U.S. Department of Defense Announces Latest Contract Awards: 8-15-09

0
617

Turner-Penick, San Diego, Calif., is being awarded a $109,578,253 firm-fixed price contract for design and construction of four bachelor enlisted quarters at Marine Corps Base Camp Pendleton.  BEQ’s will house a total of 1502 Marines in the standard 2+0 configuration and will include a multipurpose community area and laundry facilities.  The contract also contains planned modifications, which if issued would increase cumulative contract value to $121,293,853.  Work will be performed in Oceanside, Calif., and is expected to be completed by August 2011.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with eleven (11) proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (contract number N62473-09-C-1234).       

RLF & Sherlock, Smith & Adams JV, Winter Park, Fla., (N62470-09-D-9042); Smith Group Inc., & URS Group Inc., JV, Washington, D.C., (N62470-09-D-9043); HDR Architecture, Inc., Alexandria, Va., (N62470-09-D-9044), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for design services for medical projects located throughout the Naval Facilities Engineering Command area of responsibility, worldwide.  The maximum dollar value, including the base period and four option years, for all three contracts combined is $100,000,000.  The work to be performed provides for DD Form 1391 documentation, design-build request for proposals, plans, specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, operation and maintenance support information, commissioning, and construction inspection and engineering consultation services during construction. 

Work will be performed at various Navy and Marine Corps facilities and other government facilities located throughout the Naval Facilities Engineering Command area of responsibility worldwide.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 19 proposals received.  These three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity. 

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $76,314,597 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0014).  This modification provides for the procurement of additional ancillary mission equipment for the F/A-18 E/F and E/A-18G aircraft.  Work will be performed in Mesa, Ariz., (79.2 percent); St. Louis, Mo., (11.3 percent); Minneapolis, Minn., (7.3 percent); and Camarillo, Calif., (2.2 percent) and is expected to be completed in August 2013.  Contract funds in the amount of $29,923,008 will expire at the end of the

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $42,108,043 firm-fixed-price contract for preparation and accomplishment of the FY09 dry-docking selected restricted availability of USS Springfield (SSN 761).  The contractor will perform advance planning, design documentation, engineering, procurement, ship-checks, fabrication and preliminary shipyard work and/or any other work necessary to prepare for the accomplishment of, as well as accomplish all the necessary alterations, repairs, maintenance, modernization, testing and routine work required to return the mission ready submarine to the fleet.  Work will be performed in Groton, Conn., and is expected to be completed by February 2010.  Contract funds in the amount of $40,574,815 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-09-C-4413). 

DRS Power and Control Technologies, Milwaukee, Wis., is being awarded a $9,531,441 firm-fixed-price contract to provide replacement parts/spares to support the Advanced Secondary Propulsion Unit/Secondary Propulsion Unit Drive in support of Puget Sound Naval Shipyard.  Work will be performed in Milwaukee, Wis., and work is expected to be completed August 2011.  Contract funds in the amount of $9,531,441 will expire at the end of the current fiscal year.  The number of firms solicited was one in accordance with FAR 6.302-1.  The requirement was synopsis and posted to Navy Electronic Commerce Online.  The acquisition was solicited as a sole source under FAR Part 15.  One firm was solicited and one offer was received.  The contract will be awarded as a sole source procurement.  The Fleet & Industrial Supply Center, Puget Sound, Bremerton, Wash., is the contracting activity (N00406-09-C-9048). 

DEFENSE LOGISTICS AGENCY 

                Western Refining Co., El Paso, Texas is being awarded a maximum $89,548,933 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel.  Other location of performance is El Paso Texas.  Using service is Defense Energy Support Center.  There were originally 72 proposals solicited with 19 responses.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is October 30, 2010.  The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0496).  

                General Electric Aircraft Engines, Lynn, Mass., is being awarded a maximum $52,958,405 firm fixed price, sole source, requirement type contract for engine supporting NSNs.  There are no other locations of performance.  Using services are Army, Navy, Air Force and Marine Corps.  The original proposal was DIBBS solicited with one response.  Contract funds will expire at the end of the current fiscal year.  The initial award was for a fixed price, requirements type contract for a ten-year duration to include a two-year base with four two-year option periods.  Provisions for price-re-determination were included.  This contract is currently in the final year of the fourth option period.  The date of performance completion is July 29, 2010.  The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPM400-00-R-06626).  

                Navajo Refining Co., Dallas, Texas is being awarded a maximum $20,588,550 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel.  Other location of performance is Artesia, New Mexico.  Using service is Defense Energy Support Center.  There were originally 72 proposals solicited with 19 responses.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is October 30, 2010.  The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0496).  

ARMY 

                Weston Solutions, Inc., Houston, Texas was awarded on August 13, 2009 a $82,670,701 firm-fixed-price contract for the recovery- IDIQ Matoc design build project, Houston-Galveston Navigation Channel, Multiple site repairs in Harris and Chambers Counties, Texas.  The work consists of design and construction of Levee repairs, levee raisings, and shore protection to placement areas used for the Houston –Galveston navigation channel.  The placement area includes the following: Lost Lake, Peggy Lake, Alexander Island, Spilman Island, Atkinson Island, Mid Bay, and Redfish Island.  Work is to be performed in Chambers County, Texas with an estimated completion date Sept. 30, 2011.  Four bids solicited with three bids received.  U.S.A.  Engineer District, Galveston, Texas is the contracting activity (W912BV-08-D-2012). 

                Camber Corporation, Huntsville, Ala., was awarded on August 13, 2009 a $8,712,671 time-and material contract for the instructors to teach selected classes at the U.S. Army Armor Center during the period of Sept. 30, 2009 through Sept. 29, 2010.  Work is to be performed in Fort Knox, Ky., with an estimated completion date of Sept. 29, 2010.  Five bids were solicited with three bids received.  Mission and Installation Contracting Command Center, Fort Knox, Ky., is the contracting activity (W912SU-05-D-0004). 

                American Ordanace LLC/Iowa Operations, Middletown, Iowa was awarded on Aug. 13, 2009 a $7,473,500 service contract for the funds obligated for new equipment purchases, rehabilitation and installation, engineering support, production line analysis and evaluation, environmental permit application and site survey/evaluation associated with movement/relocation of detonator/relay/delay production capability from Lone Star Army Ammunition Plant to Iowa Army Ammunition Plant pursuant to 2005 Base Relocation and Closure law/direction.  Work is to be performed in Middletown, Iowa with an estimated completion date of Sept. 30, 2011.  One bid solicited with one bid received.  Army Contracting Command, Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W52P1J-09-G-0001).  

                Newland Entities, Inc, Yuba City, Calif., was awarded on August 13, 2009 a $6,649,068 firm-fixed-price contract for placing quarry stone on the slopes of several erosion sites along the banks of the Sacramento and Feather Rivers and Sutter Bypass.  Work is to be performed in Knights Landing, Calif., (20 precent), Grimes, Calif., (28 precent), Colusa, Calif., (22 precent), Yuba City, Calif., (23 precent), and Meridian, Calif., (7 precent) with an estimated completion date of Jan. 14, 2013.  Bids were solicited on the World Wide Web with six bids received. U.S. Army Engineer District, Sacramento, Calif., is the contracting activity (W91238-09-C-0021)  

UNITED STATES TRANSPORTATION COMMAND  

                Phoenix Air Group, Inc., of Cartersville, Ga., 30120-6896, is being awarded a $5,690,369 fixed-price indefinite delivery/indefinite quantity contract for passenger air transportation services between Point Mugu, Calif., and San Nicolas Island, Calif., and between Point Mugu, Calif., and China Lake, Calif.  This contract is expected to be completed by Sept. 30, 2010, and includes four option years thereafter.  Contract funds will expire at the end of fiscal year 2010.  This contract resulted from a 100 percent Small Business Set Aside acquisition with six proposals received.  The contracting activity is United States Transportation Command (USTRANSCOM) Directorate of Acquisition, Scott Air Force Base, Ill., 62225 (HTC711-09-D-0050).

 

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 articleIS GOD TOO BUSY RUNNING THE WAR ON ISLAM?
Next articleFederal Appeals Court Ruling that Could Affect A Large Number of Veterans