U.S. Department of Defense Announces Latest Contract Awards: 2-13-09

2
825

zzz_DOD_contracts            The Air Force is awarding a firm fixed price contract to ITT Corp., of Clifton, New Jersey for a maximum of $99,867,795 which covers the contract for 36 months. This action will support foreign military sales to Turkey. At this time, the entire amount has been obligated. 542 CBSSS/PKS, Robins Air Force Base, Ga., is the contracting activity (FA8540-09-C-0002).
 
            The Air Force is awarding a firm fixed price contract to Research Associates for Defense Conversion, Inc. of Marcy, N.Y. for a maximum of $8,681,323. This action will provide design, develop and test advanced technical audio technology software to meet current and future audio exploitation requirements in support of both military and law enforcement missions. At this time, only $2,818,089 has been obligated. Air Force Research Laboratory in Rome, New York is the contracting activity (FA8750-09-C-0067).
 
DEFENSE INFORMATION SYSTEMS AGENCY
 
            ActioNet Inc., Fairfax, Va., is being awarded indefinite delivery, indefinite quantity contract with firm-fixed-price and cost reimbursable line items. The contract is for support personnel to implement and maintain the portion of the DISA Information System Infrastructure over which the DISA Information Systems Center has operational responsibility, known as the Core Enterprise Network (CORENet). The total ceiling of this contract is $78,660,729 over the two year base period plus three (one year) options. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-09-D-0001).      

ARMY
 
            Lobar, Inc., Dillsburg, Pa., was awarded on Feb 11, 2009, an $11,435,000 firm fixed price contract for construction of an Army Reserve Center at Letterkenny, Pa. Estimated completion date is Jun 30, 2010. Bids were solicited on FedBizOpps with 11 bids received. Corps of Engineers, Louisville District, Louisville, Ky., is the contracting agency (W912QR-09-C-0018).
 
            Hutchinson Industries, Trenton, N.J., was awarded on Feb.
11, 2009, a $9,602,715.43 firm fixed price contract for wheel and tire assemblies, potential quantity: 9,863. Work is to be performed at Trenton, N.J., with an estimated completion date of Dec 31, 2009. One bid was solicited and one bid received. Tank & Automotive Command-Warren, Mich., is the contracting agency (W56HZV-09-C-0288).
 
            Army Armaments Incorporated, Hunt Valley, Md., was awarded on Feb. 11, 2009, a $9,323,216 cost plus fixed fee contract modification that exercises options for additional engineering services hours for Laser Designator Low Rate Initial Production and Tactical Common Data Link Interoperability Compliance and Universal Ground Control Station / Universal Ground Data Terminal Integration in support of the Shadow 200 Unmanned Aerial System. Work is to be performed at Hunt Valley, Md., with an estimated completion date of Apr. 30, 2010. One bid was solicited and one bid received. U.S. Army Contracting Command is the contracting activity (W58RGZ-08-C-0033).
 
NAVY
 
            Northrop Grumman Corp., Electronic Systems Defensive Systems Div., Rolling Meadows, Ill., is being awarded a $10,339,316 cost plus fixed fee, firm fixed fixed price indefinite delivery, indefinite quantity contract to provide software and hardware upgrades and services in support of the Litening Targeting Pod used for the EA-6B, AV-8B and
F/A-18 aircraft. Services to be provided include defining requirements, designing functional enhancements, testing developmental operational flight programs (OFPs), delivery of six completed OFPs for Fleet use, and incidental services, studies, analysis and demonstrations. The estimated level of effort for this contract is 22,341 man-hours. Work will be performed in Rolling Meadows, Ill., (75 percent) and China Lake, Calif., (25 percent), and is expected to be completed in Feb. 2014.
Contract funds will not expire at the end of the current fiscal year.
This contract was not competitively procured. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-09-D-0022).
 
            MKI Systems Woodbridge, Va., is being awarded a $9,268,615 task order to provide professional technical support to the Ground Transportation and Engineer Systems (GTES), MRAP JPMO. This includes contractor support directly to the PM; MRAP Category I, Category II, and Category III Leaders; Systems Integration and Government Furnished Equipment (GFE) Manager; PM for Spiral Development; Foreign Military Sales (FMS) Manager and Functional Leaders for Acquisition, Logistics, Engineering, Test & Evaluation and Safety. This effort builds upon existing contract support that will remain in place. The MRAP Vehicle Program has seen significant increases in the numbers of vehicles required, the volume of activities associated with Acquisition Category
(ACAT) 1D transition and the demands for rapid acquisition and fielding of MRAP vehicles. Contract support under this task order will include comprehensive professional program management services for all MRAP vehicles and associated systems. Key support includes preparation and updates of ACAT 1D acquisition documentation and other business and administrative services; engineering services and requirements analysis including spiral technology development/insertion; GFE integration; test and evaluation; production support; logistics analysis support, FMS and JPMO security. Many of the programs under this PM include high priority United States Marine Corps (USMC), Joint Service and FMS requirements with extensive Congressional, Department of Defense (DoD), Department of the Navy (DoN) and USMC interest. Work will be performed in Stafford, Va. Work is expected to be completed in Nov. 2009. Contract funds will
expire:  $9,268,615 on 30 Sept. 2009. The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-02-A-9008-0071).
 
            Northrop Grumman Ship Systems, Pascagoula, Miss., is being awarded an $8,999,980 modification to previously awarded contract for systems engineering, design and technical services to support the detail design and construction of the DDG 1000 Zumwalt Class Destroyers. Work will be performed in Pascagoula, Miss., and is expected to be completed by Dec. 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 (N00024-06-C-2304).
 
            EG&G Technical Services, Inc. Germantown, Md., is being awarded an $8,900,613 task order to provide immediate and on-going acquisition and technical support to the Joint Mine Resistant Ambush Protected Vehicle Program (JMVP). This includes contractor support directly to the Joint Program Manager (JPM), deputies, and product and functional team leaders. This effort will include comprehensive Joint Program Management services for all MRAP vehicles and systems, systems engineering and production support, test and evaluation, integration, transportation, logistics, and acquisition management support. Key events include expedited testing, integration, fielding, and training for MRAP vehicles; concurrent integration of system and component improvements to both MRAP and related low density vehicles, and comprehensive assessments, selection, and fielding of other Improvised Explosive Device (IED) countermeasure equipment, all in response to Urgent Universal Needs Statements (UUNS) generated by the Operating Forces (OPFORs).

The Secretary of Defense designated the JMVP the highest priority DoD acquisition program. The program has exceptionally high Congressional, DoD, and joint Service interest and requires a highly competent and agile program management structure to respond to a myriad of urgent and priority requests for information and action. The program has transitioned from a Component rapid deployment capability to an ACAT ID program that is currently producing, fielding, upgrading, and sustaining life-saving vehicles for Warfighters. Work will be performed in Stafford, VA. Work is expected to be completed in November 2009.
Contract funds will expire on Sept. 30, 2009. The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-02-A-9011-0076).
 
            Nan Inc., dba Ocean House Builders, Honolulu, Hawaii 96819, is being awarded firm fixed price Task Order 0004 at $8,825,260 under an indefinite delivery, indefinite quantity design-build multiple award construction contract for construction of a new Youth Center at Marine Corps Base Hawaii. Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by Nov. 2010. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (contract number N62478-08-D-4009).
 
DEFENSE LOGISTICS AGENCY
 
            Thermo Pac LLC, Stone Mountain, Ga., is being awarded a maximum $23,473,590 firm fixed price contract for various food items.
There are no other locations of performance. Using services are Navy, Navy, Air Force, Marine Corps and Federal Civilian Agencies. There were originally 30 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Feb. 13, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.
(SPM3S1-06-D-Z135).  

            United Technologies, East Hartford, Conn., is being awarded a minimum $120,526,032 firm fixed price, indefinite quantity, sole source contract for engines. There are no other locations of performance. Using services are Navy and Air Force. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. This modification is exercising the fifth option period of a ten-year contract with a three-year base period and provisions for seven one-year option periods. The date of performance completion is Feb. 14, 2010. The contracting activity is the Defense Supply Center, Richmond, Richmond, Va., (SPM400-01-D-9405).
 
            Pepco Energy Services, Inc., Arlington, Va., is being awarded a maximum $7,623,859 firm fixed price contract for electrical services. Other locations of performance are Md., and New Jersey. Using services are Army, Air Force, and federal civilian agencies.  There were originally 81 proposals solicited with 16 responses.  Contract funds will expire at the end of the current fiscal year.  The date of performance completion is Jun. 30, 2009.  The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-05-G-8029 D.O. 0011).
 
            Owens & Minor, Mechanicsville, Va., is being awarded a maximum $396,081,495 firm fixed price, indefinite quantity and indefinite delivery, prime vendor contract for medical and surgical supplies. Other locations of performance are Pa., Mich., Tenn., Va., Ill., N.J., Ky., Ind., N.C., Md., and Wis. Using services are Army, Navy, Air Force, Marine Corps, Federal Civilian Agencies, Coast Guard, and other Non-DoD Agencies. The original proposal was FedBizOps solicited with two responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7000).
 
            Cardinal Health 200 Inc., McGaw Park, Ill., is being awarded a maximum $396,081,495 firm fixed price, indefinite quantity and indefinite delivery, prime vendor contract for medical and surgical supplies. Other locations of performance are Md., N.Y., N.C., Ohio, Tenn., Ill., Mo., Mass., N.J., Minn., Ind., Ky., and Mich. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with two responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7001).
 
            Owens & Minor, Mechanicsville, Va., is being awarded a maximum $206,681,129 firm fixed price, indefinite quantity and indefinite delivery, prime vendor contract for medical and surgical supplies. Other locations of performance are Ga., Ala., Mass., N.C., Va., Miss., Tenn., Okla., Texas, Fla., Md., La., and New Jersey. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with two responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7002).
 
            Cardinal Health 200 Inc., McGaw Park, Ill., is being awarded a maximum $206,681,129 firm fixed price, indefinite quantity and indefinite delivery, prime vendor contract for medical and surgical supplies. Other locations of performance are Fla., Texas, N.C., La., Tenn., and Ga. Using services are Army, Navy, Air Force, Marine Corps, federal civilian cgencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with two responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7003).
 
            Owens & Minor, Mechanicsville, Va. is being awarded a maximum $201,422,492 firm fixed price, indefinite quantity and indefinite delivery, prime vendor contract for medical and surgical supplies. Other locations of performance are Colorado, Missouri, California, Oklahoma, Arizona, Utah, Illinois, Iowa, Minnesota, Oregon and Washington. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with 2 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is October 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia (DSCP), Philadelphia, Pa.
(SPM200-05-D-7004).
 
            Cardinal Health 200 Inc., McGaw Park, Ill. is being awarded a maximum $201,422,492 firm fixed price, indefinite quantity and indefinite delivery, prime vendor contract for medical and surgical supplies. Other locations of performance are Minnesota, Nebraska, Arizona, Missouri, California, Washington, Colorado, Kansas, Utah and Arkansas. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with 2 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is October 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia (DSCP), Philadelphia, Pa.
(SPM200-05-D-7005).
 
            Owens & Minor, Mechanicsville, Va., is being awarded a maximum $100,000,000 firm fixed price, indefinite quantity and indefinite delivery, prime vendor contract for medical and surgical supplies. Other locations of performance are Penn., Mich., Tenn., Va., Ill., N.J., Ky., Ind., N.C., Md., and Wis. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7006).
 
            Midwest Medical Supply Co., Earth City, Mo.*, is being awarded a maximum $100,000,000 firm fixed price, indefinite quantity and indefinite delivery, back-up prime vendor contract for medical and surgical supplies. Other locations of performance are Conn., Ill., Mo., and Ind. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7007).
 
            Owens & Minor, Mechanicsville, Va., is being awarded a maximum $100,000,000 firm fixed price, indefinite quantity and indefinite delivery, back-up prime vendor contract for medical and surgical supplies. Other locations of performance are Ga., Ala., Mass., N.C., Va., Miss., Tenn., Okla., Texas, Fla., Md., La., and N.J. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7008).
 
            American Medical Depot, Opa Locka, Fla.*, is being awarded a maximum $100,000,000 firm fixed price, indefinite quantity and indefinite delivery, back-up prime vendor contract for medical and surgical supplies. Other location of performance is Fla. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7009).
 
            Owens & Minor, Mechanicsville, Va., is being awarded a maximum $100,000,000 firm fixed price, indefinite quantity and indefinite delivery, back-up prime vendor contract for medical and surgical supplies. Other locations of performance are Colo., Miss., Calif., Okla., Ariz., Utah, Ill., Iowa, Minn., Neb., Ore., and Washington. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7010).
 
            Cardinal Health 200 Inc., McGaw Park, Ill., is being awarded a maximum $100,000,000 firm fixed price, indefinite quantity and indefinite delivery, back-up prime vendor contract for medical and surgical supplies. Other locations of performance are Minn., Neb. Ariz., Miss., Calif., Washington, Colo., Kan., Utah and Ark. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Coast Guard, and other non-DoD agencies. The original proposal was FedBizOps solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option period. The date of performance completion is Oct. 19, 2011. The contracting activity is the Defense Supply Center, Philadelphia, Philadelphia, Pa., (SPM200-05-D-7011).
 
UNITED STATES TRANSPORTATION COMMAND
 
            Horizon Lines, LLC, of Charlotte, N.C. 28211-3487, is being awarded a $100,000,000.00 fixed price, indefinite delivery, indefinite quantity  contract for sea and intermodal freight service between U.S.
West Coast Ports to/from Hawaii, U.S. West Coast Ports to/from Guam, and Alaska Ports to/from Guam.  Work is expected to start Mar. 16, 2009 and the contract is expected to be completed Nov. 2009. Orders placed against this contract will be funded at the time of award. This contract was a competitive acquisition with four bids received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., 62225, (HTC711-09-D-0010).
 
            American Roll-On Roll-Off Carriers of Park Ridge, NJ 07656, is being awarded a $40,000,000.00 fixed price, indefinite delivery, indefinite quantity contract for sea and intermodal freight service between U.S. West Coast Ports to/from Guam. Work is expected to start Mar. 16, 2009, and the contract is expected to be completed Nov. 2009.
Orders placed against this contract will be funded at the time of award.
This contract was a competitive acquisition with four bids received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., 62225, (HTC711-09-D-0009).
 
            Matson Navigation Co., Inc., of Oakland, Calif., 94607, is being awarded a $100,000,000.00 fixed price, indefinite delivery, indefinite quantity contract for sea and intermodal freight service between U.S. West Coast Ports to/from Hawaii, and U.S. West Coast Ports to/from Guam.  Work is expected to start March 16, 2009, and the contract is expected to be completed Nov. 2009. Orders placed against this contract will be funded at the time of award. This contract was a competitive acquisition with four bids received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., 62225, (HTC711-09-D-0008).
 
            Pasha Hawaii Transport Lines, LLC, of Corte Madera, Calif., 94925, is being awarded a $60,000,000.00 fixed price, indefinite delivery, indefinite quantity contract for sea and intermodal freight service between U.S. West Coast Ports to/from Hawaii. Work is expected to start March 16, 2009, and the contract is expected to be completed Nov. 2009. Orders placed against this contract will be funded at the time of award. This contract was a competitive acquisition with four bids received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., 62225, (HTC711-09-D-0007).
 
NAVY
 
            Horus Vision, LLC*, San Bruno, Calif., is being awarded a not-to-exceed ceiling $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement, delivery, maintenance, and logistical support of the Scout Sniper Observation Telescope (SSOT). The SSOT is a lightweight variable power telescope tripod mounted devise that will replace the out-dated M49 Sniper 20x power fixed telescope throughout the United States Marine Corps. This contract is a five year IDIQ contract with a not-to-exceed value of $49,000,000, with a minimum buy of 100 SSOT systems within the first year. Work will be performed in San Bruno, Calif., and is expected to be completed by five years from date of contract award. The information contained in this announcement is unclassified. Contract funds in the amount of$7,810,335 will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Navy Electronic Commerce Online, with five offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity for contract number (M67854-09-D-1016).
 
            TLD America Corp., Windsor, Conn., is being awarded a
$39,540,902 fixed price, indefinite delivery, indefinite quantity contract for the procurement of Large Landbased Tow Tractors (LLTTs) which are used to safely move aircraft weighing up to 350,000 lbs. This contract provides for a minimum quantity of five pilot production units and up to 200 production LLTTs. In addition this contract provides for associated technical and logistics data and training in support of the LLTT. Work will be performed in Sherbrooke, QC, Canada, and is expected to be completed in Feb. 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured by electronic request for proposals and five offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-09-D-0093).
 
            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $10,416,712 cost plus fixed fee, indefinite delivery, indefinite quantity contract to provide program management, logistics, and engineering services and incidental materials and technical data in support of F/A-18 aircraft of the Governments of Switzerland, Finland, Canada, Kuwait, Australia, Malaysia, and Spain F/A-18 aircraft program. 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. This contract combines purchases for the Governments of Switzerland ($3,182,560; 30.55 percent); Finland ($2,220,600; 21.32 percent); Canada ($1,621,000; 15.56 percent), Kuwait ($1,297,000; 12.45 percent); Australia ($927,200; 8.90 percent); Malaysia ($806,352; 7.74 percent); and Spain ($362,000; 3.48 percent) under the Foreign Military Sales Program. The Naval Air Systems command, Patuxent River, Md., is the contracting activity (N00019-09-D-0010).
 
            General Electric Co., Aircraft Engines Business Group, Lynn, Mass., is being awarded a $6,387,870 modification to a previously awarded firm fixed price contract (N00019-06-C-0088) to provide technical, engineering and component life cycle management in support of the Fiscal Year 2009 F414-GE-400 Engine Component Improvement Program.
The F414-GE-400 engine powers the F/A-18E/F Super Hornet aircraft. Work will be performed in Lynn, Mass., (90 percent); Johnson City, N.Y., (4 percent); East Aurora, N.Y., (4 percent); and Evendale, Ohio, (2 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 Systems Command, Patuxent River, Md., is the contracting activity.
 
ARMY
 
            Alliant Lake City Small Caliber Ammunition Company Co., LLC, Independence, Mo., was awarded on Feb 12, 2009, a $7,371,596 firm fixed price requirements contract for which project funds will modify the basic mechanical and electrical refurbishment to accommodate the green bullet design. Work is to be performed at Lake City Army Ammunition Plant, Independence, Mo., with an estimated completion date of Aug. 31, 2009. One bid was solicited and one bid received. U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0016).
 
            Benchmark Contracting, Inc., Las Vegas, Nev., was awarded on Feb. 12, 2009, a $5,720,000 firm fixed price contract. The project is an 18,000 square foot dining facility that will be constructed using a pre-engineered building with reinforced foundation and floor slab, structural steel frames, metal exterior walls, standing seam metal roof, all required utilities, communication support, fire detection/protections, parking, site improvements, landscaping, and all other necessary support. Work is to be performed at Creech Air Force Base, Clark County, Nev., with an estimated completion date of Jun. 15, 2009. Bids were solicited on the Web with 20 bids received. U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-09-C-0005).
 
AIR FORCE
 
            The Air Force is modifying a cost plus award fee contract with Lockheed Martin-Integrated Systems and Solutions, Colorado Springs, Colo., for an estimated $7,343,360. This contract action awards the continuing systems engineering and program management support for the CCIC2s program under the Integrated Space Command and Control. At this time, the entire amount has been obligated. 850 ELSG/PK, Peterson Air Force Base, Colo., is the contracting activity (F19628-00-C-0019, P00155).

 

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 articleGORDON DUFF: HUMOR: YOU MAY BE A TALIBAN IF….
Next articleFilner and Akaka Reintroduce Legislation to Secure Timely Funding for Veterans’ Health Care through Advance Appropriations