U.S. Department of Defense Announces Latest Contract Awards: 10-30-08

0
673

zzz_DOD_contracts           Bechtel Plant Machinery Inc., Pittsburgh, Pa., is being awarded a $605,030,234 modification to previously awarded contract (N00024-07-C-2102) for additional naval nuclear propulsion components.  Work will be performed in Pittsburgh, Pa. (68 percent) and Schenectady, N.Y. (32 percent). Contract funds will not expire at the end of the current fiscal year. No completion date or additional information is provided on contracts supporting the Naval Nuclear Propulsion Program.  The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
 
            Oshkosh Corp, Oshkosh, Wis., is being awarded a $45,919,820 fixed-price delivery order (0066) under their existing indefinite delivery/indefinite quantity contract, M67854-04-D-5016. This delivery order is for the purchase of 173 Medium Tactical Vehicle Replacement (MTVR) variants, 172 Ready to Accept Armor kits (ECP 68R1), and 63 Sliding 5th Wheel kits (ECP 73) for MTVR vehicles.  Work will be performed in Oshkosh, Wis., and work for this delivery order is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.
 
            L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $28,745,380 modification to a previously awarded indefinite delivery/indefinite quantity contract (N00019-06-D-0011) to exercise an option for logistics services in support of the E-6B Take Charge and Move Out (TACAMO) aircraft fleet. Work will be performed at Tinker Air Force Base (AFB), Okla. (70 percent); Naval Air Station, Patuxent River, Md. (10 percent); Travis AFB, Calif. (10 percent); and Offutt AFB, Nebraska (10 percent), and is expected to be completed in October 2009. Contract funds in the amount of $2,427,875 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

     

            L3 Services, Inc., Marlton, N.J., is being awarded a $17,429,154 modification to a previously awarded cost plus award fee contract (N00421-05-C-0009) to exercise an option for engineering and technical support services and supplies to design, develop, procure, prototype, modify, integrate, test and evaluate, install and provide logistics support for telecommunication and related communication-electronic (C-E) systems for the Naval Air Warfare Center Aircraft Division, Special Communications Requirements Division. The estimated level of effort for this option is 184,000 man-hours. Work will be performed in Lexington Park, Md. (80 percent) and St. Inigoes, Md. (20 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.
 
            Systems Application & Technologies, Inc.*, Oxnard, Calif., is being awarded an $11,233,629 cost plus award fee contract for operational, maintenance, and technical support services for the Naval Air Warfare Center Weapons Division Ranges Department. These requirements include preparation of land targets and target areas, operations and maintenance of range instrumentation/communication systems, frequency monitoring, field power systems (fuel-powered generators and photo-voltaic systems), photo-electronics (maintenance and repair of video equipment, cameras, tracking mount trailers, and domes), land targets, range scrap removal, ordnance removal and cleanup, range scheduling and billing, meteorology, operational support, stand-by maintenance, and post-operation analysis of test data. The estimated level of effort is 215,433 man-hours. Work will be performed in China Lake, Calif. (70 percent), and Point Mugu, Calif. (30 percent) and is expected to be completed in April 2009. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif. is the contracting activity (N68936-09-C-0003).
 
            Science Applications International Corp., San Diego, Calif., is being awarded a $9,933,738 indefinite delivery/indefinite quantity, firm fixed price contract for the acquisition of various quantities of Digital Video Surveillance Systems (DVSS) for installation on U.S. Navy Surface Combatant Ships and technical support. The required Digital Video Surveillance Systems is one of four core DDG Modernization alterations designed to reduce workload in the Central Control Station and Bridge on DDG 51 Class Destroyers. Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities, with three offers were received. The Naval Surface Warfare Center, Carderock Division, Ship Systems Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-09-D-0002).
 
            L-3 Communications Corp., Arlington, Texas, is being awarded a $9,600,000 modification to a previously awarded indefinite delivery/indefinite quantity contract (N00019-05-D-0012) to exercise an option for training support and up to 2,000 flight instructor hours on a Boeing 737 next-generation aircraft to serve as an E-6B in-flight trainer. Work will be performed at Tinker Air Force Base, Oklahoma City, Okla., and is expected to be completed in October 2009. Contract funds in the amount of $9,500,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
            LINXX Security Services*, Virginia Beach, Va., is being awarded a $9,037,024 ceiling priced modification to a previously awarded indefinite delivery/indefinite quantity contract (N61339-07-D-0003) to exercise an option to procure the services of instructors for the Non-Compliant Boarding Visit, Board, Search and Seizure (NCB VBSS) and Visit, Board, Search and Seizure Boarding Officer (VBSS BO) courses in support of the Center for Security Forces, Little Creek, Va. Work will be performed in Norfolk, Va.(30 percent); San Diego, Calif.(30 percent); Pearl Harbor, Hawaii (20 percent); and Mayport, Fla.(20 percent), and is expected to be completed in September 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.
 
            McDonnell Douglas Corp., a wholly-owned subsidiary of The Boeing Company, St. Louis, Mo., is being awarded a $6,499,998 modification for delivery order #0004 under a previously awarded contract (N00383-06-D-001J) to purchase repair-of-repairables support for the E/A-18 G Growler. Work will be performed in St. Louis, Mo., and
work is expected to be completed by Sept. 30, 2009.   Contract funds
will not expire before the end of the current fiscal year. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.
Correction: Contract awarded Oct. 24, 2008, to Atlas Elektronik UK Ltd., Newport Great Britain, had an incorrect contract number. The correct contract number is N61331-09-D-0003.
 
DEFENSE LOGISTICS AGENCY
 
            Herndon Products, Inc., Maryland Heights, Mo.* is being awarded a maximum $274,400,000 fixed price with economic price adjustment, total set-aside contract for total supply chain management and customer direct initiative to provide equipment delivery support.
Other location of performance is Chambersburg, Pa. Using services are Army, Navy, Air Force, Marine Corps. There were originally 10 proposals Web solicited with 5 responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is October 30, 2012. The contracting activity is the Defense Supply Center Columbus (DSCC), Columbus, Ohio (SPM7LX-09-D-9002).
 
            Hess Corp., Woodbridge, N.J. is being awarded a maximum $16,639,153 firm fixed price contract for electricity supply. Other locations of performance are in New York. Using services are Air Force and Federal Civilian Agencies. There were originally 50 proposals solicited with 4 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 31, 2010. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-09-D-8006).
 
 
AIR FORCE
 
            General Atomics of San Diego, Calif., is being awarded a cost plus fee term contract for $177,082,588. This contract includes all programs management, urgent repairs and services, logistics support, configuration management, technical manual and software maintenance, engineering technical services, contractor engineering technical services, contractor engineering technical specialists (formerly field support representatives), contractor inventory control point (formerly depot supply support) and spares management, depot repair, flight operations support, reliability/maintenance enhancements, CAMs/REMIS/CEMS data collection/entry and numbered Periodic Depot Maintenance (PDM) for the Predator/Reaper MQ-1 and MQ-9 Unmanned Aircraft System (UAS) programs. At this time $163,082,588 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity
(FA8620-05-G-3028 003502).
 
            Northrop Grumman Information Technology of Herndon Va., is being awarded an indefinite delivery/indefinite quantity contract for $177,082,588. This effort will accomplish the delivery of Joint Enterprise DoDIIS Infrastructure (JEDI) software and DoDIIS Trusted Workstation (DTW) software. This effort will include requirements definition analysis, systems engineering, development, integration management, quality control, requirements definition analysis, systems engineering, development, integration management, quality control, familiarization, integration/interoperability testing, security and system operation and administration. This effort will result in the delivery of several software releases (approximately one release every 6
months) to the DTW/JEDI user community, to include computer software, technical documentation, and as required, the installation and maintenance of the current systems located at existing intelligence sites worldwide. At this time $3,500,000 has been obligated. Rome, N.Y., is the contracting activity (FA8750-08-D-0001 (Umbrella) and Order 0001).
 
            Honeywell International Inc. of Clearwater Fla., is being awarded a firm fixed price modification contract for $15,433,853. This action will provide one hundred eighty-one EGI production units, thirty EGI retrofit units, twenty-one EGI contractor depot repairs and one EGI mount. The Embedded GPS/INS Unit is a non-development item being procured to meet the navigation requirements of Tri-Service and Foreign Military Sales platforms. This is a modification to exercise options for the aforementioned efforts. At this time $15,433,853 has been obligated.  Wright-Patterson AFB, Ohio, is the contracting activity (FA8626-06-C-2065 P00058).
 
            Boeing Co., Integrated Defense Systems of Wichita, Kan., is being awarded a firm fixed price modification contract for $8,220,600.
This contract modification will provide additional contract funding in support of the fourth year of a five year Contractor Logistics Support
(CLS) for contract the VC-25A aircraft. At this time $8,220,600 has been obligated. Tinker AFB, Okla., is the contracting activity
(FA8106-04-C-0006 / P00081).
 
 
ARMY
 
            General Tactical Vehicles, Sterling Heights, Mich., was awarded Oct. 29, 2008 a $45,061,720 cost share contract for Joint Light Tactical Vehicle Family of Vehicles technology development phase. Work will be performed in Livonia, Mich., Sterling Heights, Mich., Muskegon, Mich., and South Bend, Ind., with an estimated completion date of Jan.
31, 2011. Bids were solicited via the Web with seven bids received.Tank & Automotive Command, Warren, Mich., is the contracting activity ((W56HZV-08-C-0430).
 
            BAE Systems Land & Armaments-Grounds System Division, Santa Clara, Calif., was awarded Oct. 29, 2008 a $40,493,203 cost share contract for Joint Light Tactical Vehicle (JLTV) Family of Vehicles technology development phase. Work will be performed in Santa Clara, Calif., Warrenville, Ill., Johnson City, N.Y., and Troy, Mich., with an estimated completion date of Jan. 31, 2011. Bids were solicited via the Web with seven bids received. Tank & Automotive Command, Warren, Mich., is the contracting activity ((W56HZV-08-C-0426).
 
            Lockheed Martin Systems Integration, Owego, N.Y., was awarded Oct. 29, 2008, a $35,942,059 cost plus fixed fee contract. The contract is for Joint Light Tactical Vehicle (JLTV) Family of Vehicles technology development phase. Work will be performed in Owego, N.Y., and
Sealy, Texas with an estimated completion date of Jan. 31, 2011.   Bids were solicited via the Web with seven bids received.Tank & Automotive Command, Warren, Mich., is the contracting activity (W56HZV-08-C-0431).

            Raytheon Missile Systems Co., Arizona, is being awarded a $441,900,000 (maximum) indefinite-delivery, indefinite-quantity contract for development and test of the Ballistic Missile Defense System Multiple Kill Vehicle Payload System.  Work will be performed in Tucson, Arizona and is expected to be complete by December 2011.  This is a sole source contract award. The contract funds will not expire at the end of the fiscal year. The Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147-09-D-0001). The contract will be incrementally funded. The Task Order 0001 negotiated value is
$54,013,313 with a period of performance of 1 Nov. 2008 through 1 Nov.
2009. We anticipate funding approximately $24,000,000 at time of award.
Both FY09 and FY10 research, development, test and evaluation funds will be used.
 
NAVY
 
            BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $55,000,000 modification to a previously awarded indefinite-delivery/ indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical and manufacturing to support aging aircraft. Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), and is expected to be completed in September 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.
 
            Lockheed Martin Corp., Maritime Systems & Sensors, Baltimore, Md., is being awarded a $37,500,000 Basic Ordering Agreement for Post-Shakedown Availability (PSA) on the Littoral Combat Ship, USS Freedom (LCS-1). The orders to be issued will encompass services which support the total PSA effort which include, but are not limited to program management, advance planning, engineering, material kitting, liaison, scheduling and participation in PSA planning conferences and design reviews, and preparation of documentation as required by the Contract Data Requirement List.  The orders will also encompass material and labor to perform the PSA for LCS 1, all testing, including post repair trials required to verify the accuracy and completion of all shipyard industrial work, non-standard equipment when approved, and technical manuals for non-standard equipment. Work will be performed in San Diego, Calif. (53 percent) and Norfolk, Va. (47 percent), 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 not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-09-G-2300).
 
            Walton Construction Co., LLC, Harahan, La., is being awarded a $34,020,000 modification under a previously awarded firm-fixed price contract (N69450-08-C-1759) to exercise an option which provides for the design and construction of two barracks at the Marine Corps Recruit Depot Parris Island, South Carolina. The total contract amount after exercise of this option will be $59,280,000. Work will be performed at the Marine Corps Recruit Depot Parris Island, S.C., and is expected to be completed by Nov. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. 
 
            LTM, Inc.*, Havelock, N.C., is being awarded a $25,345,721 ceiling priced modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-01-D-0101) to exercise an option for approximately 353,600 hours of maintenance planning and design interface technical/management support services for the Fleet Readiness Center(FRC) East, Cherry Point, N.C. These services include evaluating initial designs and proposed design changes, maintenance planning, and sustaining maintenance plans. Work will be performed at FRC East, Cherry Point, N.C. (99 percent), and at various locations across the United States (1 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, Patuxent River, Md., is the contracting activity.
 
            Lejeune Support Services, LLC, Sterling, Va., is being awarded $14,047,049 under a previously awarded firm-fixed-price, indefinite-deliver/indefinite-quantity contract (N62470-05-D-4192) to exercise option year four for facilities maintenance and repair and heavy equipment repair at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, Jacksonville, N.C. The work to be performed includes all labor, materials, tools, equipment, supervision, technical expertise, transportation and management necessary to operate, maintain, and repair the facilities, roads, grounds, equipment, and utilities and perform other specialized functions, such as locksmith services, machinery, sign fabrication, etc. After exercise of this option, the total cumulative contract amount will be $75,704,122. Work will be performed in Jacksonville, N.C., and work is expected to be completed Oct. 31, 2009. Contract funds will expire at the end of the current fiscal year. The solicitation was available for full and open competition, and three proposals were received. Award was made to Lejeune Support Services, LLC on Jan. 26, 2005. The Officer in Charge of Construction, Marine Corps Installations East, is the administering contracting activity.
 
            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $5,841,577 order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for near and long term requirements to continue the analysis required for an efficient and orderly shutdown of the T-45 production line transition Phase II and the associated post-production support efforts for the T-45 A/C aircraft series. Work will be performed in St. Louis, Mo. (77
percent) and Warton, Lancashire, UK (23 percent), and is expected to be completed in March 2010. Contract funds in the amount of $1,653,085 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.
 
DEFENSE LOGISTICS AGENCY
 
            Turbo Combustor Technology, Inc., Stuart, Fla.* is being awarded a maximum $10,640,000 firm fixed price, total set-aside contract for aircraft engine platform equipment. There are no other locations of performance. Using service is Air Force. There were originally three proposals solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is November 30, 2009. The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPM4A7-09-C-0003).
 
ARMY
 
            AeroVironment Incorporated, Sun Valley, Calif., was awarded Oct. 30, 2008, a $5,810,622 firm/fixed/price contract. This effort is to procure research, development, test & evaluation digital data link effort for the Raven RQ-11B unmanned aircraft System. Work will be performed in Simi Valley, Calif., with an estimated completion date of Jan. 31, 2011. One bid was solicited and one bid was received.  US Army Contracting Command Aviation & Missile Command/AMSCC/AMC/ARA, is the contracting activity (W58RGZ-05-C-0338).

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 articleTop 10 Veterans News from Around the Country 10-30-08
Next articleA Story for Veterans: The Sack Lunches