U.S. Department of Defense Announces Latest Contract Awards: 11-04-08

0
669

zzz_DOD_contracts           Oshkosh Corp., Oshkosh, Wis., was awarded on Oct. 31, 2008, a $1,266,601,398 requirements/contract/firm/fixed/price contract. The purchase of 2285 new heavy Expand Mobility Tactical Trucks (HEMTTA4) trucks, 768 HEMTT RECAP, an upgrade a lower model truck.   Work will be performed in Oshkosh, Wis., with an estimated completion date of Sept. 30, 2012.   One bid was solicited and one bid was received. TACOM, Warren, Mich., is the contracting activity (W56HZV-09-D-0024).
 
            AAI Corp., Hunt Valley, Md., was awarded on Nov 1, 2008, a $135,049,801 cost plus/incentive/fee contract for Shadow unmanned aerial vehicle system, and performance based logistics.   Work will be performed in Hunt Valley, Md., with an estimated completion date of Oct. 31, 2009.   One bid was solicited and one bid was received.   U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0016).
 
            AM General LLC, South Bend, Ind., was awarded on Oct. 31, 2008, a $100,447,177 firm/fixed/price contract for added 853 EA High Mobility Multi-Purpose Wheeled Vehicles 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).
 
            General Dynamics Land Systems, Sterling Heights, Mich., was awarded on Oct. 31, 2008, a $58,340,939 cost/plus/fixed/price contract for engineering service for Saudi Arabian government update to convert the M1A2 Abrams tank into Saudi, M1A2S configuration . Work will be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 31, 2010.   One bid was solicited and one bid was received.   TACOM, Warren, Mich., is the contracting activity (W56HZV-09-C-0095).      

            Northrop Grumman Mission Systems, Huntsville, Ala., was awarded on Oct. 30, 2008, a $50,999,999 firm/fixed/price and cost/plus/fixed/fee task orders contract. The statement of works calls for the contractor to support the FAAD C2/C-RAM program in the systems architecture design and analysis, systems software interface support, design/system engineering, system integration, and system fielding.   Work will be performed in Iraq, with an estimated completion date of July 31, 2009.   One bid was solicited and one bid was received.   US Army Contracting Command Aviation & Missile Command Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-D-0029).
 
            L-3 Communication Combat Propulsion Systems, Muskegon, Mich., was awarded on Oct. 31, 2008, a $26,000,000 firm/fixed/price contract for remanufacture of hydro mechanical power transmission.   Work will be performed in Muskegon, Mich., Huddersfield, and Yorkshire, United Kingdom, with an estimated completion date of Nov. 30, 2009.   One bid was solicited and one bid was received.   TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-09-C-0098).
 
            South Carolina Commission for the Blind, Columbia, S.C., was awarded on
Oct. 31, 2008, a $9,266,299 cost/plus/award/fee/contract for contractor to provides food services post-wide for 13 dining facilities for soldiers at Fort Jackson, S.C.   Work will be performed in Fort Jackson, S.C., with an estimated completion date of Jan. 31, 2009.   Two bids were solicited and two bids were received.   Department of the Army Mission & Missile Contracting Command, Fort Jackson, S.C., is the contracting activity (DABT47-02-C-0003).
 
            Raytheon Co., Andover, Mass., was awarded on Oct. 31, 2008, a $8,456,490 firm/fee/contract for.   Work will be performed in Andover, Mass., with an estimated completion date of Nov. 21, 2010. One bid was solicited and one bid was received. Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity (W911N2-08-C-0042).
 
AIR FORCE
 
            Aerospace Corp., of El Segundo, Calif., is being awarded a cost plus fixed fee contract for $797,107,900. This action will provide acquisition of scientific, engineering, and technical support for the federally funded Research and Development Center (Aerospace Corp.) which supports the Air Force and other Department of Defense programs. $27,923,400 has been obligated. Los Angeles AFB, Calif., is the contracting activity. F08802-09-C-0001.
 
            Lockheed Martin Corp., of Littleton, Colo., is being awarded a firm fixed price contract modification not to exceed $145,600,000. The purpose of this Undefinitized Contract Action (UCA) is to provide launch services and hardware coverage for the AFSPC-2 mission and to protect the current launch schedule under the Evolved Expendable Launch Services contract. This UCA will cover the launch service booster, flight hardware mission unique, and solid rocket booster nozzle portions of the AFSPC-2 mission. The contract has a required minimum lead time of 24 months to build and deliver a launch vehicle. Delay of this action will adversely impact the launch impact the launch manifest for a critical national security AFSPC mission and the contractor’s ability to meet its lead time requirements. $72,800,000 has been obligated. Los Angeles AFB, Calif., is the contracting activity. FA8816-06-C-0004, modification P00012.
 
            ITT Corp., of Patrick AFB, FL is being awarded a cost-plus award fee; cost-reimbursable contract modification for $66,961,335.  This modification provides for the unilateral exercise incremental funding of contract year (Nov. 1, 2008 thru Oct. 31, 2009) sustainment option contract line item numbers for the Space Lift Range System contract. The action provides for the continued support for the program management, interface management, systems engineering and integration, depot maintenance transition, product acquisitions and modifications, and instrument modernization for operational systems and infrastructure including instrumentation, network and control display. $8,748,182 has been obligated. Peterson AFB, Colo., is the contracting activity. F04701-01-C-0001, Modification P00522.
 
            General Dynamics Information Technology of Fairfax, Va., is being awarded a fixed-price incentive firm target contract for $42,316,801. The uni-comm contract provides score communications and Information Technology services to AFSPC locations; it also provides remote/IT services in support of AFNET Ops at Air Education and Training Command (AETC), Air Force Space Command, Air Mobility Command, Air National Guard and Pacific Air Force locations. The Uni-Comm contract also provides land mobile radio zone controller services that support non-AFSPC owned locations, including locations not under the Department of Defense (DOD). $42,316,801 has been obligated. Schriever AFB, Colo., is the contracting activity. FA2550-09-C-8001.
 
            Lockheed Martin Corp., of Lockheed Martin Space System Company, Colo., is being awarded a cost plus award fee contract modification not to exceed $27,500,000. This purpose of this undefinitized contract action (UCA) is to provide launch services and hardware coverage for the AFSPC-2 mission and to protect the current launch schedule under the Evolved Expendable Launch Capabilities (ELC) contract. This UCA will cover the Atlas V geo-synchronous orbit and the ELC mission unique portions of the AFSPC-2 mission. The contract has a required minimum lead time of 24 months to build and deliver a launch vehicle. Delay of this action will adversely impact the launch manifest for a critical national security AFSPC mission and the contractor’s ability to meet its lead time requirements. $13,750,000 has been obligated. Los Angeles AFB, Calif., is the contracting activity. FA8816-06-C-0002, Modification P00121.
 
            The Air Force is modifying a firm fixed price contract with McDonnell Douglas Corp., A Wholly Owned Subsidiary of the Boeing Company, of St. Louis, Mo., for not to exceed $14,550,000. This action will provide for FY08 T-38C avionics upgrade program (AUP) post production support. This effort continues Air Education and Training Command (AETC) T-38C Training System operations such as providing continuing avionics block updates and sustaining Avionics Upgrade Program (AUP) engineering development capability. At this time $1,833,000 has been obligated. 663 AESS/SYKA, Wright-Patterson AFB, Ohio (FA8617-04-C-6153, Modification Number P00130).
 
            Gulfstream Aerospace Corp., of Savannah, Ga., is being awarded a firm fixed price contract modification for $10,018,588. This contract modification provides for continued fleet maintenance support for nine Gulfstream aircraft owned by the Egyptian government. This contract action is exercising option period 1 of 6. $10,018,588.99 has been obligated. Tinker AFB, Okla., is the contracting activity. FA8106-08-C-0001, modification P0001.
 
            SELEX sensors and Airborne Systems Electro-Optics (Overseas) Limited of Basildon, United Kingdom, is being awarded a cost plus award fee and cost plus fixed fee contract modification for $6,590,620. The action will provide 1 Lot contractor logistics support, 1 Lot over and above, contractor acquired property and contractor furnished material, 1 Lot award fee and 1 Lot data for the all low light television system applicable to the AC-130U gunship. $6,590,620 has been obligated. Robins AFB, Ga., is the contracting activity. F33657-95-C-0072 Modification P00093.
 
            Northrop Grumman Systems Corp., of El Segundo, Calif., is being awarded a cost reimbursement with award fee contract modification for $5,822,000. This action provides for Joint Stars modernization risk reduction effort to study feasibility of a multi-platform radar technology insertion radar onto the JSTARS platform. $5,822,000 has been obligated. Hanscom AFB, Mass., is the contracting activity. F19629-00-C-0100 Modification P00153.
 
            Northrop Grumman Systems Corp., Electronic Systems, Defensive Systems Division of Rolling Meadows, IL., is being awarded a firm fixed price contract for $5,514,206. This action is for production phase of the Next Generation Missile Warning System (NexGen MWS). The purpose of NexGen MWS is to improve the existing large aircraft infrared countermeasure system’s probability of declaring threat missiles and to increase probability of detection in high clutter environments. The contract will include system engineering and program management, travel, logistics, studies and analysis, options for field services representatives and interim contractor support. $4,791,890 has been obligated. Wright-Patterson AFB is the contracting activity. FA8625-09-C-6454.
 
NAVY
 
            RDA, Inc.,* Doylestown, Pa. is being awarded a $9,866,295 cost-plus-fixed-fee contract for a Phase III Small Business Innovative Research (SBIR) program under Topic No. N98-035 entitled "Signal Processing and System Concepts to Exploit Passive Signals in Airborne Active ASW Missions."  The primary objective of this project is to provide advanced technology products in the field of undersea warfare research and development and to transition this technology to the anti-submarine warfare fleet. Work will be performed in Doylestown, Pa. (50 percent); Warrentown, Va. (40 percent), Patuxent River, Md. (5 percent), and at various testing locations across the United States (5 percent), and is expected to be completed in November 2010. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This SBIR Phase III contract was competitively procured using SBIR Program Solicitation under Topic N98-035 and 13 offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-09-C-0048).
 
            Canadian Commercial Corporation, General Dynamics Land Systems – Canada, is being awarded a $9,832,001 firm fixed priced modification to delivery order #0004 under contract (M67854-07-D-5028) for the purchase of prescribed load list parts to support 673 vehicles. Work will be performed in Durban, South Africa, and work is expected to be completed no later than July 6, 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. 
 
            P&S Construction, Inc., Lowell, Mass., is being awarded a $6,857,000 firm-fixed price contract for design and construction of a reserve naval mobile construction battalion building. The work to be performed provides for the following components; maintenance shop, supply/logistics, material storage, woodworking shop, classrooms, medical, operations office, quarterdeck, administrative offices, training offices, material logistics office, and an armory for storing small arms and ammunition.   Work will be performed in Chicopee, Mass., and is expected to be completed by May 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured/negotiated via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Va. is the contracting activity (N40085-09-C-7017).
 
            L3 Communications Titan Corp., San Diego, Calif., is being awarded a $5,617,177 modification on a previously awarded firm-fixed-price contract (N00019-07-C-0071), to exercise an option for the Phase II study and analysis to develop innovative solutions to be used in mission requirements for the Affordable Weapons System. This weapon system is being designed to fill a sea-based land attack and strike mission, to operate from ships, with potential for a sea-based Navy and Marine Corps aircraft launch capability. Work will be performed in San Diego, Calif., and is expected to be completed in November 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.

AIR FORCE
 
            The Air Force is modifying an indefinite delivery/indefinite quantity contract with General Electric Aircraft Engines of Cincinnati, Ohio, for a maximum of $185 million. The VAATE Program is a joint DoD/NASA/DOE Industry effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of the-art technology. This effort focuses mainly on Phase II of the VAATE program with some smaller efforts for Phase III. Phase II and III efforts will focus on technologies that address Strike/ Persistent Engagement, Multi-Mission Mobility, Persistent Agile Combat Support./Enterprise and Platform Enablers (ACS/EPE C2ISR (P-C2ISR), Responsive Space Access (RSA), Agile Combat Support /Enterprise and Platform Enablers (ACS/EPE), Air Superiority/Protection. At this time $801,000 has been obligated. Det 1 AFRL/PKPB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-09-D-2922).
 
            Lockheed Martin Integrated Systems of Warner Robbins, Ga., is being awarded a firm fixed price, time and materials contract for an estimated $8,556,400. This action is for exercise option for Lot 4 of the UH-1H Upgrade Modification to include engine overhaul and installation, both Group A & B kits as well as installation, pre-modification aircraft repair and data. At this time all funds have been obligated. 580 ACSG/GFKAB, Robins Air Force Base, Ga., is the contracting activity (F09603-01-D-0207-009839).
 
            The Air Force is modifying a firm fixed price contract with Lockheed Martin Co., Lockheed Martin Aeronautics Co., of Marietta, Ga., for $6,123,675. This action is exercise of option for installation of five C-5 Avionics Modernization Program (AMP) Kits onto the C-5 Aircraft. At this time all funds have been obligated. 716th AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-98-C-0006, Modification P00215).
 
            The Air Force is modifying a cost plus award fee contract with Northrop Grumman Systems Corp., of San Diego, Calif., for $5,962,924. This contract action will provide extension of engineering, manufacturing and development (EMD) activities in support of the Global Hawk Program for one month. At this time all funds have been obligated.
303 AESG/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600, P00282).
 
            General Dynamics Information Technology of Fairfax, Va., is being awarded a fixed-price incentive firm target contract for $42,316,801. The Uni-Comm contract provides score communications and Information Technology (Comm/IT) services to AFSPC locations; it also provides remote/IT services in support of AFNETOps at Air Education and Training Command (AETC), Air Force Space Command (AFSPC), Air Mobility Command (AMC), Air National Guard (ANG) and Pacific Air Force (PACAF) locations. The Uni-Comm contract also provides Land Mobile Radio (LMR) zone controller services that support non-AFSPC owned locations, including locations not under the Department of Defense (DOD).
$42,316,801 has been obligated. Schriever Air Force Base, Colo., is the contracting activity. FA2550-09-C-8001.
 
            Northrop Grumman Systems Corp., of El Segundo, Calif., is being awarded a cost reimbursement with award fee contract modification for $5,822,000.  This action provides for Joint Stars Modernization Risk Reduction effort to study feasibility of a Multi-Platform Radar Technology Insertion Radar onto the JSTARS Platform. $5,822,000 has been obligated. Hanscom Air Force Base, Mass., is the contracting activity.
F19629-00-C-0100 Modification P00153.
 
            SELEX sensors and Airborne Systems Electro-Optics (Overseas) Limited of Basildon, United Kingdom, is being awarded a cost plus award fee and cost plus fixed fee contract modification for $6,590,620. The action will provide 1 Lot Contractor Logistics Support, 1 Lot Over and Above, Contractor Acquired Property and Contractor Furnished Material, 1 Lot Award Fee and 1 Lot Data for the All Low Light Television System Applicable to the AC-130U Gunship. $6,590,620 has been obligated. Robins Air Force Base, Ga., is the contracting activity. F33657-95-C-0072 Modification P00093.
 
            Lockheed Martin Corp., of Lockheed Martin Space System Co., Colo., is being awarded a cost plus award fee contract modification not to exceed $27,500,000. This purpose of this undefinitized contract action (UCA) is to provide launch services and hardware coverage for the
AFSPC-2 mission and to protect the current launch schedule under the Evolved Expendable Launch Capabilities (ELC) contract. This UCA will cover the Atlas V Geo-synchronous Orbit (GSO Kit and the ELC Mission Unique portions of the AFSPC-2 Mission. The contract has a required minimum lead time of 24 months to build and deliver a launch vehicle.
Delay of this action will adversely impact the launch manifest for a critical national security AFSPC mission and the contractor’s ability to meet its lead time requirements. $13,750,000 has been obligated. Los Angeles Air Force Base, Calif., is the contracting activity.
FA8816-06-C-0002, Modification P00121.
 
            Aerospace Corp., of El Segundo, Calif., is being awarded a cost plus fixed fee contract for $797,107,900. This action will provide Acquisition of Scientific, Engineering, and Technical support for the Federally Funded Research and Development Center (Aerospace Corp.) which supports the Air Force and other Department of Defense programs.
$27,923,400 has been obligated. Los Angeles Air Force Base, Calif., is the contracting activity. F08802-09-C-0001.
 
            ITT Corp., of Patrick Air Force Base, Fla., is being awarded a cost-plus award fee; cost-reimbursable contract modification for $66,961,335.81. This modification provides for the unilateral exercise incremental funding of contract year (Nov. 1, 2008 thru Oct. 31, 2009) sustainment option contract line item numbers (CLINS) for the Space Lift Range System Contract (SLRSC). The action provides for the continued support for the program management, interface management, systems engineering and integration, depot maintenance transition, product acquisitions and modifications, and instrument modernization for operational systems and infrastructure including instrumentation, network and control display. $8,748,182 has been obligated. Peterson Air Force Base, Colo., is the contracting activity. F04701-01-C-0001, Modification P00522.
 
            Gulfstream Aerospace Corporation of Savannah, Ga., is being awarded a firm fixed price contract modification for $10,018,588.99.
This contract modification provides for continued fleet maintenance support for nine Gulfstream aircraft owned by the Egyptian Government.
This contract action is exercising option period 1 of 6. $10,018,588.99 has been obligated. Tinker Air Force Base, Okla., is the contracting activity. FA8106-08-C-0001, modification P0001.
 
            Lockheed Martin Corp., of Littleton, Colo., is being awarded a firm fixed price contract modification not to exceed $145,600,000. The purpose of this Undefinitized Contract Action (UCA) is to provide launch services and hardware coverage for the AFSPC-2 mission and to protect the current launch schedule under the Evolved Expendable Launch Services
(ELS) contract. This UCA will cover the Launch Service Booster, Flight Hardware Mission Unique, and Solid Rocket Booster Nozzle portions of the
AFSPC-2 mission. The contract has a required minimum lead time of 24 months to build and deliver a launch vehicle. Delay of this action will adversely impact the launch impact the launch manifest for a critical national security AFSPC mission and the contractor’s ability to meet its lead time requirements. $72,800,000 has been obligated. Los Angeles Air Force Base, Calif., is the contracting activity.  FA8816-06-C-0004, modification P00012.
 
            Northrop Grumman Systems Corp., Electronic Systems, Defensive Systems Division of Rolling Meadows, Il., is being awarded a firm fixed price contract for $5,514,206. This action is for production phase of the Next Generation Missile Warning System (NexGen MWS). The purpose of NexGen MWS is to improve the existing Large Aircraft Infrared Countermeasure (LAIRCM) system’s probability of declaring threat missiles and to increase probability of detection in high clutter environments. The contract will include system engineering and program management, travel, logistics, studies and analysis, options for field services representatives and interim contractor support. $4,791,890 has been obligated. Wright-Patterson Air Force Base is the contracting activity. FA8625-09-C-6454.
 
ARMY
 
            Chugach Government Services Inc, Anchorage, Alaska, was awarded Oct. 31, 2008, a $113,750,000 construction/firm/fixed/price contract for manufacture, transport and install relocatable buildings, North Fort Polk, Louisiana, in support of Foreign Security Forces,
Transition Teams Mission.   Work will be performed in North Fort Polk,
La., with an estimated completion date of Aug 24, 2009.   Bids solicited
were via Sole Source (8) Alaskan Native Corporation (ANC) and one bid was received.  US Army Engineer District, Forth Worth, Texas, is the contracting activity (W9126G-09-C-0002).
 
DEFENSE COMMISSARY AGENCY
 
            The Defense Commissary Agency is awarding an indefinite delivery, requirements type contract to Tyson Fresh Meats, Inc., 800 Stevens Port Drive, North Sioux City, S.D. 57049-5005, on November 3, 2008, to provide fresh beef and frozen coarse ground beef products for resale to DeCA’s European Region’s Central Meat Processing Plant (CMPP).
The estimated award amount is $47,053,640.00. The contractor will deliver fresh beef and frozen coarse ground beef products to the CMPP as the need arises. The contract base period of performance is for two years beginning December 1, 2008, through November 30, 2010. Three one-year option periods are available. If all three option periods are
exercised, the contract will be completed   November 30, 2013.
Contract funds will not expire at the end of the current fiscal year.
Twenty eight firms were solicited and four offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch, 1300 E Avenue, Fort Lee, Va., 23801-1800. (HDEC02-09-D-0001)
 
NAVY
 
            Honeywell International, Inc., Defense and Space Electronic Systems, Albuquerque, N.M., is being awarded a not-to-exceed $65,500,817 undefinitized contract action for the procurement of 90 Block II Micro Air Vehicle (MAV) systems, including associated support equipment, spares, training, and engineering and logistics support. Work will be performed in Alburquerque, N.M., and is expected to be completed in December 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0004).
 
            L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $19,798,516 firm-fixed-price contract for organizational, selected intermediate and limited depot level maintenance for F-16s, F-18s, H-60s and E-2Cs operated by the adversary squadrons based at Naval Air Station, Fallon, Nev. Work will be performed in Fallon, Nev., and is expected to be completed in October 2009. Contract funds in the amount of $19,798,516 will expire at the end of the current fiscal year. This contract was competitively procured through an electronic request for proposals, with four offers received.
The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-D-0007).
 
            General Dynamics Information Technology, Needham, Mass. is being awarded $6,850,624 for hybrid firm fixed price, cost plus fixed fee delivery order #NS07 under previously awarded contract
(FA8771-04-D-0007) for production and delivery of Automated Digital Network System Increment III low rate initial production units, including program management; configuration management; logistics; hardware and software updates; design documentation; configuration management support; testing support; and on-site technical support.
This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $10,964,515. Work will be performed in Taunton, Mass., and is expected to be completed by March 31, 2009. Contract funds will not expire at the end of the current fiscal year. The Space and Naval Warfare Systems Command awarded this delivery order on behalf of its organizational partner, the Navy’s Program Executive Office for Command, Control, Communication, Computers and Intelligence. This delivery order has an exception to the fair opportunity process pursuant to 10 U.S.C. § 2304c (b)(3), as implemented by FAR 16.505(b)(2)(iii) and DFARS PGI 216.505-70(2). The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity. 
 
DEFENSE LOGISTICS AGENCY
 
            TXU Energy, Irving, Texas, is being awarded a $57,872,280.84 firm fixed price contract to provide electrical power to Fort Hood, Texas, for 24 months. There were 100 proposals solicited, with 12 responses. The date of performance completion is January 31, 2011. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-09-D-8005.).
 
UNITED STATES TRANSPORTATION COMMAND
 
            SRA International, Inc, of Fairfax, VA 22033-4232, is being awarded a $6,098,477.30 fixed price contract modification for Option Year Five for FY09 sustainment of the Defense Personnel Property System (DPS). Work will be performed at Fairfax, Va, 22033-4232, and is expected to be completed September 30, 2009. Contract funds will expire at the end of the current fiscal year. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., 62225. (W81GYE-04-C-0035/ P00055)
 
UNITED STATES SPECIAL OPERATIONS COMMAND
 
            AeroGlow of Gillingham, Dorset, United Kingdom, is being awarded an unusual and compelling urgent letter contract not to exceed $9,350,750 for Hatch Lighting Orientation System, HEED Bottle Lights, spares, training, technical reports and data, and services in support of U.S. Special Operations Command.  The work will be performed in Gillingham and is expected to be completed by May 2009.  This contract was awarded under unusual and compelling urgency, in accordance with 10 U.S.C 2304 (c)(2). The contract number is H92222-09-C-0003.

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 articleVIDEO: Veterans Jobless Rate Doubles General Population
Next articleVA Honors Quality Achievement Award Winners