U.S. Department of Defense Announces Latest Contract Awards: 12-04-08

0
513

zzz_DOD_contracts           Archer Western Contractors, LTD, Atlanta, Ga.; Centennial Contractors Enterprises, Inc., Vienna, Va.; Hourigan Construction Corp., Virginia Beach, Va.; M.A. Mortenson Co., Minneapolis, Minn.; S. B. Ballard Construction Co., Virginia Beach, Va.; Sauer Inc. d/b/a Sauer Southeast, Jacksonville, Fla.; Tesoro Corp., Virginia Beach, Va.; Virtexco Corp., Norfolk, Va.; W. M. Jordan Company, Inc., Newport News, Va., are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovations, alteration, and repair at Navy and Marine Corps installations in the Hampton Roads area, Va.

The maximum dollar value for all nine contracts combined is $400,000,000. S. B. Ballard Construction Company is being awarded task order #0001 at $12,926,301 for ship maintenance engineering facility modernization at Norfolk Naval Shipyard, Portsmouth, Va. Work for this task order is expected to be completed by May 2010. The task order also contains one option, which if exercised, would increase the cumulative value of the task order to $12,983,301. The term of the contract is not to exceed 60 months, with an expected completion date of November 2013. Contract funds for task order #0001 will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 15 proposals received. These nine contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-D-5019/5020/5021/5022/5023/5026/5027/5033/5034).   
 
            Shriver and Holland Associates*, Norfolk, Va., is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect/engineering contract with a for preparation of project documents and other related project planning/design services for personnel support and administrative/training facility projects located at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point.

     

The work to be performed provides for development of project documentation, plans, specifications, preparation of Requests for Proposals for design/build and design/bid/build projects, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, LEED documentation and certification, Life Safety Code Studies, interior space planning/design, other associated engineering services such as shop drawing review, as-built drawing preparation, Quality Assurance Plan preparation, Operation and Maintenance Support Information, construction inspection and engineering consultation services during construction. Work will be performed at Jacksonville, N.C. (80 percent) and Cherry Point, N.C. (20 percent), and is expected to be completed by December 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site,with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-D-3211).
 
            Defense Technologies, Inc.*, Tampa, Fla., is being awarded an $8,314,356 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-05-D-0055) to provide additional funds for efforts related to the development of unmanned air systems’ components and command and control stations, including flight testing and the achievement of Federal Aviation Administration certification. Work will be performed in Gastonia, N.C. (70 percent); and Patuxent River, Md. (30 percent), and is expected to be completed in December 2011. 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.
 
DEFENSE LOGISTICS AGENCY
 
            Valley Apparel LLC*, Knoxville, Tenn., is being awarded a maximum $20,934,014 firm fixed price, total set aside contract for supply of Navy Task Force Uniform parkas. There are no other locations of performance. Using service is Navy. This proposal was originally Web solicited with 5 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Dec. 4, 2009. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM1C1-08-D-1029).

        McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $66,629,940 fixed price incentive fee contract for advanced acquisition funding to provide for long lead material and associated efforts, required for the Lot 34 Full Rate Production of the F/A-18 and EA-18G aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed in Dec.
2009. 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-0019).
 
            Navistar Defense LLC, Warrenville, Ill., is being awarded a
$53,578,907 firm fixed priced modification to delivery order #0004 under previously awarded contract (M67854-07-D-5032) for sustainment items needed to support Category I Mine Resistant Ambush Protected (MRAP) Low Rate Initial Production vehicles in theater. This order will also be used to support the renewal of Field Service Representative support within the Central Command area of responsibility. Work will be performed in WestPoint, Miss., and work is expected to be completed Nov.
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.
 
            Engineering Remediation Resources Group, Inc.*, Concord, Calif.; Sealaska Environmental Services LLC*, San Diego, Calif.; and AIS-TN&A JV*, Wilmington, Calif., are each being awarded a firm fixed price, indefinite delivery indefinite quantity environmental multiple award contract for environmental remediation services on Navy and Marine Corps installations at various locations within the NAVFAC Southwest area of responsibility (AOR). The maximum dollar value for all three contracts combined is $50,000,000. The work to be performed provides for environmental remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial action systems operation and maintenance; groundwater monitoring and other related activities associated with returning sites to safe and acceptable levels of contamination. Work under these contracts will be performed at various sites within the NAVFAC Southwest AOR including, but not limited to, Calif., (90 percent), Ariz., (4 percent), Nev., (3 percent), and N.M., (3 percent). Engineering Remediation Resources Group, Inc., is being awarded the initial task order in the amount of $160,971 for Installation Restoration Program work at Marine Corps Base Camp Pendleton, Oceanside, Calif. Work for this task order is expected to be completed by May 2010. The term of the contract is not to exceed five years, with an expected completion date of Dec. 2013. Contract funds for task order 0001 will not expire at the end of the current fiscal year. This contract was competitively procured under the eight (a) Business Development Program via the Navy Electronic Commerce Online website, with 14 proposals received. These three 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 (N62473-09-D-2608/2609/2610).
 
            Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $17,136,007 firm fixed price, indefinite delivery indefinite quantity long term contract for repair overhaul of various weapons replaceable assemblies used on the Airborne Low Frequency Sonar utilized on the MH-60R helicopter. Work will be performed in Portsmouth, R.I., (10 percent), and Brest, France, (90 percent). Work is to be completed by Dec. 2010. 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 (N00383-09-D-009F).
 
            Northrop Grumman Ship Systems, New Orleans, La., is being awarded a $16,801,209 modification to previously awarded contract
(N00024-05-C-2217) for Life Cycle Engineering and Support services on the LPD 17 Class Amphibious Transport Dock Ship Program. Work will be performed in Pascagoula, Miss. (60 percent) and New Orleans, La. (40 percent), and work is expected to be completed by Sept. 30, 2009.
Contract funds will not expire at the end of the current fiscal year.
The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
 
            Booz Allen Hamilton, Inc., McLean, Va., is being awarded a
$10,737,434 modification to a previously awarded cost plus fixed fee contract (N00421-06-C-0003) to exercise an option for technical, engineering, professional and management support services for the Special Communications Requirements Division of the Naval Air Warfare Center Aircraft Division in support of the Department of Defense, Joint Service, and Federal Agencies programs. The estimated level of effort for this contract is 149,760 man-hours. Work will be performed in Lexington Park, Md., (50 percent); and St. Inigoes, Md., (50 percent), and is expected to be completed in Dec. 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.
Canadian Commercial Corp., General Dynamics Land Systems – Canada, London, Ontario, Canada, is being awarded an $8,420,174 firm fixed priced modification to delivery order #0003 under previously awarded contract (M67854-07-D-5028) for the purchase of Battle Damage Sustainment Kits and associated Non-Recurring Engineering costs.  Work will be performed in London, Ontario, Canada, and work is expected to be completed no later than 29 July 2009. Contract funds will not expire at the end of the current fiscal year. The base contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            Guam Industrial Services Inc., Santa Rita, Guam, is being awarded a $7,423,380 firm, fixed price contract for a regular overhaul of Military Sealift Command fast combat support ship USNS Rainier (T-AOE 7). Rainier is one of four fast combat support ships that provide one-stop shopping to the U.S. Navy’s fleet for fuel, ammunition, food and other cargo.  These ships are especially valuable because of their speed and ability to carry all the essentials to replenish Navy ships at sea. Work performed will include dry-docking the ship, cleaning and painting the underwater hull, inspecting tanks and conducting numerous inspections and certifications. The contract includes options that, if exercised, would bring the total contract value to $9,907,055. Work will be performed in Santa Rita, Guam, and work is expected to be completed within 55 calendar days from award. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with two offers received. The U.S. Navy’s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting authority (N40442-09-C-2025).
 
AIR FORCE
 
            The Air Force is modifying a cost plus award fee contract with Lockheed Martin Corp., Fort Worth, Texas for $29,144,714. This effort is for the incorporation of CCP 0184, F-22 Depot Activation Equipment for fiscal years 2007 and 2008. At this time, the entire amount has been obligated. 878 SESG/SYK, Wright-Patterson AFB, Ohio is the contracting activity (FA8611-08-C-2897, modification P00006).
 
            The Air Force is modifying a cost plus award fee contract
with ITT Corp., Patrick AFB, Fla., for $5,819,931.84.   This action will
modify the contracts to add award fee which was earned by the contractor
for Period 8.   At this time the entire amount has been obligated.
SMC/LRSW/PK, Los Angeles AFB, Calif., is the contracting activity F04701-01-C-0001, modification P00524).
 
ARMY
 
            TRAX International Corp., La Vegas, Nev., was awarded on Dec. 2, 2008 a,
$222,365,344 cost plus award fee contract for non-personal test upport services in support of the U.S. Army Yuma Proving Ground Arizona. Work will be performed in Yuma Proving Ground, Ariz., and Cold Region Test Center, Ala., with an estimated completion date of Feb. 28, 2013. Bids solicited were via Solicitation posted on website and five bids were received. Mission & Installation contracting Command, Yuma Proving Ground, Ariz., is the contracting activity (W9124R-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 articleVA Recognizes ALS Link to Military Service
Next articleTop 10 Veterans News from Around the Country 12-04-08