U.S. Department of Defense Announces Latest Contract Awards

3
715

No. 294-10
——————————————-
CONTRACTS: AIR FORCE
 
                Rockwell Collins, Inc., Cedar Rapids, Iowa, was awarded a $208,905,836 contract which will provide for the Senior Leadership Command, Control, and Communications System – Airborne Communications program. The contractor will provide secure voice, data, and video systems for the very important person special air mission fleet, up to 40 aircraft, to include:  communication system operator work stations; passenger stations voice over internet protocol phones; video teleconferencing systems; classified and unclassified local area networks; and training, maintenance, and logistic support. At this time, $8,560,163 has been obligated. 653d ELSG/PK, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-10-D-0003).
 
ARMY
 
                Lockheed Martin Corp., Syracuse, N.Y., was awarded on April 12 a $108,490,207 firm-fixed-price contract.  The government intends to procure 17 enhanced AN/TPQ-36 (EQ-36) radar systems with the associated sustained operational group and mission essential group (MEG) non-recurring engineering and MEG installation under an undefinitized contractual action with an obligation of 49 percent of the estimated value.  Work is to be performed in Syracuse, N.Y., with an estimated completion date of Oct. 8, 2010.  Sole-source bids were solicited with one bid received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-T004).
 
                Oshkosh Corp., Oshkosh, Wis., was awarded on April 12 a $68,737,950 firm-fixed-price contract for the procurement of 1,770 rocket-propelled grenade protection kits.  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. TACOM, CCTA-ADCA, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).
 
                Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded on April 9 a $46,242,947 firm-fixed-price contract.  This contract is for the issuance of an undefinitized contract action for the purchase of AH-64 Apache modernized target acquisition designation sight/pilot night vision sensors systems; associated integration and installation; associated spares; TADS electronic display and control glass; unique meeting support; and troubleshooting and repair for Saudi Arabia, Egypt, and the Netherlands. The April 9 obligation of $46,242,947 is 49 percent of the UCA not-to-exceed amount of $94,373,362.  Work is to be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2013.  One bid was solicited with one bid received. Army Contracting Commands, AMCOM Contracting Center, CCAM-AP-B, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0169).
 
                Honeywell International, Inc., Phoenix, Ariz., was awarded on April 9 a $12,150,000 cost-plus-fixed-fee contract.  This contract is for developing technologies to improve and enable silicon carbide power devices and component technologies.  These technologies will enable military and commercial systems to be more efficient while operating at higher temperatures and small footprints.  These technologies are critical to meet performance requirements for advanced military and U.S. energy platforms.  Work is to be performed in Phoenix, Ariz. (0.98 percent); Durham, N.C. (48.65 percent); Niskayuna, N.Y. (9.87 percent); Fayetteville, Ark. (9.57 percent); East Butler, Pa. (15.16 percent); Longwood, Fla. (6.69 percent); and Midland, Mich.; (8.09 percent), with an estimated completion date of May 29, 2011.  One bid was solicited with one bid received.  Army Research Development & Engineering Command Contracting Center, Research Triangle Park, Durham, N.C., is the contracting activity (DAAD19-01-C-0067).
 
                ACC Construction Company, Inc., Augusta, Ga., was awarded on April 9 a $20,800,464 firm-fixed-price contract for the design/build of special operations facility battalion and operations complex, Phase 4, Fort Campbell, Ky.  Work is to be performed in Fort Campbell, Ky., with an estimated completion date of June 8, 2012.  Bids were solicited via the Federal Business Opportunities Web site with nine bids received. U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0043).
 
                Hensel Phelps Construction Co., Phoenix, Ariz., was awarded on April 9 a $32,766,000 firm-fixed-price contract.  This construction project, entitled “Design/build Special Operations Forces Fuel Cell and Corrosion Control Hangars, Cannon Air Force Base, Curry County, New Mexico,” consists of the design and construction of a 32,087 square foot fuel cell hangar and a 57,674 square foot corrosion control hangar with all associated site work, site utilities, Anti Terrorism Force Protection requirements, parking lots, airfield ramps, underground electrical duct bank to substation, and new electrical switch gear and vault at the substation.  Work is to be performed in Curry County, N.M., with an estimated completion date of May 2, 2010.  Twenty bids were solicited with 13 bids received. U.S. Army Corps of Engineers, Albuquerque District, CESPA-CT, Albuquerque, N.M., is the contracting activity (W912PP-10-C-0015).
 
                Osborne Co., Inc., Eden, N.C., was awarded on April 8 a $8,321,151 firm-fixed-price contract to construct 6.03 miles of roads from the Harmony Church cantonment area to the new Good Hope maneuver/training area.  This new roadway will require the construction of a bridge over US Highway 27/280 and a replacement bridge on Jamestown Road across the Weems Pond spillway.  Construction of the Weems Pond Bridge will require a temporary bridge on Jamestown Road.  Supporting facilities will include:  clearing and grubbing; fine and rough grading; erosion control systems; grassing; storm drainage; guard rails; force protection fencing and gates; and utility protection.  Work is to be performed in Fort Benning, Ga., with an estimated completion date of Oct. 10, 2011. Six bids were solicited with three bids received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-09-D-0015).
 
                Design Build S.E., Toa Baja, Puerto Rico, was awarded on April 8 a $5,990,000 firm-fixed-price contract for the recovery design/build roof and exterior repairs, Ramey Army Reserve Center, Aguadilla, Puerto Rico.  Work is to be performed in Aguadilla, Puerto Rico, with an estimated completion date of May 14, 2011.  Bids were posted on the World Wide Web with five bids received. U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0047).
 
                RCG Enterprises, Inc., Pensacola, Fla., was awarded on April 9 a $12,489,158 firm-fixed-price contract for Lake Pontchartrain and vicinity, Lakefront Airport T-walls, LPV 105.01.  Work is to be performed in Orleans Parish, La., with an estimated completion date of Feb. 11, 2011.  Bids were solicited on the World Wide Web with 11 bids received. West New Orleans East, Hurricane Protection Office, Orleans Parish, La., is the contracting activity (W912P8-10-C-0054).
 
                CACI, Inc., Federal, Chantilly, Va., was awarded on April 9 an $8,788,911 firm-fixed-price contract.  The contractor will provide simulation-supported battle command staff training exercise for pre- and post-mobilizing active and reserve component combat, combat support, and combat service support brigade and battalion equivalents headquarters.  Work is to be performed in Fort Dix, N.J. (20 percent); Dublin, Calif. (20 percent); Birmingham, Ala. (20 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).
 
NAVY
 
                CACI Technologies, Inc., Chantilly, Va., is being awarded a $37,744,674 modification to previously awarded contract (N63394-04-D-1262) for systems engineering services in support of integrated ship self defense. This procurement is to provide professional engineering, technical, training, software, project service, and logistics services and products necessary to support the Ship Self Defense System of the Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, Calif. Services will be required at shore sites, land-based test facilities, shipyards, and aboard ships in ports and at sea. Work will be performed in Port Hueneme, Calif. (35 percent); Wallops Island, Va. (20 percent); Crystal City, Va. (20 percent); San Diego, Calif. (10 percent); Little Creek, Va. (10 percent); and Pearl Harbor, Hawaii (5 percent). Work is expected to be completed by December 2010. Contract funds in the amount of $781,438 will expire at the end of the current fiscal year. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity.
 
                The Boeing Co., St. Louis, Mo., is being awarded a $10,994,224 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0050) to provide 6,600 flight hours of persistent intelligence, surveillance, reconnaissance unmanned aircraft vehicle services in support of naval maritime missions. Work will be performed in Bingen, Wash. (97 percent), and St. Louis, Mo. (3 percent), and is expected to be completed in June 2010. Contract funds in the amount of $10,994,224 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
                Raytheon Network Centric Systems, St. Petersburg, Fla., is being awarded an $8,090,839 modification to previously awarded contract (N00024-08-C-5203) for Cooperative Engagement Capability (CEC) system production. CEC is a sensor netting system that significantly improves battle-force anti-air warfare capability by extracting and distributing sensor-derived information and making the data available to all participating CEC units. This modification combines purchases for the U.S. Navy (97.3 percent) and the government of the United Kingdom (2.7 percent) under the Foreign Military Sales program. Work will be performed in Largo, Fla. (47 percent); St. Petersburg, Fla. (20 percent); Dallas, Texas (18 percent); and McKinney, Texas (15 percent), and is expected to be completed by January 2012. 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.
 
                Shaw Environmental, Inc., Concord, Calif., is being awarded $7,463,914 for task order #0010 under a previously awarded firm-fixed-price contract (N68711-01-D-6011) for non-time critical removal action for three solid waste disposal areas (SWDA) at Installation Restoration Site 12 at Naval Station Treasure Island. The work to be performed provides for additional soil characterization and excavation within the three SWDA. Work will be performed in San Francisco, Calif., and is expected to be completed by Dec. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
 
                General Dynamics Information Technology, Fairfax, Va., is being awarded a $6,221,873 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide support to the U.S. Joint Forces Command for studies and analyses, logistics support, and specialized program support. Work will be performed in Suffolk, Va., and is expected to be completed Jan. 31, 2011. Contract funds will not expire before the end of the current fiscal year.  The contract is a sole-source pursuant to the authority of 10 U.S.C. 2304 (c) (1); only one responsible source and no other supplies and services will satisfy agency requirements. Fleet and Industrial Supply Center, Norfolk, Contracting Department, Philadelphia, Pa., is the contracting activity (N00189-10-D-Z040).
 
                Ball Aerospace and Technology Corp., Boulder, Colo., is being awarded an estimated $5,545,404 cost-plus-incentive-fee, fixed-price-incentive-fee, firm-fixed-priced, cost-plus-fixed-fee contract to conduct a software requirements review and system design review, and will provide the Navy the means to establish initial conditions for naval operational oceanographic models, allowing them to represent both the current and predicted ocean thermal structure. The objective of this acquisition is to provide an on-orbit asset that will deliver altimetry data to the Navy’s central data processing ground site. It will have a capability to measure mesoscale ocean topography with at least a three centimeters precision for a mean mission duration of at least six years. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $499,625,341. Work will be performed in Boulder, Colo. (46 percent); France (43 percent); Clifton, N.J. (8 percent); and Golden, Colo. (3 percent). Work is expected be completed by November 2010; with options exercised, the work will continue until 2019. This contract was competitively procured via the Federal Business Opportunities and the Space and Naval Warfare Systems e-Commerce Central Web sites, with an unlimited number of proposals solicited and one offer received. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0068).
 
DEFENSE LOGISTICS AGENCY
 
                Belmont Instrument Corp.*, Billerica, Mass., is being awarded a maximum $31,611,102 fixed-price with economic price adjustment contract for blood fluid warming system with accessories and repair parts.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Contract funds will expire at the end of the current fiscal year. There were 99 proposals originally solicited with 68 responses. The date of performance completion is April 13, 2015. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2D1-10-D-8208).
 
                McClellan Jet Services*, McClellan, Calif., is being awarded a maximum $25,126,757 fixed-price with economic price adjustment contract for jet fuel. Other location of performance is California. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Contract funds will expire at the end of the current fiscal year. There was one proposal originally solicited with one response. The date of performance completion is March 31, 2014. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0015).
 
MISSILE DEFENSE AGENCY
 
                New Mexico State University Physical Science Laboratory (NMSU PSL), Las Cruces, N.M., is being awarded a sole-source cost-plus-fixed-fee contract (HQ0147-10-D-0051) for $6,775,921. Under this contract, NMSU PSL will provide sustainment efforts to maintain, test, and certify Lance missile equipment for use during launch operations; maintain, test, and certify as operational the mobile telemetry van to support launch operations; provide launch services for all Lance target missile system launch operations; and build, test, install, integrate, and monitor telemetry packages required during specified target missile launch operations. The work will be performed in Las Cruces, N.M. The performance period is through March 2015.   Fiscal year 2010 research, development, test, and evaluation funds will be used for the initial task order for equipment storage, maintenance, and management effort.   The Missile Defense Agency is the contracting activity.
 
*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 articleExposing Glenn Beck as a Dangerous Fraud, Part 2
Next articleCareers in IT- Mapping a Geographical Information Systems (GIS) Career Path