U.S. Department of Defense Contract Awards for Jun 30, 2011

0
937

Here’s Today’s Department of Defense Contract Awards

 

AIR FORCE

United Launch Services, Littleton, Colo., is being awarded a $1,130,820,000 cost-plus-incentive-fee contract for launch capability, engineering support, program management, launch and range site activities, mission integration, and mission specific design and qualification effort for the Evolved Expendable Launch Vehicle Program from July 1, 2011 through Sept. 30, 2012.  Work will be performed at Littleton, Colo., and Cape Canaveral Air Force Station, Fla.  Funds in the amount of $300,450,918 have been obligated, which includes $187,500 in funds that will expire at the end of the current fiscal year.  SMC/LRK, Los Angeles Air Force Base, Calif., is the contracting activity (FA8811-11-C-0002).

L-3 Communications Corp., Salt Lake City, Utah, is being awarded a $27,936,509 cost-plus-fixed-fee contract to provide the research, development, build, delivery, installation, integration and test of land and air based components in direct support of data link communications activities including, but not limited to the Automated Real-Time Ground Ubiquitous Surveillance (ARGUS)-Imaging System, the Automated Real-Time Ground Ubiquitous Surveillance-Infrared, wide area network detection, insight, sensor advancements for experimental ground and air research demonstrations, wide area airborne surveillance, Army/ARGUS-IS/A-160 and any related or non-related efforts.  The Air Force Research Laboratory/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7125).

MI Support Services, Denton, Texas, is being awarded a $13,926,048 fixed-price-award-fee contract with cost reimbursable line items for program management, organizational and intermediate maintenance services for T-38 aircraft for the Companion Trainer Program for aircraft assigned to five locations.  The locations of performance are Beale Air Force Base, Calif.; Holloman Air Force Base, N.M.; Langley Air Force Base, Va.; Tyndall Air Force Base, Fla.; and Whiteman Air Force Base, Mo.  The Air Combat Command AMIC/PKCA, Newport News, Va., is the contracting activity (FA4890-11-C-0005).

Israel Aerospace Industries, Ltd., Lod, Israel is being awarded a $12,900,000 firm-fixed-price with quantity options contract for wing torque box assemblies for the T-38 aircraft.  748 SCMG/PK, Hill Air Force Base, Utah, is the contracting activity (FA8251-11-C-0019).

Maximus Interiors, Cincinnati, Ohio, is being awarded a maximum $7,500,000 firm-fixed-price contract to provide, remove existing (including asbestos containing floor tile if necessary), install, repair, and replace base wide floor coverings at Wright-Patterson Air Force Base, Ohio.  The items to be procured will include carpet, sheet vinyl, vinyl composition tile, and rubber flooring tile.  The Aeronautical Systems Center, Operational Contracting Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-11-D-0008).

NAVY

General Electric Aviation, Lynn, Mass., is being awarded a $414,562,141 three- and one- half-year performance based logistics contract for repair, replacement, consumables support, and program support for F414 engine components used on the F/A-18, E, F, and EA-18G aircraft.  Work will be performed in Jacksonville, Fla., and is expected to be completed by December 2014.  Contract funds will not expire before the end of the current fiscal year.  This contract was not awarded through full and open competition.  One firm was solicited and one offer was received.  The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity (N00383-11-D-002M).

Austal USA, Mobile, Ala., is being awarded a $312,939,336 modification to previously awarded contract (N00024-08-C-2217) for the exercise of construction options for ships six and seven of the Joint High Speed Vessel (JHSV) Program.  The JHSV will provide high speed, shallow draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps, and Army.  Work will be performed in Mobile, Ala. (48 percent); Pittsfield, Mass. (9 percent); Franklin, Mass. (3 percent); Philadelphia, Pa. (3 percent); Henderson, Wash. (3 percent); Atlanta, Ga. (2 percent); Chicago, Ill. (2 percent); Gulfport, Miss. (2 percent); Slidell, La. (1 percent); Iron Mountain, Mich. (1 percent); Houston, Texas (1 percent); Dallas, Texas (1 percent); Chesapeake, Va. (1 percent); Milwaukee, Wis. (1 percent); and Brookfield, Wis. (1 percent), with other efforts performed at various sites throughout the United States (5 percent) and outside the United States (16 percent).  Work is expected to be completed by June 2014.  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.

General Dynamics NASSCO, San Diego, Calif., is being awarded a $60,000,000 modification to previously awarded contract (N00024-09-C-2229) for the procurement of long lead time material for Mobile Landing Platform (MLP) Ship 3.  This contract provides long lead time material for main diesel generator engine components, integrated propulsion components, steel, emergency generator, propeller, pumps, and other components to support construction of MLP 3.  Work will be performed in Pittsburgh, Pa. (29.7 percent); Beloit, Wis. (27.7 percent); Chesapeake, Va. (13.9 percent); San Diego, Calif. (7.7 percent); Bremen, Germany (3.3 percent); Iron Mountain, Mich. (3.3 percent); Houma, La. (3.2 percent); Allendale, N.J. (2.3 percent); Hamburg, Germany (2 percent); Crozet, Va. (1.9 percent); Busan, Korea (1.7 percent); Warminster, Pa. (0.8 percent); North Tonawanda, N.Y. (0.6 percent); and Bramalea, Canada (0.5 percent), with other efforts performed at various sites throughout the United States (1.4 percent).  Work is expected to be complete by December 2014.  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.

Raytheon Co., Tucson, Ariz., is being awarded a $57,865,770 contract modification to contract (N00024-08-C-5401) for the production of 90 Block 1 MK-44 Mod 2 Rolling Airframe Missile (RAM) guided-missile round pack all-up-rounds, and 40 ordnance alteration kits.  The RAM Guided Missile Weapon System is co-developed and co-produced under a NATO cooperative program between the United States and Federal Republic of Germany.  RAM is a missile system designed to provide anti-ship missile defense for multiple ship platform. This contract modification includes options, which, if exercised, would bring the cumulative value of this modification to $113,000,619.  Work will be performed in Tucson, Ariz. (49.7 percent); Ottobrunn, Germany (42.7 percent); Rocket City, W.Va. (4.5 percent); and Andover, Mass. (3.1 percent).  Work is expected to be complete by December 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea System Command, Washington, D.C., is the contracting activity.

Honeywell International, Tempe, Ariz., is being awarded a $32,273,756 firm-fixed-price performance based logistics contract for supply support for auxiliary power units for the F/A-18 A/B/C/D/E/F/G, P3, S-3, C-2 and KC-130 F/R aircraft; main fuel controls used on the F/A-18 aircraft; and the P-3 engine driven compressor.  Work will be performed in Cherry Point, N.C. (85 percent), and Jacksonville, Fla. (15 percent), and is expected to be completed by June 2012.  Contract funds will not expire before the end of the current fiscal year.  This effort includes a purchase for the government of Australia (less than 1 percent) under the Foreign Military Sales Program.  This contract was not competitively procured.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-11-D-004D).

Kay and Associates, Inc., Buffalo Grove, Ill., is being awarded a not-to-exceed $25,891,871 cost-plus-fixed-fee, undefinitized contract action for F/A-18 Kuwait Air Force contractor maintenance support services for the government of Kuwait (100 percent) under the Foreign Military Sales Program.  Work will be performed in Kuwait and is expected to be completed in July 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-11-C-1044).

Lockheed Martin, Space Systems Co., Sunnyvale, Calif., is being awarded a $22,918,098 modification (P0006) under previously awarded cost-plus-fixed-fee contract (N00030-10-C-0043) to provide the integration of the Trident II (D5) missile and reentry subsystems into the common missile compartment (CMC) for the Ohio SSBN replacement program.  The contractor will apply its Trident II capabilities to address integration impacts to the deployed and expected future configurations of the Trident II strategic weapon system.  The contract encompasses three components:  the contractor will provide level-of-effort engineering services; the contractor will provide data deliverables and system readiness reviews for a new CMC-related missile service unit and missile thermal simulator; and the contractor will procure missile hardware items for subsequent incorporation into special test vehicles.  Work will be performed in Cape Canaveral, Fla. (37 percent); Sunnyvale, Calif. (32 percent); Magna, Utah (19 percent); Rockford, Ill.  (8 percent); Chandler, Ariz. (1 percent); and other various locations (3 percent), each under less than 1 percent.  Work is expected to be completed July 31, 2015.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured.  Strategic Systems Programs, Washington, D.C., is the contracting activity.

Sodexo Management, Inc., Gaithersburg, Md., is being awarded $22,228,839 for a 90-day sole-source extension to bridge contract (M00027-11-C-0004) to operate and manage 20 Marine Corps garrison mess halls located on the West Coast of the continental United States.   The contractor is required to maintain continuity of services of the West Coast mess halls during the transition to the follow-on regional garrison food services contract.  The contract extension also includes two option items for additional meals, which, if exercised, would bring the total cumulative value of the contract to $25,486,389.  Work will be performed at Marine Corps Base, Camp Pendleton, Oceanside, Calif. (45 percent); Marine Corps Recruit Depot, San Diego, Calif. (30 percent); Marine Corps Air Ground Combat Center, Twentynine Palms, Calif. (10 percent); Marine Corps Air Station, Miramar, Calif. (5 percent); Marine Corps Mountain Warfare Training Center, Bridgeport, Calif. (5 percent); and Marine Corps Air Station, Yuma, Ariz. (5 percent).  The contract extension will commence on July 1, 2011 with completion on Sept. 30, 2011.  Contract funds in the amount of $25,486,389 expire at the end of the current fiscal year.  The notice of intent to extend the sole source bridge contract to Sodexo Management was synopsized on June 10, 2011 in Federal Business Opportunities under the authority of FAR 6.302-1, “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.”  Headquarters U.S. Marine Corps, Washington, D.C., is the contracting activity.

Neany, Inc., Hollywood, Md., is being awarded a $19,998,314 cost-plus-fixed-fee contract for the Persistent Surveillance Unmanned Aerial System (PSUAS).  The contract shall integrate with other surveillance systems, produce ground control shelters; and provide training support, theater support, and persistent surveillance systems testing for the PSUAS project.  Work will be performed in Afghanistan (50 percent); Yuma Proving Grounds, Ariz. (30 percent); and Hollywood, Md. (20 percent).  Work is expected to be completed in December 2011.  Contract funds in the amount of $6,000,000 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0147).

GTSI, Inc., Herndon, Va., is being awarded a $16,212,856 task order under previously awarded firm-fixed-price contract (M67854-11-F-4792) to procure Microsoft brand name software licenses and software support (known as Software Assurance [SA]) through 2013.  The licenses and SA must be compatible and interoperable with existing Department of Navy hardware and technology equipment. Contract funds in the amount of $16,212,856 will expire on at the end of the current fiscal year.  This contract was competitively procured with nine proposals solicited and six offers received.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

Seaward Marine Corp.*, Chesapeake, Va., is being awarded a $15,596,724 firm-fixed-price contract to repair surface of the cofferdam sheet pile on the Delta Pier at Naval Base Kitsap Bangor.  The work to be performed provides for removal of the old failing sheet pile barrier coating, clean blast of the surface, and installation of a cast in place protective concrete fascia panel on the exterior surface of the cofferdam sheet pile.  Work will be performed in Silverdale, Wash., and is expected to be completed by March 2014.  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, Northwest, Silverdale, Wash., is the contracting activity (N44255-11-C-9005).

Maersk Line, Ltd., Norfolk, Va., is being awarded a one-year $15,348,703 firm-fixed-price contract for the worldwide charter of one U.S.-flagged, Ice-class certified, double-hulled product tanker.  The ship will be employed in worldwide bulk fuel support to the Department of Defense.  This contract includes three 12-month option periods and one 11-month option period, which, if exercised, would bring the cumulative value of this contract to $71,481,984.  Work will be performed at sea worldwide, including a delivery each year to Antarctica for the National Science Foundation and a delivery each year to Greenland for the Department of Defense, Defense Logistics Agency-Energy, and is expected to be completed, if all option periods are exercised, by September 2016.  Contract funds are subject to availability in fiscal 2012, and funds will expire at the end of that fiscal year.  This contract was competitively procured via solicitations on the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and seven offers received.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-5400).

The Regents of the University of Michigan, Ann Arbor, Mich., is being awarded a maximum value $14,750,000 cost reimbursement, indefinite-delivery/indefinite-quantity contract for the environment and ship motion forecasting program which seeks to provide sea-based ship and cargo system operators with seaway environmental forecasting in order to predict ship motions and determine windows of opportunity for inter-intra-ship material and personnel environment.  The total cumulative value of this contract is $14,750,000.  The total cumulative value of task order #0001 is $4,044,692.  The action will be incrementally funded with an initial obligation of $350,000.  Work will be performed in Ann Arbor, Mich., and is expected to be completed June 2016.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured under Office of Naval Research Broad Agency Announcement 10-019, with seven proposals received.  The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-11-D-0370).

Applied Physical Sciences Corp., Groton, Conn., is being awarded a maximum value $14,750,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the environment and ship motion forecasting program which seeks to provide sea based ship and cargo system operators with seaway environmental forecasting in order to predict ship motions and determine windows of opportunity for inter-intra-ship material and personnel environment.  The total cumulative value of task order #0001 is $6,620,325.  The action will be incrementally funded with an initial obligation of $350,000.  Work will be performed in Groton, Conn., and is expected to be completed June 2016.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured under Office of Naval Research Broad Agency Announcement 10-019, with seven proposals received.  The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-11-D-0341).

Watts-Healy Tibbitts, JV, Honolulu, Hawaii, is being awarded a $12,985,000 firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N62742-09-D-4019) for the design and construction of a new operations facility at Marine Corps Base Hawaii.  The work to be performed provides for design and construction of two new buildings:  construction of a low-rise reinforced concrete administration building that includes disaster response emergency operations center, office spaces, quarterdeck, training/lounge room, male and female bunk rooms and head facilities; and construction of a one-story pre-engineered metal maintenance building.  Work will be performed in Kaneohe, Hawaii, and is expected to be completed by January 2014.  Contract funds will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Shaw Environmental and Infrastructure, Inc., San Diego, Calif., is being awarded a $12,705,434 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-10-D-4009) to exercise option one for environmental services (containerized solid waste, site assessment and remediation, industrial waste/oily waste management) for the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The total contract amount after exercise of this option will be $37,968,924.  Work will be performed in the NAVFAC Southwest AOR, and is expected to be completed by June 2012.  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.

Insitu, Inc., Bingen, Wash., is being awarded an $11,751,306 modification to a previously awarded cost-plus-incentive fee contract (N0010-10-C-0054) to exercise an option for two early operating capability systems and continental United States based training and exercise support for the U.S. Marine Corps Small Tactical Unmanned Aircraft System/Tier II Unmanned Aircraft System III.  The support is for a period of 12 months at a rate of 50 flight hours per month.  Work will be performed in Bingen, Wash., and is expected to be completed in September 2012.  Contract funds in the amount of $3,256,800 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DynCorp International, Fort Worth, Texas, is being awarded an $8,409,858 cost-plus-fixed-fee contract to perform organizational level maintenance on aircraft assigned to the Naval Test Wing Atlantic at Naval Air Station Patuxent River, Md.  Work will be performed in Patuxent River, Md., and is expected to be completed in July 2011.  Contract funds in the amount of $6,559,481 will expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00421-11-C-1043).

FLIR Systems, Inc., Wilsonville, Ore., is being awarded a $7,348,146 firm-fixed-price contract for 10 Star Safire 380 HD systems to outfit and enhance the capabilities of the existing Persistent Ground Surveillance System Phase III that are currently fielded for the Army.  Work will be performed in Wilsonville, Ore., and is expected to be completed in June 2011.  Contract funds in the amount of $7,348,146 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0258).

ARMY

Oshkosh Corp., Oshkosh, Wis., was awarded a $218,685,646 firm-fixed-price contract.  The award will provide for the procurement of 400 Mine Resistant Ambush Protected All-Terrain Vehicle with underbody improvement kits.  Work will be performed in Oshkosh, Wis., with an estimated completion date of June 30, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Alliant Techsystems, Inc., Plymouth, Minn., was awarded a $77,311,900 cost-plus-incentive-fee contract. The award will provide for the modification of an existing contract to engineer, manufacture and develop the M829E4 120mm armor piercing, fin stabilized, discarding sabot tracer cartridges.  Work will be performed in Jonesborough, Tenn.; Middletown, Iowa; Coachella, Calif.; Plymout, Minn.; Radford, Va.; Rocket Center, W.Va.; Elkton, Md.; Louisville, Ky.; Orange, Calif.; Camden, Ark.; Lynwood, Calif.; Big Lake, Minn.; Sequim, Wash.; Cabot, Penn.; and Clear Lake, S.D., with an estimated completion date of Jan. 31, 2014.  One bid was solicited, with two bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-10-C-0050).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $48,607,275 firm-fixed-price contract.  The award will provide for the procurement of four “green” Black Hawk helicopters and government-furnished equipment to contractor-furnished equipment in support of Foreign Military Sales to Taiwan.  Work will be performed in Startford, Conn., with an estimated completion date of May 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0003).

FED-CON-1, JV, Honolulu, Hawaii, was awarded a $42,265,000 firm-fixed price contract.  The award will provide for the construction of a squadron operations/aircraft maintenance unit hanger and beddown infrastructure support at Joint Base Pearl Harbor/Hickam, Oahu, Hawaii.  Work will be performed in Oahu, Hawaii, with an estimated completion date of June 17, 2013.  The bid was solicited through the Internet, with seven bids received.  The National Guard Bureau, USPFO for Hawaii, Kapolei, Hawaii, is the contracting activity (W912J6-11-C-0002).

Larry Snyder and Co., Ozark, Mo., was awarded a $40,000,000 firm-fixed-price multiple-award-task-order contract.  The award will provide for the debris reduction and removal effort in support of Joplin tornado recovery.  Work will be performed in Joplin, Mo., with an estimated completion date of Dec. 24, 2011.  The bid was solicited through the Internet, with 31 bids received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4025).

Intelligent Investment, Inc., Neosho, Mo., was awarded a $40,000,000 firm-fixed-price multiple-award-task-order contract.  The award will provide for the debris reduction and removal effort in support of Joplin tornado recovery.  Work will be performed in Joplin, Mo., with an estimated completion date of Dec. 24, 2011.  The bid was solicited through the Internet, with 31 bids received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4020).

R&R Trucking, Duenweg, Mo., was awarded a $40,000,000 firm-fixed-price multiple-award-task-order contract.  The award will provide for the debris reduction and removal effort in support of Joplin tornado recovery.  Work will be performed in Joplin, Mo., with an estimated completion date of Dec. 24, 2011.  The bid was solicited through the Internet, with 31 bids received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4019).

Jeff Asbell Excavating, Carl Junction, Mo., was awarded a $20,000,000 firm-fixed-price contract.  The award will provide for the vegetative debris reduction and disposal dumpsite management services in support of Joplin tornado recovery effort.  Work will be performed in Joplin, Mo., with an estimated completion date of Dec. 24, 2011.  The bid was solicited through the Internet, with ten bids received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4024).

EMI Technologies, Inc., Las Cruces, N.M., was awarded a $20,000,000 firm-price-requirements contract.  The award will provide for the procurement of general purpose instrumentation vans in support of White Sands Missile Range, N.M.  Work will be performed in Las Cruces, N.M., with an estimated completion date of June 26, 2016.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Mission and Installation Contracting Command, Yuma, Ariz., is the contracting activity (W9124R-11-D-0207).

LMG Construction Services, LLC, Kansas City, Mo., was awarded an $18,210,696 firm-fixed-price contract.  The award will provide for the design and build services for the Fort Bliss operational readiness training complex at Camp McGregor Range.  Work will be performed in Fort Bliss, Texas, with an estimated completion date of Oct. 29, 2012.  The bid was solicited through the Internet, with 11 bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-11-C-0028).

RTI Technologies, LLC, Columbia, Conn., was awarded a $15,764,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  The award will provide for the procurement of M11 cap, blasting non-electric, 30-foot shock tubes.  Work will be performed in Columbia, Conn., with an estimated completion date of June 28, 2016.  The bid was solicited through the Internet, with 3 bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-D-0177).

Goex Power, Inc., Minden, La., was awarded a $10,800,000 firm-fixed-price contract.  The award will provide for the procurement of an estimated 700,000 pounds of black powder classes one through eight.  Work will be performed in Minden, La., with an estimated completion date of Sept. 30, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-D-0089).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded an $8,273,219 firm-fixed-price contract.  The award will provide for the procurement of 5,100 UH-60 Black Hawk helicopter support structures.  Work will be performed in Stratford, Conn., with an estimated completion date of Oct. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, AMCOM, Redstone Arsenal, Ala., is the contracting activity (SPRPA1-11-G-001Y).

Teradyne, Inc., North Reading, Mass., was awarded an $8,138,590 firm-fixed-price contract.  The award will provide for the components required for the Variable Depot Automated Test System.  Work will be performed in North Reading, Mass., with an estimated completion date of April 15, 2012.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W25G1V-11-F-0460).

General Dynamics Ordnance and Tactical Systems – Simunition Operations Inc., Marion, Ill., was awarded a $7,066,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure 1,260,000 81mm, M220 mortar propelling charges.  Work will be performed in Marion, Ill., with an estimated completion date of July 31, 2012.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-05-C-0067).

DEFENSE INFORMATION SYSTEMS AGENCY

On June 24, 2011, Carahsoft Technology Corp., Reston, Va., was awarded a $93,883,706 firm-fixed-price contract, for Defense Connect Online.  The period of performance is from the June 25, 2011 through June 24, 2012 base period with three one-year options periods:  June 25, 2012 through June 24, 2015. Performance will be at Fort Meade, Md.  The solicitation was issued as other than full and open competitive action pursuant to 10 U.S.C. 2304(d)(1)(B) and FAR 6.302-(a)(2)(iii)(B) and the notice was posted to Government Point of Entry, Federal Business Opportunities on Feb. 10, 2011.  Solicitation number is HC1047-11-R-4007; one offer was received.  Carahsoft Technology is a large business.  The Defense Information Technology Contracting Organization is the contracting activity (HC1047-11-C-4013).

DEFENSE LOGISTICS AGENCY

Merlin Petroleum Co.*, Inc., Westport, Conn., was awarded a fixed-price with economic price adjustment contract with a maximum $26,463,203 for marine gas oil.  Other locations of performance are Florida, Maryland, Massachusetts, North Carolina, and Puerto Rico.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  The date of performance completion is April 30, 2015.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0366).

Bell Boeing Joint Project Office, Bell-Boeing Joint Program, Amarillo, Texas, was awarded a firm-fixed-price contract with a maximum $10,347,843 for aircraft blade assemblies.  There are no other locations of performance.  Using service is Navy.  The date of performance completion is Aug. 30, 2015.  The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-004Y-5800).

  • 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 articleUniversal Healthcare Impossible Without Health Freedom
Next articleGaza Flotilla vs. Diaspora Jewry