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

0
788

zzz_DOD_contracts                DZSP 21 LLC, Philadelphia, Pa., is being awarded a $72,675,388 modification to a previously awarded cost plus award fee contract (N62742-05-C-3501) to exercise the fourth option period for Base Operations Support (BOS) services in the Territory of Guam for the Commander, Naval Forces Marianas. The BOS services to be performed include, but are not limited to, general management and administration services; command and staff (public affairs office); public safety (safety and contingency); port operations; ordnance; galley; facilities management; sustainment, restoration/modernization; facilities services; utilities (potable water, wastewater, electrical, and steam); base support vehicles and equipment; and environmental. The current total contract amount after exercise of this option will be $285,376,847. Work will be performed at various installations in the U.S. Territory of Guam, and work for this option is expected to be Dec. 31, 2009. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command Marianas, Naval Base, Guam is the contracting activity.
 
                ITT Electronic Systems, Clifton, N. J., is being awarded a $32,093,118 modification to a previously awarded firm fixed price contract (N00019-05-C-0054) to exercise an option for the procurement of 12 AN/ALQ-214 On-Board Jammer Systems and 41 spare ALQ-214 Weapon Replacement Assembly units for the F/A-18E/F Aircraft. Work will be performed at various locations throughout the United States (43.5 percent); Clifton, N.J., (34.4 percent); East Syracuse, N.Y., (8.8 percent); San Diego, Calif., (8.3 percent); and Rancho Cordova, Calif., (5 percent), and is expected to be completed in Dec. 2011. 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.     

Kollmorgen Elecro-Optical Corp., Northampton, Mass., is being awarded a $9,313,962 indefinite delivery indefinite quantity, cost plus fixed fee contract for field services, repair and support services for the AN/BVS-1 and the Photonics Mast Variant (PMV) Photonics Imaging System. Tasking will include initial equipment installation and subsequent repair and maintenance that is required during submarine new construction. The tasking will also included post-construction repairs, maintenance and equipment removal and post construction installations. Work will be performed in Groton, Conn., (70 percent) and Northampton, Mass., (30 percent), and is expected to be completed by Dec. 2013.

Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with one offer received via Federal Business Opportunities and on the Naval Undersea Warfare Center Division, Newport, contracts web site.  The Naval Undersea Warfare Center Division, Newport is the contracting activity (N66604-09-D-0058).

DEFENSE LOGISTICS AGENCY
 
                Turbo Combustor Technology, Inc., Stuart, Fla.*, is being awarded a maximum $12,195,000 firm fixed price, total set aside, indefinite quantity contract for F-15 afterburner flameholders. There are no other locations of performance. Using service is Air Force.
Proposals were originally solicited through DIBBS with two responses.

Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Dec. 18, 2009. The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPM4A7-09-D-0014).
 
                Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a maximum $9,551,784 firm fixed price, undefinitized contractual action, contract for main rotor blades manufacture components. There are no other locations of performance. Using service is Navy. Contract funds will not expire at the end of the current fiscal year. This was originally a sole source competition. The date of performance completion is Aug. 31, 2011. The contracting activity is the DLR Procurement Operations (DSCR-ZC), DLA Philadelphia, Philadelphia, Pa., (N00383-06-G-006F-TH01).
 
ARMY
 
                Smiths Detection, Inc, Edgewood, Md., was awarded on Dec 9, 2008 a, $65,498,978 commercial firm fixed price contract for Joint Chemical Detector. Work will be performed in Edgewood, Md., with an estimated completion date of Sept. 30, 2010. One bid was solicited and one bid was received. US Army RDECOM Acquisition Center, Aberdeen Proving Ground Contracting Division, Edgewood Division, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-07-C-0054).
 
                Booz, Allen, Hamilton, Inc, McLean, Va., was awarded on Dec. 9, 2008, a $33,700,000 cost plus fixed fee price contract. This contract is in support of Foreign Military Sales Requirement for Saudi Arabia under Case No. SR-B-VTC for Sword Project Management Office Augmentation Support. Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2011.  One bid was solicited and one bid was received. US Army Research, Development, and Engineering Command, Acquisition Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-C-0023).
 
                Thor Defense Inc, Downers Grove, Ill., was awarded on Dec. 9, 2008 a, $5,746,583 firm fixed price contract for 222,219 Close
Quarters Battle Kit Multi Magazine Holders.   Work will be performed in Downers Grove, Ill., with an estimated completion date of Mar. 25, 2013. Bids solicited were via the Web and seven bids were received. Army Contracting Command, Joint Munitions & Lethality, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-D-0027).

                Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded an $11,836,390 modification to previously awarded contract (N00024-06-C-5422) for the FY09 option requirements of the NATO SEASPARROW Program Office. The FY09 requirements are to provide two CVN
71 MK29 MOD 4 Evolved SEASPARROW Missile (ESSM) ORDALT Kits, four CVN 71
MK73 MOD 3 Solid State Transmitter (SSTX) ORDALT Kits and two LHD Class
MK29 MOD 4 ESSM ORDALT Kits. This modification to support the NATO SEASPARROW Program Office (NSPO) is a follow-on effort, which was previously performed under contract N00024-02-C-5421. The NATO SEASPARROW consortium, which includes the United States and 12 other countries, will fund all of the effort under this modification. Work will be performed in Portsmouth, R.I., and is expected to be completed by Oct. 2010. 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.
 
                Concurrent Technologies Corp., Johnstown, Pa., is being awarded a $10,000,000 ceiling-priced contract for the design, fabrication, installation, and test of the Navy MH-60S Helicopter Aircrew Carriage Stream, Tow, and Recovery System Trainer (CSTRS-T) to be located at the Naval Station Norfolk, Va. The CSTRS-T will simulate a Navy MH-60S Helicopter with high fidelity interior to conduct CSTRS operations for Helicopter Sea Combat Fleet Replacement Squadrons (FRS) and post-FRS aircrew training. The CSTRS-T will support training for the CSTRS winch operator skill acquisition and refresher training on normal, emergency, and degraded procedures. Work will be performed in Johnston, Pa., and is expected to be completed in December 2011. Contract funds in the amount of $9,191,884 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61339-09-C-0009).
 
                Broadmoor, L.L.C., Metairie, La., is being awarded $8,000,000 for firm fixed price task order #0002 under a previously awarded multiple award construction contract (N62467-05-D-0096) for design and construction of Calibration Laboratory at Naval Air Station JRB New Orleans. The work to be performed includes the design, layout, and construction of a new facility housing clean rooms, a calibration laboratory, offices, and warehousing space. Existing laboratory equipment including test benches and collateral equipment will be relocated from the existing calibration laboratory suites to the new facility once completed. The contractor shall provide turnkey operations for all design, labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in New Orleans, La., and is expected to be completed by Jun. 2010. Contract funds will not expire at the end of the fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Southeast, Jacksonville, Fla., is the contracting activity.
 
                Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $7,986,087 modification to previously awarded contract (N00024-08-C-5122) to exercise options for Ship Self Defense System (SSDS) FY09 MK 1 Technology Refresh Support Services; FY09 Pre/Post Certification/Life Cycle Maintenance Support Services; FY09 Engineering Change/Field Change Kits, Commercial Off the Shelf Obsolescence Engineering and Diminishing Manufacturing Sources and Material Shortages. In the course of this effort, Raytheon IDS will be responsible for the integration of complex war-fighting improvements – including components associated with the Dual Band Radar (DBR) and Rolling Airframe Missile (RAM) Block 2 – into the modular SSDS. Raytheon IDS will integrate, test and provide certification support for the government-furnished equipment/government-furnished information required for the CVN/Amphibious ship combat system. Work will be performed in San Diego, Calif., (90 percent); Tewksbury, Mass., (2.5 percent); Portsmouth, R.I., (2.5 percent); St. Petersburg, Fla., (2.5 percent); and Tucson, Ariz., (2.5 percent), and is expected to be completed by Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
 
                Rolls Royce Corp., Indianapolis, Ind., is being awarded a $6,042,666 modification to a previously awarded indefinite delivery, indefinite quantity contract (N00019-03-D-0002) for the procurement of two AE2100D3 turboprop engines for the U.S. Marine Corps KC-130J aircraft. Work will be performed in Indianapolis, Ind., and is expected to be completed in July 2010. 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. 
 
DEFENSE LOGISTICS AGENCY
 
                LB&B Associates, Inc., Columbia, Md., is being awarded a minimum $18,755,149 firm fixed price contract to support government-owned, contractor operated fuel services. Other locations of performance are Calif., and Texas regions. Using service is Navy. The original proposals were solicited in a full and open competition with four responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Dec. 31, 2016. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va., (Sp0600-09-C-5900).
 
                Agility Defense & Government Services Inc., Alexandria, Va., is being awarded a maximum $55,688,166 firm fixed price, indefinite quantity contract for establishment of total supply chain management, customer direct initiative to support replenishment parts and industrial hardware.  Other locations of performance are Pennsylvania and Customer Direct – Worldwide. Using services are Army, Navy, Air Force and Marine Corps. There were originally 5 proposals solicited with 3 responses.
Contract funds will not expire at the end of the current fiscal year.
This contract has a base period of four years with two, two-year option periods. The date of performance completion is Fiscal Year 2012. The contracting activity is the Defense Supply Center Columbus (DSCC), Columbus, Ohio (SPM7LX-09-D-9004).
 
                Coastal Pacific Food Distributors, Stockton, Calif.*, is being awarded a maximum $45,000,000 fixed price with economic price adjustment contract for full line food distribution. Other location of performance is Stockton, California. Using services are Army, Navy, Air Force and Marine Corps. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Mar. 16, 2010. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM300-09-D-3280).
 
                Special T. hosiery Mills, Inc., Burlington, N.C.*, is being awarded a maximum $7,092,000 firm fixed price, total set aside contract for army, antimicrobial socks and boots. There are no other locations of performance. Using services are Army and Navy. There were originally 25 proposals solicited with 16 responses. Contract funds will not expire at the end of the current fiscal year. This action is exercising the fourth option year period. The date of performance completion is Dec. 11, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SP0100-05-D-0386).
 
                General Electric Transportation Aircraft Engines, Lynn, Mass., is being awarded a maximum $6,376,123 firm fixed price, sole source, requirements type contract for engine parts. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There was 1 proposal originally solicited with one response. Contract funds will expire at the end of the current fiscal year. This contract is for ten years with a two-year base and four two-year options. The date of performance completion is Mar. 31, 2009.
The contracting activity is the Defense Supply Center Richmond (DSCR), Richmond, Va., (SPM400-00-D-9403).
 
AIR FORCE
 
                The Air Force is modifying a time and materials contract to Call Henry, Incorporated, Titusville, Fla., for $9,836,338. This contract action is to exercise Option IV of the basic contract. At this time, $1,540,000 has been obligated. 88 CONS/PKBA, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8601-05-D-0002, Modification P00008).

 

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 Announces Enhanced and Expanded Care for N.C. Veterans
Next articleOFFE Issues Warning to Returning Troops of Ambush