U.S. Department of Defense Contract Awards for Jul 01, 2011

0
859

Here’s Today’s Department of Defense Contract Awards

 

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $145,467,956 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure 130 Army Tactical Missile Systems Block 1A export version T2K unitary guided missile launching assemblies.  Work will be performed in Grand Prairie, Texas; Horizon City, Texas; and Lufkin, Texas, with an estimated completion date of Oct. 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0302).

ITT Systems Corp., Colorado Springs, Colo., was awarded a $68,020,223 cost-plus-fixed-fee and firm-fixed-price contract.  The award will provide for the modification of an existing contract to provide maintenance, supply and transportation services in support of the Army preposition stocks Kuwait, and direct theater support for southwest Asia missions.  Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Feb. 28, 2015.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W911SE-07-D-0006).

VSE Corp., Alexandria, Va., was awarded a $66,992,137 cost-plus-fixed-fee contract.  The award will provide for the professional services required for the rapid equipping force.  Work will be performed in Fort Belvoir, Va., with an estimated completion date of Sept. 30, 2014.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-11-C-0128).

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded a $36,763,128 firm-fixed-price contract.  The award will provide for the procurement and delivery of non-standard ammunition for the government of Afghanistan.  Work will be performed in Kabul, Afghanistan, and Kazanlak, Bulgaria, with an estimated completion date of Sept. 30, 2012.  Two bids were solicited, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0061).

API, LLC, Orocovis, Puerto Rico, was awarded a $35,860,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract.  The award will provide for the procurement of various modular lightweight load carrying equipment sets and pieces.  Work will be performed in Orocovis, Puerto Rico, with an estimated completion date of June 21, 2014.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0011).

Rexroad APG, Colorado Springs, Colo., was awarded a $12,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract.  The award will provide for the engineering services for master planning and geographic information systems for military and civil works projects.  Work location will be determined with each task order, with an estimated completion date of June 26, 2016.  The bid was solicited through the Internet, with 19 bids received.  The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-11-D-0017).

Bristol Environmental Remediation Services, LLC, was awarded a $9,900,000 firm-fixed-price indefinite-delivery contract.  The award will provide for the environmental and professional services required for the U.S. Army Corps of Engineers, South Pacific Division.  Work location will be determined with each task order, with an estimated completion date of June 28, 2016.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-11-D-0011).

Jaynes Corp., Las Vegas, Nev., was awarded a $7,091,019 firm-fixed-price contract.  The award will provide for the construction of a fire/crash rescue station for Creech Air Force Base, Nev.  Work will be performed in Creech Air Force Base, Nev., with an estimated completion date of Dec. 6, 2012.  The bid was solicited through the Internet, with 18 bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-11-C-0004).

AIR FORCE

Computer Sciences Corp., Beavercreek, Ohio, is being awarded a $94,024,958 firm-fixed-price and time-and-material contract modification to the Expeditionary Combat Support System (ECSS) system integrator task order which will reduce program schedule risk, leverage lessons learned, and modify the testing approach for the remaining ECSS Release 1 piloting activities.  Work will be performed at Beavercreek, Ohio.  Contract funds will not expire at the end of the current fiscal year. ESC/HGBK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-06-F-8009, PO0130).

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded an estimated $55,180,248 firm-fixed-price contract for KC-10 communication navigation surveillance air traffic management.  This effort includes a single integrator for the engineering, manufacturing, development, production and installation.  Oklahoma City Air Logistics Center/GKSKA, Tinker Air Force Base, Okla., is the contracting activity (FA8106-11-C-0006).

ITT Systems Corp., Colorado Springs, Colo., is being awarded a $20,876,842 cost-plus-award-fee contract modification to provide system engineering integration and sustainment of ground-based missile warning, missile defense, and space surveillance sensors.  Work will be performed at Colorado Springs, Colo. ESC/HSIK, Peterson Air Force Base, Colo., is the contracting activity (F19628-02-C-0010, PO0312).

United Technologies Corp., Pratt and Whitney, East Hartford, Conn., is being awarded an $18,117,166 firm-fixed-price contract for the F117-PW-100 engines (two each) and associated data for the C-17 aircraft.  Work will be performed at East Hartford, Conn.  ASC/WNWK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-07-D-2073, Delivery Order 0016).

DEFENSE LOGISTICS AGENCY

BP Energy Co., Houston, Texas, was awarded a fixed-price with economic price adjustment contract with a maximum $43,919,002 for direct supply natural gas.  Other location of performance is California.  Using services are Navy, Air Force, Marine Corps and federal civilian agencies.  The date of performance completion is Sept. 30, 2014.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-7501).

Newpark Mats & Integrated Services, The Woodlands, Texas, was awarded a fixed-price with economic price adjustment contract with a maximum $17,343,560 for Dura-Base Composite Mat System.  There are no other locations of performance.  Using services are Army, Navy, Air Force, and Marine Corps.  The date of performance completion is June 29, 2012.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0011).

NAVY

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Conn., is being awarded a $19,811,545 modification to a previously awarded firm-fixed-incentive-fee/cost-plus-incentive-fee contract (N00019-09-C-0015) for the procurement of one Low Rate Initial Production 4 (LRIP 4) conventional take off and landing propulsion systems for the Royal Netherlands Air Force.  In addition, this modification provides for associated engineering assistance to production, initial spare modules, spare parts, program management, and financial and technical data.  Work will be performed in East Hartford, Conn. (73 percent); Bristol, United Kingdom (20 percent); and Indianapolis, Ind. (7 percent).  Work is expected to be completed in January 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.

Lockheed Martin, Moorestown, N.J., is being awarded a $15,206,648 modification to previously awarded contract (N00024-03-C-5115) for engineering services for DDG 51-class and CG 47-class Aegis Combat System installation, integration and test, and fleet life cycle engineering support.  The required services for DDG 51-class ships and CG 47-class ships include program management and operation support, quality assurance, configuration management, ship design integration, fleet lifecycle engineering support, installation support, firmware maintenance, combat system test and evaluation, Navy-furnished material support, special studies, and future-ship integration studies.  Work will be performed in Moorestown, N.J. (50 percent); Baltimore, Md. (25 percent); Norfolk, Va. (8 percent); Washington, D.C. (5 percent); Akron, Ohio (5 percent); Mayport, Fla. (2 percent); San Diego, Calif. (1 percent); Oxnard, Calif. (1 percent); Bath, Maine (1 percent); Pascagoula, Miss. (1 percent); and Dahlgren, Va. (1 percent).  Work is expected to be completed by September 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.

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $14,104,892 cost-plus-incentive-fee contract for the non-recurring engineering efforts for the design and development of a Mode 5 Interrogator Subsystem into the MH-60R Automatic Radar Periscope Detection and Discrimination System, to include design, development, integration and test.  Work will be performed in Farmingdale, N.Y. (68 percent), and Owego, N.Y. (32 percent), and is expected to be completed in November 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0068).

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $12,500,000 modification to previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support research and development of advanced submarine technologies for current and future submarine platforms.  Advanced submarine research and development includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability.  Development and design of advanced submarine research and development (R&D) technologies include the integration/incorporation of technologies for tests/deployment of onboard advanced development models and engineering test platforms on designated R&D test platform(s) and current and future submarine platforms; fabrication of advanced engineering development models and prototypes required to demonstrate proof-of-concepts; and engineering design, technical assessment, systems integration, and configuration management and control services to support large scale vehicle test platforms.  The program also supports near term insertion of Virginia-class technology; identification of Ohio-class replacement technology options; future submarine concepts; and core technologies.  Work will be performed in Groton, Conn. (75 percent), and Newport News, Va. (25 percent), and is expected to be completed by October 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.

L-3 Interstate Electronics Corp., Anaheim, Calif., is being awarded a $12,474,694 cost-plus-fixed-fee completion contract to design, develop, document, manufacture, test, deliver, and install the upgrade to the Strategic Systems Program Navy mobile instrumentation radar, and M465 antenna replacement and M250 interface cable shipping containers in accordance with Flight Test Instrumentation System data collection capabilities and requirements document and M465 antenna replacement and M250 interface cable shipping containers.  Work will be performed in Anaheim, Calif. (77.2 percent), and Cape Canaveral, Fla. (22.7 percent), and is expected to be completed by July 2013.  Contract funds in the amount of $1,682,000 will expire at the end of the current fiscal year.  This contract was not competitively procured.  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-10-C-0009).

CORRECTION:  Contract awarded June 29, 2011, to DynCorp International, LLC, Fort Worth, Texas (N62742-08-C-1115), for $37,434,785 should have been for $38,532,688.  After award of contract option, the total cumulative contract value will now be $177,899,242.

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 articleVA Award 14 Major Technology Contracts
Next articleHow to Receive Veteran Mortgage Loans