U.S. Department of Defense Contract Awards for Sept. 22, 2011

0
903

Here’s Today’s Department of Defense Contract Awards

 

NAVY

Kellogg Brown & Root Services, Inc., Houston, Texas (N62742-11-D-3511); IAP-ECC, L.L.C., Cape Canaveral, Fla. (N62742-11-D-3512); Global Response Services, L.L.C., Fort Worth, Texas (N62742-11-D-3513); and Pacific Contingency Services, L.L.C., Fort Worth, Texas (N62742-11-D-3514), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for the purchase of short-term facility support services with incidental construction in support of natural disasters; humanitarian efforts; the full range of military actions; and incumbent breaks in service at various locations throughout the world. The maximum dollar value, including the base period and four option years, for all four contracts combined is $900,000,000. Support services with incidental construction are to include airfield operations; port operations; ship charter; supply; emergency management; fire and emergency services; force protection; safety; environmental (compliance, conservation, cultural, and pollution prevention); facility support (base support vehicle and equipment, collateral equipment, facility investment, facility management, facility services, and utilities); fleet and family readiness (bachelor housing and dormitories, fisher house, galley lodging, morale welfare and recreation, child development, family housing, fleet and family support, and other community support); command; information technology services; resource management; total force management; and training and readiness. No task orders are being issued at this time. All work on this contract will be performed at various locations throughout the world, including remote and overseas locations. The term of the contract is not to exceed 60 months, with an expected completion date of September 2016. Contract funds in the amount of $400,000 are obligated on this award and will 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. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Patricia I. Romero, d.b.a. Pacific West Builders*, National City, Calif. (N62473-11-D-0065); I.E.-Pacific, Inc.*, San Diego, Calif. (N62473-11-D-0066); NEI Contracting and Engineering, Inc.*, San Diego, Calif. (N62473-11-D-0067); Dimensions Construction, Inc.*, San Diego, Calif. (N62473-11-D-0068); and Bilbro Construction Co., Inc.*, Escondido, Calif. (N62473-11-D-0069), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, revitalization, alteration and repair of various facilities at locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value for all five contracts combined is $500,000,000. The work to be performed provides for projects which may include, but are not limited to, commercial, institutional, and industrial type buildings, such as: administrative, armory, athletic court, swimming pool, dining, dormitory/barrack, theater, educational, fire station, hangar, retail complex, club house, child care centers, recreational, religious building, warehouse, laboratory, medical building, animal shelter, and other similar facilities. No task orders are being issued at this time. Work will be performed at various federal sites within the NAVFAC Southwest AOR; including, but not limited to, California (87 percent), Arizona (7 percent), Nevada (3 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2016. Contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 65 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

L-3 Communications Systems Field Support, Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $48,797,627 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity requirements contract (N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 66 C-12 aircraft for the Navy (55) and the Marine Corps (11). Services to be provided include scheduled/unscheduled organizational maintenance, aircraft servicing, depot-level maintenance, support equipment maintenance, modifications, engineering, and engineering support. Funding will not be obligated at the time of award. Work will be performed in Corpus Christi, Texas (12 percent); Lincoln, Neb. (34 percent); and Winnipeg, Canada (34 percent). Work will also be performed in various locations both inside and outside the continental United States (20 percent), including: Yuma, Ariz.; Washington, D.C.; New Orleans, La.; Dallas/Fort Worth, Texas; Jacksonville, Fla.; Miramar, Calif.; New River, N.C.; Norfolk, Va.; Patuxent River, Md.; Andrews Air Force Base, Md.; Manassas, Va.; Japan; Cuba; and Bahrain. Work is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activities.

Canadian Commercial Corp., General Dynamics Land Systems – Canada, Ontario, Canada, is being awarded a $47,336,308 firm-fixed-priced modification under a previously awarded contract (M67854-07-D-5028) for procurement of 425 of the following engineering change proposal upgrades: power pack upgrade kit; heater guard assembly kit; and bracket door actuator kit. These upgrades are supporting the Mine Resistant Ambush Protected vehicles. Work will be performed in Benoni, South Africa, and is expected to be completed no later than June 2012. Contract funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Straub-Driver, J.V., Fallbrook, Calif., is being awarded a $46,575,000 firm-fixed-price contract for the design and construction of the truck company operations complex at Marine Corps Base Camp Pendleton. The work to be performed provides for the design and construction of a dining facility, a multi-story headquarters facility, administrative facilities, a warehouse, an armory, a single marine facility, a dispatch facility, and a vehicle maintenance bay addition. The project also includes renovation to a vehicle maintenance facility and the demolition of four buildings. The contract also contains a planned modification, which, if issued, would increase cumulative contract value to $53,856,738. Work will be performed in Oceanside, Calif., and is expected to be completed by September 2013. 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, Southwest, San Diego, Calif., is the contracting activity (N62473 11 C 0405).

Communications and Power Industries, Palo Alto, Calif., is being awarded a $35,860,730 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for traveling wave tubes and associated data supporting the MK-99 Fire Control System. This contract combines purchases for the U.S. Navy (85 percent); the Missile Defense Agency (6 percent); and under the Foreign Military Sales Program, the governments of Spain (3 percent), Australia (3 percent), and South Korea (3 percent). Work will be performed in Palo Alto, Calif., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-11-D-GR75).

URS Group, Inc., San Antonio, Texas, is being awarded $29,992,802 for fixed-price-award-fee task order HC01 under a previously awarded multiple award construction contract (N62742-09-D-1174) for the design and repair of Red Hill fuel tunnel at Naval Supply Fleet Logistics Center Pearl Harbor. The work to be performed provides for design and repair of approximately 3.5 miles of tunnel in Pearl Harbor to ensure proper structural integrity. Structural repairs include repairing cracks, installing rock bolts, steel “I” beams, and backfilling grout in the voids behind the formed gunite liner, all in accordance with the Federal Highway Administration Tunnel Rehabilitation guidelines. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by April 2014. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $17,098,027 cost-plus-fixed-fee contract for the Rapid Deployment Capability Weaponization Program in support of the Vertical Takeoff and Landing Tactical Unmanned Aerial Vehicle MQ-8B Fire Scout System. This contract includes the installation, engineering, manufacturing, and data development of the weapons systems, which include 12 Stores Management Systems. Work will be performed in San Diego, Calif. (75 percent), and Grand Rapids, Mich. (25 percent), and is expected to be completed in March 2013. Contract funds in the amount of $14,752,952 will expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0087).

Sechan Electronics, Inc.*, Lititz, Pa., is being awarded a $16,233,167 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for up to 350 electronic payload interface boxes; one engineering development model; engineering services not to exceed $50,000; and an optional final technical data package in support of Marine Corps Ground Based Operation Surveillance Systems. Work will be performed in Lititz, Pa., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities with two offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity(N00064-11-D-JT36).

The Boeing Co., St. Louis, Mo., is being awarded $14,480,278 for firm-fixed-price delivery order 0006 under a previously awarded performance based logistics contract (N00383-07-D-001J) for spare parts in support of the AV-8 aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed by September 2014. Contract funds will not expire before the end of the current fiscal year. This contract was not awarded through full and open competition. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

3 Phoenix, Inc.*, Chantilly, Va., is being awarded a $12,315,777 modification to previously awarded contract (N00024-07-C-6274) to exercise an option to provide engineering services to support software development, procurement of commercial-off-the-shelf products, and hardware/software integration required to provide improved technology for Navy open architecture and network centric operations and warfare systems in support of Virginia-class submarines and other submarine/surface ship systems. This requirement includes system engineering, architecture design, software engineering, prototyping, integration, and test activities. This effort is for phase three of a Small Business Innovative Research, topic N04-138, “Real-time Data Fusion and Visualization Interface for Environmental Research Data.” These services will be rendered as needed to support the Navy’s initiative to maintain the pace of performance improvement through judicious use of lower power electronics, advanced algorithm design, and innovative applications of open software and hardware. Work will be performed in Chantilly, Va. (35 percent); Wake Forest, N.C. (35 percent); and Hanover, Md. (30 percent). Work is expected to be completed by September 2012. 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.

Hawk Protection, Inc., Pembroke Pines, Fla., is being awarded a $10,801,076 firm-fixed-price contract for the production of 45,155 protective overgarments. Work will be performed in Vonore, Tenn. (52 percent); Pembroke Pines, Fla. (27 percent); and Hialeah, Fla., (21 percent). Work is expected to be completed by Dec. 31, 2011. Contract funds expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-C-3052).

Bell Helicopter Textron, Fort Worth, Texas, is being awarded a $10,047,265 cost-plus-fixed-fee order against a previously issued basic ordering agreement (N00019-11-G-0003) for design and development activities in support of the cuff and yoke redesign of the H-1 helicopter upgrades. This delivery order will include initiating the design-build-buy activities, part/drawing release, and support analysis for detailed design, preparation, execution, and follow up for preliminary design review; process development for yoke full-scale process and drive system center; complete tooling conceptual designs and initiate tooling preliminary design; structural qualification; and flight test plans requirements. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 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.

Ames & Whitaker Architects, P.C.*, Southington, Conn., is being awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for civil/structural/architectural/mechanical/electrical and fire protection services in support of projects at military installations throughout the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $327,469 to provide design services for Building 1 renovations at Naval Station Newport, Newport, R.I. Work for this task order is expected to be completed by September 2012. Work will be performed in the Mid-Atlantic Northeast AOR including, but not limited to, Rhode Island (20 percent); Maine (20 percent); Connecticut (15 percent); New Jersey (15 percent); Pennsylvania (10 percent); New York (5 percent); New Hampshire (5 percent); Massachusetts (5 percent); Vermont (3 percent); and Delaware (2 percent). Work is expected to be completed by September 2016. Contract funds in the amount of $327,469 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 65 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-11-D-7205).

Lockheed Martin Maritime Systems and Sensors, Baltimore Md., is being awarded an $8,785,494 contract modification to previously awarded contract (N00024-10-C-5347) for electrical design agent for the MK 41 Vertical Launching System (VLS). The MK 41 VLS provides a missile launching system for CG-47 and DDG-51 class surface combatants of the U.S. Navy, as well as surface combatants of allied navies. This effort includes design agent services to support the MK 41 VLS program and the life cycle support facility through efforts such as the integration of new missiles into VLS; integration of VLS into new ships; technical refresh; systems engineering; computer program engineering; and failure analyses. Work will be performed in Baltimore, Md. (82 percent), and Ventura, Calif. (18 percent), and is expected to be completed by December 2012. 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.

CMS Toltest, Inc.*, Bargersville, Ind., is being awarded $6,698,380 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N69450-10-D-1271) for construction of repair Trident Refit Facility dry dock at Naval Submarine Station Kings Bay. This project repairs or replaces pump motors, pumps, check valves, flow meters, actuators, heating, ventilation and air conditioning equipment, control panel annunciators, trench grating, and concrete coating basin. Work will be performed in Kings Bay, Ga., and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

AIR FORCE

Teletronics Technology Corp., Newton, Pa., is being awarded a $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial supplies and services in sustainment of high-speed data acquisition systems specifically designed for flight test users. Work will be performed at Newtown, Pa. The Air Force Flight Test Center Directorate of Contracting, Edwards Air Force Base, Calif., is the contracting activity (FA9302-11-D-0004).

Boeing Co., Long Beach, Calif., is being awarded a $52,457,622 fixed-price-award-fee, cost-plus-incentive-fee modification to the C-17 Globemaster III sustainment partnership contract. The contract modification implements the equitable adjustment outlined in the annual flying hour/engine cycle clause of the contract. Work will be performed at Long Beach, Calif. The Oklahoma City Air Logistics Center/GKSKH, Tinker Air Force Base, Okla., is the contracting activity (FA8106-05-C-0001 P00194).

Lockheed Martin Corp., Lockheed Martin Simulator, Training and Support, Orlando, Fla., is being awarded a $28,515,000 firm-fixed-price contract for fiscal 2012 operations and maintenance for Air Mobility Command. The work will be performed at Little Rock Air Force Base, Ark. The Aeronautical Systems Center/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-06-C-6300).

Boeing Co., Huntington, Calif., is being awarded a $20,087,191 cost-plus-fixed-fee, firm-fixed-price contract for labor-only installation of two C-17 Globemaster III On-Board Inert Gas Generating Systems (OBIGGS) II kits, and two C-17 Globemaster III Extended Range OBIGGS kits. The work will be performed at San Antonio, Texas, and Warner-Robins Air Logistics Center, Robins Air Force Base, Ga. The Aeronautical Systems Center/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, P00378).

Merrick & Co., Aurora, Colo., is being awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for architecture-engineering services. Work will be performed at Aurora, Colo. The 10th Contracting Squadron, U.S. Air Force Academy, Colo, is the contracting activity (FA7000-11-D-0006).

Intelligent Decision, Inc., Ashburn, Va., is being awarded a $9,513,513 firm-fixed-price contract for technical refresh of laptop computers in support of the Air Force Reserve Command mission. Work will be performed at Ashburn, Va. The Headquarters Air Force Reserve Command/A7KA, Robins Air Force Base, Ga., is the contracting activity (FA8771-10-A-0603-5Y02)

DEFENSE LOGISTICS AGENCY

Lockheed Martin MS2, Owego, N.Y., was awarded a firm-fixed-price, basic ordering agreement contract for a maximum $46,503,900 for radar equipment. There are no other locations of performance. Using service is Navy. The date of performance completion is Jan. 30, 2017. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-002Y-5015).

Tiffin Metal Products Co.*, Tiffin, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $12,330,000 for metal fence posts. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0009).

American Posts, L.L.C.*, Toledo, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $12,010,000 for metal fence posts. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0010).

CFM International, Cincinnati, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $11,605,680 for compressor rotor. There are no other locations of performance. Using service is Air Force. The date of performance completion is Aug. 1, 2012. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-11-G-0001-00C6).

Seiler Instrument and Manufacturing Co., Inc., St. Louis, Mo., was awarded a firm-fixed-price contract for a maximum $11,191,160 for mortar telescope mounts. There are no other locations of performance. Using services is Army. The date of performance completion is Sept. 22, 2015. The Defense Logistics Agency Land, Warren, Mich., is the contracting activity (SPRDL1-11-D-0041).

GE Aviation Systems, Vandalia, Ohio, was awarded a firm-fixed-price contract for a maximum $10,860,696 for generator control units. There are no other locations of performance. Using service is Navy. The date of performance completion is September 2014. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPM4A1-09-G-0003-TH03).

Excel Manufacturing, Inc.*, El Paso, Texas, was issued a modification exercising the fourth option year on the current contract SPM1C1-07-D-1501. Award is firm-fixed-price with a maximum $8,483,580 for men’s and women’s airmen battle uniform coats and trousers. There are no other locations of performance. Using service is Air Force. The date of performance completion is Sept. 24, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Signature Flight Support Corp., Corpus Christi, Texas, was awarded a fixed-price with economic price adjustment contract for a maximum $7,017,851 for fuel. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is March 31 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0142).

  • 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 article“Burn In Hell”
Next articleObama Defiant as Palestinian UN Bid Nears