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

0
905

Here’s Today’s Department of Defense Contract Awards

 

ARMY

Oshkosh Corp., Oshkosh, Wis., was awarded a $904,184,088 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure 6,963 Family of Medium Tactical Vehicles.  Work will be performed in Oshkosh, Wis., with an estimated completion date of June 30, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Hellfire Systems, L.L.C., Orlando, Fla., was awarded a $159,018,990 firm-fixed-price contract.  The award will provide for the procurement of 3,097 Hellfire missiles in containers; 16 Hellfire II guidance test articles; and engineering, equipment, and production services.  Work will be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2014.  One sole-source bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0242).

Wilhelm Commercial Builders, Inc., Annapolis Junction, Md., was awarded a $49,999,999 firm-fixed-price indefinite-delivery/indefinite-quantity task-order contract.  The award will provide for the construction services for the Baltimore-Washington corridor with availability to be utilized throughout the continental United States.  Work location will be determined with each task order, with an estimated completion date of July 29, 2016.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-D-0017).

Olin Corp., East Alton, Ill., was awarded a $29,372,473 firm-fixed-price with economic price adjustment contract.  The award will provide for the procurement of 5.56mm, 7.62mm, and .50 small caliber ammunition.  Work will be performed in East Alton, Ill., with an estimated completion date of March 31, 2017.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0038).

Okland Construction, Inc., Salt Lake City, Utah, was awarded a $22,282,136 firm-fixed-price contract.  The award will provide for the design and construction of the Aerospace Maintenance and Regeneration Group hangar at Davis-Monthan Air Force Base, Tucson, Ariz.  Work will be performed in Davis-Monthan Air Force Base, with an estimated completion date of July 18, 2013.  The bid was solicited through the Internet, with 15 bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-11-C-0007).

Delfasco, L.L.C., Afton, Tenn. (W15QKN-11-D-0198), and Conco, Inc., Louisville, Ky. (W15QKN-11-C-0192), were awarded a $19,859,690 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract between two contractors.  The award will provide for the facilities, personnel and equipment for the manufacture of the PA 117 container.  Work location will be determined with each task order, with an estimated completion date of July 11, 2020.  Four bids were solicited, with four bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

AAI Corp., Hunt Valley, Md., was awarded an $18,682,819 cost-plus-fixed-fee contract.  The award will provide for the engineering services in support of the Shadow 200 unmanned aircraft system.  Work will be performed in Hunt Valley, Md., with an estimated completion date of May 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0103).

Alliant Lake City Small Caliber Ammunition Co., L.L.C., Independence, Mo., was awarded a $7,968,389 firm-fixed-price contract.  The award will provide for the production base support projects at Lake City Army Ammunition Plant.  Work will be performed in Independence, Mo., with an estimated completion date of Sept. 30, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (DAAA09-99-E-0002).

BWAY Corp., Atlanta, Ga., was awarded a $7,366,564 firm-fixed-price with economic price adjustment contract.  The award will provide for the procurement of 797,986 M2A1 ammunition containers in support of various contracts for small caliber ammunition production.  Work will be performed in Atlanta, Ga., with an estimated completion date of April 26, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0030).

AIR FORCE

Lockheed Martin Corp., Archbold, Pa. (FA8213-11-D-0008), and Raytheon Missile Systems of Tucson, Ariz. (FA8213-11-D-0007), are being awarded a $475,000,000 firm-fixed-price contract for Paveway II laser-guided bomb computer control groups (seekers) and GBU-12 air foil groups (tail kits).  The Ogden Air Logistics Center/GHGKA, Hill Air Force Base, Utah, is the contracting activity.

The University of Dayton Research Institution, Dayton, Ohio, is being awarded a $24,510,000 cost-plus-fixed-fee, firm-fixed-price, cost reimbursement contract to provide testing, evaluation, and the incidental research and development of advanced polymer materials, equipment and processes, and to provide for the operation and maintenance of the Coatings Technology Integration Office, Special Test and Research facilities, and Erosion facilities at Wright-Patterson Air Force Base, Ohio, where work will be performed.  The Air Force Research Laboratories/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-5602).

ITT Industries, Inc., Systems Division, Cape Canaveral, Fla., is being awarded a $13,465,960 cost-plus-award-fee contract modification for Spacelift Range System contract support for increased depot level software maintenance for the operationally accepted Range Standard Architecture System, to include the transition and ongoing sustainment of range standard architecture for both the Eastern and Western ranges.  Work will be performed at Patrick Air Force Base, Fla., and Vandenberg Air Force Base, Calif.  The Space and Missile Systems Center Space Logistics Group/PK, Peterson Air Force Base, Colo., is the contracting activity (F04701-01-C-0001, P00693).

Planning Professional, Ltd., Allen, Texas, is being awarded a $12,418,640 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for event planning services in support of the Air Force Reserve Command Yellow Ribbon Program.  Work will be performed at Allen, Texas; Summerfield, N.C.; and Twinsburg, Ohio.  The Headquarters Air Force Reserve Command/A7KA, Robins Air Force Base, Ga., is the contracting activity (FA6643-11-D-0004).

BAE Systems, Nashua, N.H., is being awarded a $9,000,000 firm-fixed-price contract for one Autonomous Real-Time Ground Ubiquitous Surveillance-Imaging System with options for two additional systems.  The Air Force Materiel Command, Aeronautical Systems Center, 645th Aeronautical Systems Group/WIJK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-11-G-4029 0008).

Chugach Management Services, J.V., Anchorage, Alaska, is being awarded an $8,811,927 firm-fixed-price contract for civil engineering management services.  Work will be performed at Kirtland Air Force Base, N.M.  The Air Force Nuclear Weapons Center/PKOC, Kirtland Air Force Base, N.M., is the contracting activity (FA9401-11-C-0010).

NAVY

General Electric Aircraft Engines, Lynn, Mass., is being awarded a $71,484,930 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0088) to exercise an option for the supplemental engine requirement to procure (18) F414-GE-400 engines and (18) F414-GE-400 engine device kits.  The F414-GE-400 engine powers the F/A-18E/F Super Hornet aircraft.  Work will be performed in Lynn, Mass. (44.8 percent); Madisonville, Ky. (18.1 percent); Evandale, Ohio (14.1 percent); Hooksett, N.H. (10.4 percent); Rutland, Vt. (3.9 percent); Dayton, Ohio (2.2 percent); Jacksonville, Fla. (1.5 percent); Muskegon, Mich. (1.4 percent); Terre Haute, Ind.  (1.4 percent); Bromont, Canada (1.2 percent); and Asheville, N.C. (1 percent).  Work is expected to be completed in July 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.

Raytheon Co., Network Centric Solutions, Marlborough, Mass., is being awarded a $67,030,102 indefinite-delivery/indefinite-quantity, cost-plus fixed-fee/cost-plus incentive-fee/firm-fixed-price hybridcontract for the procurement of highly specialized engineering services to meet the Navy’s Satellite Communications Program requirements to include, but not limited to, the following systems produced by Raytheon:  Extremely High Frequency (EHF); Super High Frequency (SHF) WSC-6 (v)5/7; Global Broadcast Service (GBS); Submarine High Date Rate (SUB HDR); and Navy Multiband Terminal (NMT).  Work will be performed in Marlborough, Mass. (84.49 percent), Chula Vista, Calif. (13.51 percent), and Sterling, Va. (2 percent).  Work is expected to be completed by August 2016. Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because Raytheon Co., Network Centric Solutions, is the sole manufacturer and current maintainer of the EHF, SHF (AN/WSC-6 (v)5/7), GBS, SUB HDR, and NMT systems and is the only source that possesses the detailed knowledge and unique expertise necessary to provide the required engineering services without substantial duplication of cost to the government that is not expected to be recovered through competition.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-11-D-0045).

Oceaneering International, Inc., Chesapeake, Va., is being awarded a $47,429,395 modification to previously awarded contract (N65540-05-D-0012) to provide continuing Subsafe engineering and technical services to support submarine, Subsafe, and Level I material work onboard Seawolf (SSN 21) class, Los Angeles (SSN 688) class, Ohio class (SSBN), and Virginia class submarines.  Work will be performed in Puget Sound, Wash. (60 percent), Norfolk, Va. (30 percent), and Pearl Harbor, Hawaii (10 percent), and is expected to be completed by May 2014.  Contract funds in the amount of $15,000,000 dollars will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Carderock Division, Ship Systems Engineering Station, Philadelphia, Pa., is the contracting activity.

Toyon Research Corp.*, Goleta, Calif., is being awarded a $12,109,000 indefinite- quantity/indefinite-delivery contract for the procurement of various antennas and ancillary parts, which are integrated into communication jamming pods and electronic warfare laboratories, spares, and the incidental engineering required to fabricate, modify and/or maintain the antenna and feed assemblies.  Work will be performed in Goleta, Calif., and is expected to be completed in August 2014.  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 Warfare Center Weapons Center, China Lake, Calif., is the contracting activity (N68936-11-D-0027).

Lockheed Martin Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $8,657,273 cost-plus-fixed-fee modification to previously awarded contract (N00024-10-C-5124) to exercise options for fiscal 2011 technical and engineering support and related operation and maintenance of the Navy’s Combat Systems Engineering Development Site and technical engineering support of the SPY-1A test lab and Naval Systems Computing Center.  Work will be performed in Moorestown, N.J., and is expected to be completed by October 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.

SoBran, Inc.*, Dayton, Ohio, is being awarded an $8,453,652 modification to a previously awarded time-and-material, indefinite-delivery/indefinite-quantity contract (N68936-05-D-0042) to provide 308,072 hours of logistics production support for the Fleet Readiness Center Southeast, Jacksonville.  Work will be performed in Jacksonville, Fla. (95 percent), Oceana, Va. (3 percent), and Beaufort, S.C. (2 percent).  Work is expected to be completed in May 2012.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $7,351,328 modification to previously awarded contract (N00024-11-C-5448) for three refurbished and upgraded rolling airframe missile MK 49 Mod 3 Guided Missile Launch Systems with associated hardware for LHA 7 and LCS 5.  Work will be performed in Tucson, Ariz., and is expected to be completed by March 2013.  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.

Pathfinder Systems, Inc.*, Arvada, Colo., is being awarded a $6,717,214 cost-plus-fixed-fee contract for a Phase III Small Business Innovation Research (SBIR) project under Topic N03-190 forthe Phase III operational prototype Marine Common Aircrew Trainer (MCAT) prototype two.  This SBIR Phase III project will implement a baseline configuration upgrade based on the previously delivered MCAT prototype one and will build upon previously demonstrated and delivered Phase II simulation technologies.  Work will be performed in Arvada, Colo. (95 percent), and the Naval Air Station Miramar, Miramar, Calif. (5 percent), and is expected to be completed in August 2013.  Contract funds will not expire at the end of the current fiscal year.  This Phase III contract was not competitively procured pursuant to FAR 6.302-5.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-C-0021).

Raytheon Co., Tucson, Ariz., is being awarded a $6,693,470 modification to previously awarded contract (N00024-07-C-5437) for engineering and technical services in support of the MK15 Phalanx Close-In-Weapon System.  The Phalanx Close-In Weapon System is a fast reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other ships’ defenses.  The Phalanx Close-In Weapon System is an integral element of the fleet defense in-depth concept and the Ship Self-Defense Program.  Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating other defense envelopes.  Phalanx Close-In Weapon System is currently installed on approximately 187 Navy ships and is in use in more than 20 foreign militaries.  This effort includes the governments of Japan and Saudi Arabia (1 percent) under the Foreign Military Sales Program.  Work will be performed in Tucson, Ariz., and is expected to be completed by April 2012.  Contract funds in the amount of $200,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Meggitt Polymers, Rockmart, Ga., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, requirements type contract with a maximum $9,500,706 for aircraft fuel tanks.  There are no other locations of performance.  Using service is Air Force.  The date of performance completion is July 2017.  The Defense Logistics Agency Procurement Operations, Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-D-0016).

General Petroleum*, Rancho Dominquez, Calif., was issued a line item modification on the current contract SP0600-11-D-0360/P00002.  Award is a fixed-price with economic price adjustment contract with a maximum $6,920,760 for marine gas oil.  Other location of performance is San Francisco, Calif.  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.

  • 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 articleOxymoron…Congress can solve the financial crisis they created
Next article9/11: Inside Story on the Missing Tapes