications security, etc. At this time $200 has been obligated. 55th Contracting Squadron, Offutt AFB, Neb., is the contracting activity (FA4600-07-C-0001, Modification No.: P00031).
 
The Air Force is modifying a Time & Materials contract with Spectrum Communications, Inc., of Hampton, Va., for an estimated $6,353,224. This action will provide Performance Work Statement entitled ‘Air Force Distributed Common Ground Station (AF DCGS) Regional Chief Information Assurance Officer, Site Information Assurance, and Developmental Security Manager Support of the AF DCGS Information Assurance Program".

At this time $4,375,000 has been obligated. AF ISR Agency, A7KA, San Antonio, Texas, is the contracting activity (GS-35F-0445N, Task Order FA7037-09-F-0021).

            Assessment and Training Solutions Consulting Corp. of Virginia Beach, Va., is being awarded a $26,840,222.72, firm fixed price contract for a base year with four one-year options to provide medical instruction and medical support services in support of U.S. Army Special Forces Command’s Joint Special Operations Medical Training Center and U.S. Army Special Operations Command’s Acquisitions and Contracting Office. The work will be performed at Fort Bragg, N.C., and is expected to be completed by July 31, 2013. This contract was awarded through a small business set-aside. The contract number is H92239-09-C-0001.
 
NAVY
 
            General Dynamics, Electric Boat Corp., Groton, Conn is being awarded a $10,250,000 modification to previously awarded contract
(N00024-07-C-4005) for non-nuclear maintenance and repair support at the Naval Submarine Support Facility (NSSF), Naval Submarine Base, New London, Conn. Under the terms of the contract, Electric Boat will continue to provide services required to support planned and emergent non-nuclear maintenance and repair for operational nuclear submarines, floating dry-docks, support & service craft and other platforms and equipment at NSSF. Work will be performed in New London, Conn., and is expected to be completed bySeptember 2009. Contract funds in the amount of $10,250,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity.
 
            Canadian Commercial Corp, General Dynamics Land Systems – Canada, is being awarded an $8,060,000 firm fixed priced modification to delivery order #0004 under a previously awarded contract
(M67854-07-D-5028) for the purchase of engineering change proposal upgrades for enhanced maneuverability and associated non-recurring engineering costs to 100 vehicles. Work will be performed in Durban, South Africa, and work is expected to be completed April 24, 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. 
 
AIR FORCE
 
            The Air Force is modifying a cost plus award fee and cost plus fixed fee contract with Lockheed Martin Space Systems Co. of Littleton, Colo., for $7,259,874. The Mobile Consolidated Command Center
(MCCC) FY09 and FY10 3400 sustainment effort provides depot level support and some organizational level support required to sustain the US Northern Command MCCC platforms. This effort will provide MCCC program management support, on-site support, engineering hardware and software support, depot repair and schedule depot maintenance, configuration management, logistic/warehousing support, product management, quality assurance support, and material purchase for the MCCC platform. This effort also provides project engineering for support with finance, program control, planning, quality assurance, data management, security, and contracts. In addition to the MCCC platform, this effort also supports the MCCC System Integration Laboratory and the 153rd Command and Control Squadron, FE Warren AFB. Lastly, this effort will provide the man hours needed to support Exercise Granit Hammer. The FY09 and FY10 Replenishment Spares labor hours will provide management of depot and unit spares, to include items in the repair cycle and costs associated with packaging, handling, shipping and transportation of spares assets. The MCCC Digital Small Switch (DSS-2A) effort will upgrade/replace existing Defense Red Switch Network components with modern components. The DSS-2A effort will provide: 1) Migration path for converged networks; 2) potential migration to new-centric capability; 3) higher systems capacities and improved reliability; 4) simplication of logistics support; 5) Alleviates obsolescence concerns. At this time all funds have been obligated. 850 ELSG/PK, Peterson AFB, Colo., is the contracting activity (F19628-00-C-0019; Modification No.: P00144).

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 articlePlanate Group Joins HireVeterans.com
Next articleTop 10 Veterans News from Around the Country 10-28-08