U.S. Department of Defense Announces Latest Contract Awards

2
883

No. 280-10
——————————————–
CONTRACTS: ARMY
 
                McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on April 6 a $72,114,336 firm-fixed-price contract.  This modification provides funding for the remanufacture of 24 AH-64A model into AH-64D model aircraft for the National Guard, item unique identification marketing Phase II recurring requirement for NG3A, and definitization of the not-to-exceed for the image generator.  Work is to be performed in Mesa, Ariz., with an estimated completion date of Dec. 31, 2013.  One bid was solicited with one bid received. U.S. Army Contracting Command, AMCOM Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0093).
 
                GM GDLS Defense Group, LLC, Sterling Heights, Mich., was awarded on April 7 a $58,256,427 cost-plus-fixed-fee contract.  This contract action directs changes to the Stryker vehicle performance specification requirements.  The specification changes will require design and integration engineering services, test articles/prototypes, and procurement of necessary materials, including long-lead materials, to support a modified hull design with related integrated system changes.  The program objectives are an integrated solution that provides improved protection levels to support operations in the Operation Enduring Freedom area of responsibility.  Work is to be performed in Sterling Heights, Mich. (41 percent), and London, Ontario (59 percent), with an estimated completion date of Nov. 30, 2011.  One bid was solicited with one bid received. TACOM, CCTA-AI, Warren, Mich., is the contracting activity (W56HZV-07-D-M112).
 
                Edgesource, Alexandria, Va., was awarded on April 6 a $26,000,000 cost-plus-fixed-fee contract for contract line item numbers 0001, labor; 0002, other direct charges (ODCs); and 0003, manpower reporting.  The contractor will provide the full range of services needed to accomplish the Army Intelligence Campaign Initiatives Group program objectives.  Specifically, the acquisition will aquire services needed to provide and enhance the necessary analytical tools and methodologies to objectively assess the posture of Army Intelligence Surveillance Reconnaissance systems and force structure.  Work is to be performed in Fort Belvoir, Va., with an estimated completion date of April 6, 2015.  Five bids were solicited with five bids received. U.S. Army, Intelligence and Security Command, Fort Belvoir, Va., is the contracting activity (W911W4-10-D-0004)
 
                Berico Technologies, LLC, Arlington, Va., was awarded on April 6 a $26,000,000 cost-plus-fixed-fee contract.  The contractor shall provide the full range of services needed to accomplish the Army Intelligence Campaign Initiatives Group program objectives.  Specifically, the acquisition will acquire services needed to provide and enhance the necessary analytical tools and methodologies to objectively assess the posture of Army Intelligence Surveillance Reconnaissance systems and force structure.  Work is to be performed in Fort Belvoir, Va., with an estimated completion date of March 2015.  Five bids were solicited with five bids received. U.S. Army, Intelligence and Security Command, Fort Belvoir, Va., is the contracting activity (W911W4-10-D-0003)
 
                Berico Technologies, LLC, Arlington, Va., was awarded on April 6 a $26,000,000 cost-plus-fixed-fee contract.  The contractor shall provide the full range of services needed to accomplish the Army Intelligence Campaign Initiatives Group program objectives.  Specifically, the acquisition will acquire services needed to provide and enhance the necessary analytical tools and methodologies to objectively assess the posture of Army Intelligence Surveillance Reconnaissance systems and force structure.  Work is to be performed in Fort Belvoir, Va., with an estimated completion date of April 6, 2015.  Five bids were solicited with five bids received. U.S. Army, Intelligence and Security Command, Fort Belvoir, Va., is the contracting activity (W911W4-10-D-0002)
 
                TASC, Inc., Andover, Mass., was awarded on April 6 a $26,000,000 cost-plus-fixed-fee contract.  The contractor shall provide the full range of services needed to accomplish the Army Intelligence Campaign Initiatives Group program objectives.  Specifically, the acquisition will acquire services needed to provide and enhance the necessary analytical tools and methodologies to objectively assess the posture of Army Intelligence Surveillance Reconnaissance systems and force structure.  Work is to be performed in Fort Belvoir, Va., with an estimated completion date of April 6, 2015.  Five bids were solicited with five bids received. U.S. Army, Intelligence and Security Command, Fort Belvoir, Va., is the contracting activity (W911W4-10-D-0001)
 
                Raytheon Co., Andover, Mass., was awarded on April 5 a $16,680,000 firm-fixed-price contract.  This contract is for Kuwait Patriot Radar upgrade spares, including the fabrication, production, testing, and delivery of Kuwait concurrent spares.  Work is to be performed in Andover, Mass., with an estimated completion date of Aug. 31, 2012.  One bid was solicited with one bid received. U.S. Army Contracting Command, Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0002).
 
                Alliant Techsystems, Inc., Integrated Weapons Systems, Mesa, Ariz., was awarded on April 2 a $16,800,232 firm-fixed-price contract for M242 automatic guns, 25mm (266 each), and a 25 percent option (66 each).  Work is to be performed in Mesa, Ariz., with an estimated completion date of June 27, 2013.  One bid was solicited with one bid received. TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-10-C-0283).
 
                FedTech Services, Tampa, Fla., was awarded on April 6 a $14,099,860 firm-fixed-price contract.  This contract is a high visibility IT security solution currently deployed in Iraq that is urgently needed in the Afghanistan theater.  The proposed action is to include all hardware, software, maintenance, and services related to the Theater Network Management Architecture (TNMA) tool suite.  TNMA 2.0 is a fully integrated, robust tool suite supporting real-time, correlated configuration, performance-and-status/event-and-topology information in a common format enabling analysis and modeling capabilities.  This capability will allow the war fighter to be proactive and take preventative measures to minimize possible damage, intrusions, or threats before they arise.  Work is to be performed in Afghanistan (90 percent) and Tampa, Fla. (10 percent), with an estimated completion date of March 30, 2014.  Bids were solicited on the World Wide Web with one bid received. Army Contracting, CCRC-RJ, Rock Island, Ill., is the contracting activity (W52P1-10-C-0027).
 
                C.J. Mahan Construction Co., LLC, Grove City, Ohio, was awarded on April 5 a $14,059,290 firm-fixed-price contract for the procurement being funded under Section 1514 of the Recovery Act, requiring the fabrication and delivery of lock approach wall pre-cast concrete beams for the Chickamauga Lock project of the Nashville District U.S. Army Corps of Engineers.  Work is to be performed in Grove City, Ohio, with an estimated completion date of April 1, 2012.  Bids were solicited on the World Wide Web with two bids received. U.S. Army Corps of Engineers, Nashville District, Nashville, Tenn., is the contracting activity (W912P5-10-C-0008).
 
                Hanco Corp., Hattiesburg, Miss., was awarded on April 1 a $12,032,940 firm-fixed-price contract for Energy Conservation Building Code upgrades to 331 buildings at Camp Shelby.  Work is to be performed in Camp Shelby, Miss., with an estimated completion date of May 30, 2013.  Bids were solicited on the World Wide Web with 13 bids received.  National Guard Bureau, United States Property and Fiscal Office for Mississippi, Jackson, Miss., is the contracting activity (W9127Q-10-C-0001).
 
                CRA Managed Care Services, Newington, Va., was awarded on April 2 an $11,396,332 firm-fixed-price contract.  This contract is in accordance with FAR 52,217-8, option to extend services to a sole-source bridge contract (W91YTZ-08-C-0101) for Woodbridge Fairfax Family Health Center, under the supervision of DeWitt Army Community Hospital, Fort Belvoir, Va.  The period of performance will be April 1, 2010 through June 30, 2010.  Work is to be performed in Woodbridge, Va. (50 percent), and Fairfax, Va. (50 percent), with an estimated completion date of June 30, 2010.  One bid was solicited with one bid received. U.S. Medical Command, North Atlantic Regional Contracting Office, Washington, D.C., is the contracting activity (W91YTZ-08-C-0101).
 
                SRC, Inc., Chantilly, Va., was awarded on April 6 an $11,019,956 cost-plus-fixed-fee contract for the Joint Improvised Explosive Device Defeat funds sensitive activities branch support services.  Work is to be performed in Arlington, Va., with an estimated completion date of April 4, 2015. Bids were solicited on the World Wide Web with two bids received.  Research Development and Engineering Command Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-10-C-0056).
 
                BAE Systems Specialty Group, Inc., Jessup, Pa., was awarded on April 1 a $10,590,131 firm-fixed-price contract for modular lightweight load-carrying equipment in the color MultiCam.  Work is to be performed in Jessup, Pa., with an estimated completion date of March 31, 2011.  One bid was solicited with one bid received. U.S. Army Research Development & Engineering Command, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-06-D-0003).
 
                AAI Corp., Hunt Valley, Md., was awarded on April 6 a $9,974,202 cost-plus-fixed-fee contract.  This contract is for government-owned, contractor-operated units three and four in support of Operation Enduring Freedom and overseas contingency operations.  This contract action will be a letter contract, obligating only 49 percent ($9,974,202) of the total value of this action ($20,355,518).  Work is to be performed in Hunt Valley, Md., with an estimated completion date of Oct. 31, 2010.  One bid was solicited with one bid received.  CCAM-AR-A, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0006).
 
                Oshkosh Corp., Oshkosh, Wis., was awarded on April 7 a $9,389,040 firm-fixed-price contract for the procurement of 29 field service representatives, equal to 348 months, for the Mine Resistant Ambush Protected All Terrain Vehicle in support of Operation Enduring Freedom.  Work is to be performed in Oshkosh, Wis., with an estimated completion date of May 31, 2012.  Five bids were solicited with five bids received. Tank-automotive and Armaments Command (TACOM), CCTA-ADC-A, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).
 
                CACI, Inc., Federal, Chantilly, Va., was awarded on April 7 an $8,788,911 firm-fixed-price contract.  The contractor will provide simulation-supported battle command staff training exercises for pre- and post-mobilizing active and reserve component combat, combat support, and combat services support brigade and battalion equivalents, headquarters.  Work is to be performed in Fort Dix, N.J. (20 percent); Dublin, Calif. (20 percent); Birmingham, Ala. (2- percent); Arlington Heights, Ill. (20 percent); and Houston, Texas (20 percent), with an estimated completion date of Jan. 1, 2011.  One bid was solicited with one bid received.  Mission & Installation Contracting Command, MICC Center, Fort Bragg, N.C., is the contracting activity (W91247-10-C-0032).
 
                Fontaine Trailer Military Products, Jasper, Ala., was awarded on April 1 an $8,765,565 firm-fixed-price contract.  This contract is for 250 M871A3 drop-deck semitrailers ordered through General Services Administration (GSA) contract GS-30F-0018T.  Fontaine Trailer Military Products in the only supplier of the M871A3 semitrailers in the GSA schedule.  A limited source justification was provided and approved by the Contract Management Office on March 8, 2010.  Work is to be performed in Jasper, Ala., with an estimated completion date of Sept. 30, 2010.  One bid was solicited with one bid received.  TACOM Contracting Center, Warren CCTA-ATB-D, Warren, Mich., is the contracting activity (W56HZV-10-F-0006).
 
                Schutt Industries, Inc., Clintonville, Wis., was awarded on April 6 a $6,843,217 firm-fixed-price contract.  Items being procured are the family of light tactical trailers.  The delivery order is for 837 M1102 trailers, 93 heavy chassis trailers, and 27 tactical quiet generator kits.  The light tactical trailers are the primary companion trailer to the High Mobility Multipurpose Wheeled Vehicles (HMMWV), and are required to operate with the HMMWV worldwide, on primary and secondary roads as well as cross-country.  Work is to be performed in Clintonville, Wis., with an estimated completion date of Dec. 30, 2010.  Two bids were solicited with two bids received.  TACOM, CCTA-ATA-B, Warren, Mich., is the contracting activity (W56HZV-08-D-0107).
 
                Eagle Industries Del Caribe, Lares, Puerto Rico, was awarded on April 1 a $6,809,867 firm-fixed-price contract for modular lightweight load-carrying equipment in the color MultiCam.  Work is to be performed in Lares, Puerto Rico, with an estimated completion date of March 31, 2011.  One bid was solicited with one bid received. U.S. Army Research Development & Engineering Command, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-06-D-0004).
 
                Booz Allen Hamilton, Inc., McLean, Va., was awarded on April 6 a $6,000,000 indefinite-delivery/indefinite-quantity contract, with individual task orders issued on a cost-plus-fixed-fee basis, for Advanced Technology Application Center infrastructure support.  Work is to be performed in McLean, Va., with an estimated completion date of June 20, 2010.  One bid was solicited with one bid received. U.S. Army Research, Development, and Engineering Command Contracting Center, Adelphi, Md., is the contracting activity (W911QX-07-D-0004).
 
                Metters Industries, Inc., McLean, Va., was awarded on April 2 a $5,898,888 firm-fixed-price contract for logistics modernization program support services, including general and specific enterprises resource planning requirements; data management support; facilitation of knowledge transfer; reports interface conversions extensions support; solution demonstration lab support; business design workshop support; and critical business process test support.  Work is to be performed in Rock Island, Ill., with an estimated completion date of April 30, 2012.  Bids were solicited on the World Wide Web with one bid received. Rock Island Contracting Center Rock Island, Ill., is the contracting activity (W52H09-09-F-5028).
 
NAVY
 
                Northrop Grumman Space and Mission Systems, Network Communication Systems, San Diego, Calif., is being awarded a $28,391,903 cost-plus-incentive-fee, cost-plus-award-fee, cost only, and firm-fixed-price modification to previously awarded contract (N00024-09-C-6317) to exercise options for all material and services to support the system development and demonstration phase through critical design review for the three capabilities (dismounted, mounted, and fixed site) of the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) 3.3 system of systems 71°C ambient temperature. The JCREW system will provide combat troops protection for foot soldiers, vehicles, and permanent structures, against radio-controlled improvised explosive devices. Traditionally, the Department of Defense has procured different individual systems to support each of these three capabilities with a focus on operations in both Iraq and Afghanistan. The JCREW 3.3 is the first generation system that will develop a common open architecture across all three capabilities and provide protection for worldwide military operations. Work will be performed at various Northrop Grumman Space and Mission Systems locations, as follows: San Diego, Calif. (84 percent), Sierra Vista, Ariz. (14 percent), and Killeen, Texas (2 percent), and is expected to be complete by October 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.
 
                Teradyne, Inc., North Reading, Mass., is being awarded a $10,600,000, five-year firm-fixed-price commercial basic ordering agreement for procurement of Teradyne Spectrum 9100 tester support. Teradyne Spectrum 9100 testers are used for the development of test program sets (TPSs) for Trident fire control, missile, and guidance electronic modules that are being redesigned as part of the D5 Life Extension program. The TPSs will also be used for production testing of modules and for service life evaluation. The proposed acquisition is for additional testers, spare equipment, instrument calibration, training, and maintenance contracts that are required to maintain the necessary tester availability. Work will be performed in North Reading, Mass., and is expected to be completed by April 2015. Contract funds in the amount of $95,040 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00024-09-C-6317).
 
                Raytheon Co., Tucson, Ariz. is being awarded a $6,467,936 modification to previously awarded contract (N00024-08-C-5374) for the Standard Missile II production of all-up-round (AUR) missiles; AN/DKT-71A telemetric data transmitting sets; section level spares; post production spares; shipping containers; and associated data. The contract modification provides for the procurement of six AUR missiles, 10 guidance section spares, nine SCU spares, 36 shipping containers, 30 battery spares, and 1638 Innovasic chips. Work will be performed in Tucson, Ariz. (74 percent); Andover, Mass. (18 percent); Camden, Ark. (5 percent); and Farmington, NM (3 percent); and is expected to be completed by December 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.
 
DEFENSE LOGISTICS AGENCY
 
                Cummins Mid-South*, Memphis, Tenn., is being awarded a maximum $8,853,393 fixed-price with economic price adjustment, indefinite-quantity contract for engine parts. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were originally eight proposals solicited with eight responses. Contract funds will not expire at the end of the current fiscal year. This contract is for a one-year base and four option years. The date of performance completion is April 8, 2011. The Defense Supply Center Columbus, Columbus, Ohio, is the contracting activity (SPM7LX-10-D-9005).
 
*Small business

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 article26 Year Old Marine Veteran, Dying of Service Connected Disability, Valiantly Fighting Proposal of VA to Cut his Benefits and Recoup Past Payments
Next articleThe Post 9-11 G.I Bill and You!