U.S. Department of Defense Announces Latest Contract Awards

1
809

DoD CONTRACTS:

No. 1184-10

NAVY

Lockheed Martin Corp., Baltimore, Md., is being awarded a fixed-price-incentive contract for the fiscal 2010-2015 block buy of Flight 0+ Littoral Combat Ships (LCS). The fiscal 2010 LCS Flight 0+ ship award amount is $436,852,639. There are additional line items totaling $54,742,639 for technical data package, core class services, provisioned items orders, ordering, a not-to-exceed line item for non-recurring engineering, and data items. The total amount of the contract is $491,595,278. The contract includes line items for nine additional ships and options for post delivery support, additional crew and shore support, special studies, class services, class standard equipment support, economic order quantity equipment, selected ship systems equipment for a second source and selected ship system integration and test for a second source which, if authorized/exercised, would bring the cumulative value of this contract to $4,570,604,367. The cumulative value excluding any option items related to the second source is $4,069,913,166. Work will be performed in Marinette, Wis. (56 percent); Walpole, Mass. (14 percent); Washington, D.C. (12 percent); Oldsmar, Fla. (4 percent); Beloit, Wis. (3 percent); Moorestown, N.J. (2 percent); Minneapolis, Minn. (2 percent); and various locations of less than one percent, each totaling seven percent. Work is expected to be complete by August 2015. Contract funds will not expire at the end of the current fiscal year, except for fiscal 2010 RDT&E. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-2300).

Austal USA, LLC, Mobile, Ala., is being awarded a fixed-price-incentive contract for the fiscal 2010-2015 block buy of Flight 0+ Littoral Combat Ships (LCS). The fiscal 2010 LCS Flight 0+ ship award amount is $432,069,883. There are additional line items totaling $33,398,998 for technical data package, core class services, provisioned items orders, ordering, a not-to-exceed line item for non-recurring engineering, and data items. The total amount of the contract is $465,468,881. The contract includes line items for nine additional ships and options for post delivery support, additional crew and shore support, special studies, class services, class standard equipment support, economic order quantity equipment, selected ship systems equipment for a second source and selected ship system integration and test for a second source which, if authorized/exercised, would bring the cumulative value of this contract to $4,386,301,775. The cumulative value excluding any option items related to the second source is $3,785,807,006. Work will be performed in Mobile, Ala. (50 percent); Pittsfield, Mass. (17 percent); Cincinnati, Ohio (3 percent); Baltimore, Md. (2 percent); Burlington, Vt. (2 percent); New Orleans, La. (2 percent); and various locations of less than two percent each totaling 24 percent. Work is expected to be complete by June 2015. Contract funds will not expire at the end of the current fiscal year, except fiscal 2010 RDT&E. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-2301).

M.C. Dean, Inc., Dulles, Va., is being awarded a $85,500,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee modification to a previously awarded contract (N65236-07-D-5884) for command, control, communications, computers, intelligence, surveillance, and reconnaissance initiatives and programs supported by the Space and Naval Warfare Systems Center Atlantic, European Office. The cumulative value of this contract, including this modification, is $324,513,981. Work will be performed in Europe (80 percent) and Southwest Asia (20 percent), and is expected to be completed by March 2012. Contract funds will not expire at the end of the current fiscal year. Space and Naval Warfare Systems Center Atlantic is the contracting activity.

Kollmorgen Corp., Electro-Optical Division, Northampton, Mass., is being awarded a $41,212,176 multi-year fixed-price incentive for production systems and firm-fixed price for spares, and cost-plus-fixed fee for engineering services contract for the production of eight AN/BVS-1 photonics mast systems for installation on Virginia-class submarines SSN 784-791, plus associated engineering services and optional photonics mast spares. The AN/BVS-1 photonics mast systems will be installed on the Virginia-class submarines (SSN 784 – SSN 791). The contract includes options which, if exercised, would bring the cumulative value of this contract to $123,335,849. Work will be performed in Northampton, Mass. (57.7 percent); Seattle, Wash. (6.4 percent); Westfield, Mass. (5.4 percent); Amesbury, Mass. (5.1 percent); Methuen, Mass. (5 percent); Moonachie, N.J. (3 percent); Joplin, Mo. (2.9 percent); Southampton, Mass. (2.2 percent); Orlando, Fla. (1.7 percent); La Mirada, Calif. (1.6 percent); Mason, Ohio (1.6 percent); Westminster, Colo. (1.5 percent); Radford, Va. (1.4 percent); San Diego, Calif. (1.4 percent); Westfield, Mass. (1.4 percent); Southwick, Mass. (1 percent); and Murrieta, Calif. (0.7 percent), and is expected to be completed by March 2016. 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 Navy Yard, D.C., is the contracting activity (N00024-11-C-6293).

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $37,692,857 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0098) for the production and delivery of common cockpits for the MH-60S Lot 13 helicopters and MH-60R Lot 9 helicopters. In addition, this modification provides for the procurement of common cockpit provisioned items and integrated logistics services in support of the MH-60R and MH-60S helicopter programs. Work will be performed in Owego, N.Y. (58.8 percent); Salt Lake City, Utah (13.9 percent); Farmingdale, N.Y. (12.7 percent); Grand Rapids, Mich. (4.7 percent); Woodland Hills, Calif. (3.7 percent); Lewisville, Texas (2.9 percent); Windsor Locks, Conn. (2.2 percent); Middletown, Conn. (.6 percent); and Butler, N.J. (.5 percent), and is expected to be completed in April 2013. 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.

BAE Systems Land & Armaments, Ground Systems Division, York, Pa., is being awarded $37,394,500 for indefinite-delivery/indefinite-quantity delivery order #0014 under previously awarded contract (M67854-07-D-5025) for the purchase of 26 U.S. Special Operations Command Mine Resistant Ambush Protected vehicles and associated integrated logistics support sustainment. Work will be performed in York, Pa., and is expected to be completed by October 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.

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $33,634,968 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0098) to incorporate the automatic radar periscope detection and discrimination radar into six MH-60R/MH-60S full rate production aircraft. Work will be performed in Farmingdale, N.Y. (86 percent), and Owego, N.Y. (14 percent), and is expected to be completed in December 2013. Contract funds in the amount of $24,694,108 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded $16,820,812 for firm-fixed-price delivery order #0122, under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-04-D-5016) for the purchase of 137 Medium Tactical Vehicle Replacement (MTVR) reducible height armor kits and four MTVR reducible height wrecker armor kits for the Navy Seabees. Work will be performed in Israel (85 percent) and Oshkosh, Wis. (15 percent), and work is expected to be completed by June 30, 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Northrop Grumman Shipbuilding, Inc., Pascagoula, Miss., is being awarded a $12,000,000 cost-plus-fixed fee modification to previously awarded contract (N00024-06-C-2304) for government-furnished equipment workshare transportation efforts in support of the DDG 1000 Zumwalt-class destroyer. The anticipated modification will provide government-furnished workshare transportation efforts for the procurement of material required for the fabrication of cradles, fixtures, and other equipment that are necessary to safely and securely transport class products from Northrup Grumman Shipbuilding in Pascagoula, Miss., to Bath Iron Works in Bath, Maine. Work will be performed in Pascagoula, Miss. (95 percent), and Gulfport, Miss. (5 percent), and is expected to be completed by December 2011. 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.

Raytheon Co., Goleta, Calif., is being awarded a $7,800,000 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the retrofit and testing of 33 countermeasure receivers to digital countermeasure receivers in support of the F/A-18 E/F. Work will be performed in Forest, Miss. (65 percent), and Goleta, Calif. (35 percent), and is expected to be completed in February 2013. 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.

Parsons Infrastructure & Technology Group, Inc., Pasadena, Calif., is being awarded a $7,749,884 modification to firm-fixed-price task order EFE2 under a previously awarded multiple award contract (N00178-05-D-4487) to exercise option year three which provides for program and engineering support of capital improvement projects in the metro San Diego area. The work to be performed provides for the following professional engineering services in support of capital improvement projects: project management and data management to support planning, design, and post construction award for the Navy and Marine Corp clients within NAVFAC Southwest area of responsibility. The total cumulative task order amount after exercise of this option will be $27,238,432. The task order also contains one unexercised option which, if exercised, would increase cumulative task order value to $35,140,123. Work will be performed in San Diego, Calif., and is expected to be completed by January 2012. Contract funds in the amount of $1,183,378 will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Archer Western/RQ, JV, Chicago, Ill., is being awarded a $7,592,110 firm-fixed-price modification to increase the maximum dollar value of a previously awarded firm-fixed-price contract (N40085-09-C-3215) for the design and construction of multiple bachelor enlisted quarters at Marine Corps Base Camp Lejeune. The work to be performed provides for design, labor, material and equipment for a new ground source heat pump and geothermal well field systems for bachelor enlisted quarter buildings as an energy reinvestment effort. After award of this modification, the total cumulative contract value will be $178,406,059. Work will be performed in Jacksonville, N.C., and is expected to be completed by July 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Vigor Marine, LLC, Portland, Ore., is being awarded a $6,894,175 firm-fixed-price contract for a 55-calendar day regular overhaul of Military Sealift Command fleet replenishment oiler USNS Ericsson. This regular overhaul will include cleaning and gas freeing tanks and spaces; tank rafting and checker boarding; cargo tank preservation; tank deck overhead preservation; and replacement of the surface search radar system. The ship’s primary mission is to provide fuel to Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,979,868. Work will be performed in Portland, Ore., and is expected to be completed by March 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured and posted to the Federal Business Opportunities website, with two proposals solicited and two offers received. The U.S. Navy’s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting authority (N40442-11-C-1050).

AIR FORCE

Jacobs Technology, Inc., Lincoln, Mass., was awarded a $185,000,000 contract modification for the extension of services to provide engineering and technology acquisition support services, advisory and assistance services to the Electron Systems Center. At this time, zero dollars have been obligated. ESC/CAA, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-07-D-0015; P0009).

Tinker Support Services, Anchorage, Alaska, was awarded a $35,338,299 contract to provide all personnel, equipment, tools, material, vehicles and fuel, supervision and services necessary to perform base civil engineer tasks and functions as defined by the performance of work statement, except as specified in section three. At this time, the entire amount has been obligated. OC-ALC/PKO, Tinker Air Force Base, Okla., is the contracting activity (FA8108-08-D-0006).

Boeing Aerospace Operations, Inc., Oklahoma City, Okla., was awarded an estimated $25,220,909 contract modification to provide sustaining and non-recurring engineering services to support research and development, aircraft modifications, aircraft maintenance and technical services for Boeing commercial derivative military-use aircraft. At this time, $13,472,645 has been obligated. OC-ALC/GKSKA, Tinker Air Force Base, Okla., is the contracting activity (FA8106-07-C-0001; P00075).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a cost-plus-award-fee modification with a total value of $24,349,245 under Missile Defense Agency contract HQ0276-08-C-0001. The modification exercises an option to provide continued systems engineering and development of the Standard Missile-3. The work will be performed in Tucson, Ariz. The performance period is from Jan. 1, 2011 through Jan. 31, 2011. Fiscal 2011 research, development, test and evaluation funds will be used to obligate $5,000,000 to provide the initial funding for this effort.

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a cost-plus-award-fee modification with a total value of $7,546,581 under Missile Defense Agency contract HQ0276-10-C-0001. The modification will exercise an option to provide technical engineering services in support of an emergent threat to be identified by the Aegis Ballistic Missile Defense Program Office. The work will be performed in Moorestown, N.J. The performance period is from December 2010 through December 2014. Fiscal 2010 research, development, test and evaluation funds will be used to obligate $1,000,000 to provide the initial funding for this effort.

DEFENSE LOGISTICS AGENCY

Freeman Holding of Washington, LLC, Moses Lake, Wash., is being awarded a maximum $15,127,892 fixed-price with economic price adjustment, contract for KMWH-BV 4,420,000 USG. Other location of performance is Grant County International Airport, Wash. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was originally one proposal solicited with one response. The date of performance completion is March 31, 2014. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0023).

Infrastructure Defense Technologies, Belivdere, Ill., is being awarded a maximum $30,000,000 fixed-price with economic price adjustment, contract for metal revetments. No other location of performance. Using services are Army, Navy, Air Force, and Marine Corps. There was originally a proposal solicited through the Defense Logistics Agency Internet Bid Board System website with three responses. The date of performance completion is Dec. 28, 2011. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EG-11-D-0003).

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 articleA Commonsense Solar Defense
Next articleGOP’s House Budget Chair: Not Wall Street, Rather Homeowners Caused Economic Collapse