U.S. Department of Defense Announces Latest Contract Awards: 11-13-08

0
580

zzz_DOD_contracts            The Charles Stark Draper Laboratory is being awarded Modification P00006 under contract (N00030-08-C-0010) in the amount of
$117,385,862 for Trident II (D5) guidance system repair, guidance system parts and MK6LE. This modification increases the total contract value to $298,318,107. Work will be performed in the following locations:
Cambridge, Mass., (43 precent), Pittsfield, Mass., (38 precent), El Segundo, Calif., (12 precent), Clearwater, Fla., (5 precent), and Andover, Mass., (2 precent) and is expected to be completed by 30 Sept.
2011.  This contract was not competitively procured.  The Navy’s Strategic Systems Programs, Arlington, Va., is the contracting agency.
 
            The Boeing Co., St. Louis, Mo., is being awarded a $65,000,000 estimated value modification to a previously awarded indefinite delivery indefinite quantity contract (N00019-08-D-0013) to exercise an option for persistent unmanned aerial system intelligence, surveillance, reconnaissance services in support of Global War on Terror, Operation Iraqi Freedom and Operation Enduring Freedom sea-based deployments and land-based detachments. Work will be performed in Bingen, Wash., (65 percent); and St. Louis, Mo., (35 percent), and is expected to be completed in Nov. 2009. Contract funds in the amount of
$6,818,825 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
            Caddell Construction Co., Inc., Montgomery, Ala., is being awarded a $47,684,000 modification under a previously awarded firm fixed price contract (N40085-08-C-1411) to exercise Option 0001 which provides for the design and construction of Bachelor Enlisted Quarters at the Marine Corps Air Station, New River, N.C. The work to be performed provides for all labor, materials, and equipment for the design and construction of barracks with associated laundry facilities, lounges, administrative offices, housekeeping areas and public restrooms. Related work includes outdoor recreation facilities/courts, roadway access, and vehicle parking. The total contract amount after exercise of this option will be $70,305,000. Work will be performed in Jacksonville, N.C., and is expected to be completed by Dec. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.      

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $12,758,470 modification to a previously awarded firm fixed price contract (N00019-06-C-0086) for logistics services in support of H-1 upgrade effort, to include preparation, validation and delivery of revisions to organizational, intermediate and depot level technical manuals in digital format. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2010. Contract funds in the amount of $12,758,470 will expire at the end of the current fiscal year.
The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
            Shumar Industries, Grindstone, Pa., is being awarded an indefinite delivery, indefinite quantity, firm fixed price contract with a maximum amount of $6,119,248 for assembly, manufacture, and delivery of turret gunner counter -sniper protection systems. Work will be performed in Grindstone, Pa., and is expected to be completed by Nov.
2013. Contract funds in the amount of $47,682 will expire at the end of the current fiscal year. This contract was competitively procured with an unspecified number of proposals being solicited via FedBizOpps and the internet, and three offers were received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-08-D-JS07).
 
AIR FORCE
 
            United Technologies Corp., Pratt and Whitney, East Hartford, Conn., is being awarded an indefinite delivery indefinite, cost reimbursement contract for a maximum $185 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. At this point, $1,000 has been obligated. AFRL/PKPB, Bldg 167, 2310 8th Street, Wright Patterson AFB, Ohio, is the contracting activity (FA8650-09-D-2923).
 
            ITT Corp., Colorado Springs, Colo., is being awarded a fixed price incentive fee contract for $59.4 million. This action will provide for acquisition of base operating services for Maxwell AFB, AL. At this point, $14,335,304 has been obligated. AETC CONS/LGCK, Randolph AFB, Texas is the contracting activity (FA3002-09-O-0001).
 
ARMY
 
            Lockheed Martin Corp., Missile and Fire Control, Grand Prairie, Texas, was awarded on Nov. 7, 2008, a $9,963,709 cost plus fixed fee contract. This contract provides for the design, fabrication, integration and test of the Extended Area Protection and Survivability Battle Element prototype hardware. Work will be performed in Grand Prairie, Texas, and St Paul, Minn., with an estimated completion date of Dec. 31, 2012. Bids solicited were via the Web and four bids were received. U.S. Army & Aviation Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-D-0016).

           Lockheed Martin Simulation, Training and Support, Orlando, Fla., is being awarded a $221,642,000 firm fixed price, indefinite delivery/indefinite quantity contract to provide performance based logistics maintenance and support services for up to 500 U.S. Navy and U.S. Marine Corps Hybrid, Radio Frequency, Communications Navigation and Instrumentation, and High Power Consolidated Automated Support System stations. Work will be performed in Orlando, Fla. (80 percent) and at various ashore and afloat aviation intermediate maintenance depots, Navy training sites, and Marine Corps airwings (20 percent), and is expected to be completed in November 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-09-D-0006).
 
            EDO Western Corp., Salt Lake City, Utah, is being awarded a
$33,272,851 firm fixed price, indefinite delivery/indefinite quantity contract for AN/SQS-53C Unit 717 Sonar Tranducer Array Shipsets. The AN/SQS-53C Unit 717 Sonar Tranducer Array is a component of the AN/SQQ-89(V), which is a fully integrated Surface Ship Undersea Warfare combat system with the capability to search, detect, classify, localize, and attack submarine targets. Work will be performed in Salt Lake City, Utah, and is expected to be completed by November 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities, with twooffers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-09-D-GP05).
 
            Canadian Commercial Corp., General Dynamics Land Systems – Canada, is being awarded a $22,250,250 firm fixed priced modification to delivery order #0004 under previously awarded contract
(M67854-07-D-5028) for the purchase of Authorized Stockage List (ASL) parts to support 673 vehicles. Work will be performed in Durban, South Africa, and work is expected to be completed no later than July 9, 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. 
 
                General Dynamics, Electric Boat, Groton, Conn., is being awarded a $6,290,977 modification to previously awarded contract
(N00024-06-C-4003) for Nuclear Regional Maintenance Department tasks in support of operational nuclear submarines including maintaining and modernizing Government-owned facilities and equipment and providing off-hull support of submarine maintenance. The contractor will provide supervisory personnel as necessary, program management, engineering and planning, training, inspection and nuclear services to accomplish intermediate-level nuclear submarine maintenance, modernization and repairs. The contractor shall accomplish naval nuclear work tasks using approved processes, technical work documents, and equipment. The contractor’s efforts shall include program management services such as planning, scheduling, coordination, integration, training, and certification of nuclear work. Work will be performed in New London, Conn., and is expected to be completed by September 2009. Contract funds in the amount of $6,290,977 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
 
DEFENSE LOGISTICS AGENCY
 
            AM General LLC, Mishawaka, Ind. is being awarded a maximum
$62,718,847 firm fixed price, sole source, requirements type contract for parts and functional support services. Other locations of performance are Pennsylvania, Texas and Maine. Using service is Army.
Contract funds will expire at the end of the current fiscal year. This contract has a one year base and four possible one year options. The date of performance completion is January 2010. The contracting activity is the Defense Supply Center Columbus (DSCC), Columbus, Ohio (SPM7LX-09-D-9001).
 
AIR FORCE
 
            John Bean Technologies, JBT Aero Tech of Orlando, Fla., is being awarded a firm fixed price contract for a maximum $44,553,589.25.
This action will provide Halvorsen aircraft cargo loaders: aircraft cargo loaders, 55 each; production support, 55 each; packaging, 55 each; data 1 lot. At this point, $29,201,030 has been obligated. Robins AFB, Ga. is the contracting activity. (FA8519-09-D-0001)
 
ARMY
 
            Beretta U.S.A. Corp., Accokeek, Md., was awarded on Nov. 7, 2008, a $8,154,800 three year firm fixed price contract for 20,000 Beretta 92FS 9mm pistols. Work will be performed in Accokeek, Md., with an estimated completion date of Oct. 20, 2009. One bid was solicited and one bid was received. TACOM Contracting Center, Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52H09-09-D-0037).
 
            ECM-GEC JV, Metairie, La., was awarded on Nov. 6, 2008, a
$5,680,875 firm fixed price contract to provide four final Geotechnical Soil Reports, final construction plans and specifications for the design of the New Orleans-to-Venice back levees of reaches NOV-6, NOV-7 and
NOV-8 Hurricane Protection Project. Work will be performed in New Orleans to Venice, Plaquemines Parish, La., with an estimated completion date of Mar 31, 2009. One bid was solicited and one bid was received. US Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-07-D-0031).

 

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 articleAgent Orange Victims Share Tales of Chemical's Poisonous Legacy
Next articleGeorge W. Bush: Goodbye and Good Riddance