U.S. Department of Defense Announces Latest Contract Awards

0
871

No. 840-10
September 17, 2010 
 ——————————-
CONTRACTS

DEFENSE LOGISTICS AGENCY

                SupplyCore, Inc.*, Rockford, Ill., is being awarded a maximum $525,000,000 firm-fixed-price, prime vendor, indefinite-delivery/indefinite-quantity contract for maintenance, repair and operations.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  The original proposal was Web-solicited with 11 responses.  The date of performance completion is Sept. 17, 2011.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM500-02-D-0122).

                Hess Corp., Woodbridge, N.J., is being awarded a maximum $37,092,312 fixed-price with economic price adjustment contract for natural gas.  Other locations of performance are Massachusetts, New Jersey, New York, Philadelphia, and Rhode Island.  Using services are Army, Navy, Air Force and federal civilian agencies.  The original proposal was Web-solicited with 29 responses. T he date of performance completion is Sept. 30, 2012.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SPO600-10-D-7513).

                Peoples Gas, Tampa, Fla., is being awarded a maximum $14,336,000 retail service tariff contract for complete ownership, operation, maintenance, repairs, upgrades and improvements to utility systems at Tyndall Air Force Base, Fla.  Other location of performance is Tyndall Air Force Base, Fla.  Using service is Air Force.  There were originally 500 proposals plus Web solicitations with five responses.  The date of performance completion is March 2061.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-C-8254).

                Cima Energy, Ltd.*, Salt Lake City, Utah, is being awarded a maximum $12,958,221 fixed price with economic price adjustment contract for natural gas.  There are no other locations of performance.  Using services are Army, Navy, Air Force and federal civilian agencies.  The original proposal was Web-solicited with 29 responses. The date of performance completion is Sept. 30, 2012.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SPO600-10-D-7519).

NAVY

                Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded a $197,500,977 cost-plus-fixed-fee, performance incentives contract for post-Critical Design Review (CDR) Aegis Combat Systems Engineering to support the government of Australia (case AT-P-LCQ) under the Foreign Military Sales program.  The government of Australia selected the Aegis Combat System for it’s Australian Air Warfare Destroyer (AWD) program.  These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services, technical manuals and staging support to design and build an Aegis Weapon System (AWS) to support the AWD program.  The AWD AWS baseline will be derived from a technology refreshed variant of the U.S. Navy AWS Baseline 7 Phase I.  Naval Sea Systems Command contract N00024-09-C-5104 supported these efforts through Aegis Combat System Critical Design Review.  This contract will support all post-CDR efforts.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $211,425,860.  Work will be performed in Moorestown, N.J. (86 percent), and Adelaide, Australia (14 percent), and is expected to be completed by December 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-5125).

                Sierra Nevada Corp., Sparks, Nev., is being awarded a $49,832,778 modification to previously awarded contract (N00024-09-C-6306) to procure 587 dismounted Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) systems.  Dismounted JCREW systems are electronic jammers designed to prevent the initiation of Radio-Controlled Improvised Explosive Devices.  This contract is for the procurement and support of JCREW systems, to be used by forces in each of the military services of the Central Command area of responsibility.  The Navy manages the JCREW program for Office of the Secretary of Defense’s Joint Improvised Explosive Device Defeat Organization.  Work will be performed in Sparks, Nev. (90 percent), and Rancho Cordova, Calif. (10 percent), and is expected to be completed by July 2011.  Contract funds will not expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

                HITT Contracting, Inc., Falls Church, Va., is being awarded a $48,232,004 firm-fixed price contract for the design, renovation and construction of Buildings 1, 2, 12 and 15 at Naval Support Facility, Arlington.  The work to be performed provides for design and renovation of an existing facility/complex (Buildings 1, 2 and 12) and the conversion of Building 15 to an administrative facility.  The facility/complex will provide adequate space to accommodate the relocation of government personnel from leased facilities in support of the Base Realignment and Closure 2005 statutory regulations.  Work will be performed in Arlington, Va., 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 17 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-10-C-0014).

                BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded a $30,954,389 modification to previously awarded contract (N00024-07-C-4407) for the USS John Paul Jones (DDG 53) fiscal 2010 extended dry-docking selected restricted availability (EDSRA).  An EDSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by December 2010.  Contract funds in the amount of $30,954,389 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

                Navistar Defense, LLC, Warrenville, Ill., was awarded on Sept. 16 a $25,189,623 firm-fixed-priced delivery order #0011modification under previously awarded contract (M67854-07-D-5032) for the procurement of contiguous United States (CONUS) instructors, field service representative (FSR) support, outside the continental United States (OCONUS) FSR/instructor/mechanic, other direct cost, and to increase the quantity of FSRs/instructors attending Mine Resistant Ambush Protected University and CONUS Replacement Center Training.  The objective of the FSRs/instructors is to sustain operation of the Dash vehicles in support of Operation Enduring Freedom in Afghanistan.  Work will be performed in WestPoint, Miss., and is expected to be completed by the end of September 2011.  Contract funds will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

                The ARC of the Virginia Peninsula, Inc., Hampton, Va., is being awarded a $13,560,102 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for offload services to load and stow subsistence and supplies onboard Department of Defense ships.  This contract consists of one base year and two one-year option periods which, if exercised, bring the total estimated value of the contract to $40,680,308.  Work will be performed in Norfolk, Va. (33 percent); San Diego, Calif. (28 percent); Mayport, Fla. (12 percent); Bremerton, Wash. (10 percent); Pearl Harbor, Hawaii (10 percent); Everett, Wash. (4 percent); and Groton, Conn. (3 percent).  Work is expected to be completed by September 2013.  Contract funds will not expire before the end of the current fiscal year.  This contract was not competitively procured.  The Fleet and Industrial Supply Center, Jacksonville, Fla., is the contracting activity (N68836-10-D-0025).

                John C. Grimberg Co., Inc., Rockville, Md., is being awarded $11,650,000 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N40080-10-D-0492) for the design and renovation of five projects in the Halsey Field House at the U.S. Naval Academy.  The work to be performed provides for the restoration and modernization of the Athletics Building 352; the relocation of the Admissions and Diversity Departments to the Halsey Field House; the restoration and modernization of the quarterdeck; the restoration and modernization of the multi-purpose gym; and roof repair.  The task order also contains two unexercised options which, if exercised, would increase cumulative task order value to $14,285,000.  Work will be performed in Annapolis, Md., and is expected to be completed by November 2012.  Contract funds will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

                Queen City, Inc.*, Knoxville, Tenn., is being awarded an $8,802,125 firm-fixed-price contract for construction of a rail yard loading and staging area at Naval Weapons Station Charleston.  New work includes significant area of paved hardstand for maneuvering and staging and the addition of seven rail spurs and its support/staging.  Additionally, the new platform paving will be at the bottom of the rail elevation, improving safety and access.  End-loading will be added to three new loading spurs.  High mast lighting will be provided to allow for night operation.  Project also includes wetlands mitigation and storm water detention.  Work will be performed in North Charleston, S.C., and is expected to be completed by December 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 seven proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-10-C-1759).

                Bay, Ltd., Corpus Christi, Texas, is being awarded a $6,722,758 firm-fixed-price contract for the construction of road repairs at Naval Air Station Corpus Christi.  The work to be performed provides for total reconstruction, demo, debris removal, temp erosion control, drains, inlets, curbs, and gutters, road paving, marking and signage, ramp paving, and landscaping from North Gate to Dimmitt Island – Ocean Drive; Dimmitt Island; and Kennel/Fire Access Road.  The contract also contains four unexercised options which, if exercised, would increase cumulative contract value to $10,408,463.  Work will be performed in Corpus Christi, Texas, and is expected to be completed by October 2012.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-10-C-0781).

                Engineering/Remediation Resources Group, Inc.*, Martinez, Calif., is being awarded $6,378,264 for firm-fixed-price task order #0004 under a previously awarded multiple award environmental remediation contract (N62473-09-D-2615) for range clearance and target placement activities at 2507 North and 2507 South areas at Marine Corps Air Station Yuma.  The work to be performed provides for surface and subsurface clearance operations, removal and segregation and transportation of all ordnance scrap and target debris, re-establishment of the Mount Barrow earthen airfield target and berm, preparation and placement of consumable targets, and target path clearance at 2507N and 2507S areas.  Work will be performed in Yuma, Ariz., and is expected to be completed by September 2012.  Contract funds will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

ARMY

                Schutt Industries, Clintonville, Wis., was awarded on Sept. 14 a $10,690,000 firm-fixed-price contract with two year options for 257 hook lift trucks, 249 hook lift trailers, and 560 flat racks with an estimated completion date of Sept, 10, 2013.  Work is to be performed at Clintonville, Wis.  Bids were solicited via the Web, with 14 received.  TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-10-D-G005; Serial #1940).

                BAE Systems, San Diego, Calif., was awarded on Sept. 14 a $6,164,787 firm-fixed-price contract for producing geonames and human terrain/geography analysis of Yemen and Somalia with an estimated completion date of Sept. 29, 2011.  Work is to be performed at Mt. Laurel, N.J., and McLean, Va.  Bids were solicited via the Web with one received.  National Geospatial Agency, Arnold, Mo., is the contracting activity (NMA302-03-D-0004; Serial #1944).

                CACI-WGI, Chantilly, Va., was awarded on Sept. 14 a $5,825,389 cost plus- fixed-fee term contract for special forces support team supplement for the Joint Improvised Explosive Device Defeat Organization with an estimated completion date of Sept. 8, 2013.  Work is to be performed at Iraq, Afghanistan, and Chantilly, Va.  Four bids were solicited with two received.  U.S. Army Research Development and Engineering Command Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0027; Serial #1942).

*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 articleRush Limbaugh and Terry “Koran Burner” Jones High were School Chums
Next articleA Vision of Hope for CFS: Why Not Gulf War Veterans?