U.S. Department of Defense Contract Awards for Sept. 27, 2011

0
881

Here’s Today’s Department of Defense Contract Awards

 

AIR FORCE

The Boeing Co., Huntington Beach, Calif., is being awarded a not-to-exceed $469,000,000 firm-fixed-price, cost-plus-fixed-fee contract modification for a foreign military sales requirement for the Indian Air Force (IAF) C-17 Globemaster III Sustainment Partnership Program. This action incorporates support of the IAF aircraft into the “virtual fleet” which includes aircraft maintenance, upgrades, and sustainment. ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, PO0436).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $49,181,949 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide research and analysis to replace existing handheld biometrics, which currently lack the required reliability, quality, and supportability. Research will provide biometric system assessments, technology, and architecture enhancements, and prototype development to enable information fusion. Specific deliverables include: analysis of alternatives, configuration analysis, sensitive site exploitation, and tagging/tracking location reports. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0190).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $47,595,440 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide for reliability, maintainability, quality, supportability, and interoperability to develop and enhance the U.S. Army Criminal Investigation Laboratory. Research results will be used to enhance efficiencies, reliability, and interoperability of systems, equipment, and information technologies. Research will support exploitation capability requirements and apply those requirements to other geographic combatant commands to establish long-term programmatic responsibilities and identify gaps and vulnerabilities between expeditionary entities. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0208).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $44,953,376 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide development of reliability improvement processes and successful implementation to enhance readiness while reducing life-cycle costs for unmanned aerial systems programs utilizing reliability, maintainability, quality, supporting ability, and interoperability best practices. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0211).

G.B. Johnson Construction Co., Colorado Springs, Colo., is being awarded a $27,826,000 firm-fixed-price contract for Vandenberg Hall renovation, Phases 7 and 8, at the U.S. Air Force Academy, Colo. 10 CONS/LGCA, U.S. Air Force Academy, Colo., is the contracting activity (FA7000-11-C0035).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $24,966,507 cost-plus-fixed-fee, indefinite-delivery requirements contract to perform research and development in order to complete and deliver the “Emerging Leading-Edge Technological Advancement of Intelligence Surveillance Recon Capabilities Report”, “Tactics, Techniques, and Procedures Report” and wargame/exercise lessons learned reports. These deliverables will be used to ultimately increase the situational awareness and survivability of the warfighter by helping them to better identify battlefield threats. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0449).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $24,590,971 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide engineering expertise to the Science and Technology Office to achieve the initiatives and goals of Defense Intelligence Agency in the area of measurement and signature intelligence. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0205).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $24,116,927 cost-plus-fixed-fee, indefinite-delivery requirements contract to perform research and development in order to complete and deliver the capability evolution description document; the system prototype report; and the test and evaluation master plan. The Navy will use these reports for investment decisions regarding potential technologies that can best protect warfighters from threats posed by technological warfare, natural disaster, biochemical warfare, and terrorism/insurgency. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0444).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $20,768,477 cost-plus-fixed-fee, indefinite-delivery requirements contract to perform research and development in order to complete/deliver critical infrastructure facilities assessments; strategic planning technical reports; and experimentation, war gaming and exercise technical reports. The III Marine Expeditionary Force will use these deliverables to analyze and recommend methods to limit terrorist and enemy threats in a permanently deployed, overseas environment consisting of III Marine Expeditionary Force and Marine Corps personnel, equipment, facilities and staff. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0439).

Wyle Laboratories, Inc., Ridgecrest, Calif., is being awarded an $11,756,257 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract for engineering expertise for aircraft and related resource test, countermeasure, protection programs, and projects to refine and improve the emerging mission capabilities, processes, and portfolio of programs/projects and training including in-service systems and equipment. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0219).

Amherst Systems, Inc., Buffalo, N.Y., is being awarded an $11,400,000 maximum firm-fixed-price contract to provide sustaining engineering services support (SESS) on government-owned B-1, B-2, B-52, and fighter test facilities’ threat simulations. SESS will consist of recurring and non-recurring engineering tasks in support of the combat electromagnetic environment simulators and the advanced multiple environment simulators threat simulators located in various test facilities. AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA9200-11-D-0373).

University of Oklahoma, Norman, Okla., is being awarded a $10,773,593 cost-plus-fixed-fee contract to create experimental serious games to train participants and measure their proficiency in recognizing and mitigating the cognitive biases that commonly affect all types of intelligence analysis. The research objective is to experimentally manipulate variables in serious games and to determine whether and how such variables enable player-participant recognition and persistent mitigation of cognitive biases. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7178).

HRL Laboratories, L.L.C., Malibu, Calif., is being awarded a $10,618,875 cost-plus-fixed-fee contract for research and development to develop and demonstrate an energy-efficient, low cost mixed-signal chip set for separating and analyzing mixtures of complex wideband radio frequency signals, and also to develop an integrated radio frequency front-end that will integrate with the chip set and demonstrate signal separation and classification with low power consumption. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA86S0-11-C-7158).

ARMY

Guild Associates, Dublin, Ohio (W911QY-11-D-0043); Berg Manufacturing, Inc., Spokane, Wash. (W911QY-11-D-0044); Tri-Tech USA, Inc., Liberty, S.C. (W911QY-11-D-0045); Highland Engineering, Inc., Howell, Mich. (W911QY-11-D-0080); and Triton Metals, Inc., Hollywood, Md. (W911QY-11-D-0081), were awarded a $465,000,000 firm-fixed-price contract between five contractors. The award will provide for the Expeditionary Triple Container Systems, consisting of laundry, shower, kitchen and latrine. Work location will be determined with each task order, with an estimated completion date of Oct. 1, 2016. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity.

Thales Raytheon Systems, Fullerton, Calif., was awarded a $162,652,249 firm-fixed-price contract. The award will provide for the procurement of 56 Sentinel AN/MPQ64-A3 radars, along with associated spares and fielding support. Work will be performed in Fullerton, Calif., and Forest, Miss., with an estimated completion date of June 1, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0301).

Robertson Fuel Systems, L.L.C., Tempe, Ariz., was awarded a $127,875,000 firm-fixed-price contract. The award will provide for the procurement of 3,300 Bradley fuel cell survivability modification kits, designed specifically for incorporation and use on the Bradley Family of Vehicles. Work will be performed in Tempe, Ariz., with an estimated completion date of Jan. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0420).

Hensel Phelps Construction Co., Chantilly, Va., was awarded a $125,900,000 firm-fixed-price contract. The award will provide for the construction of a new North Campus substation electrical utility plant at Fort Meade, Md. Work will be performed in Fort Meade, Md., with an estimated completion date of Sept. 15, 2014. 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-C-0036).

AAI Corp., Hunt Valley, Md., was awarded a $118,792,331 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 19 Tactical Common Data Link (TCDL) pool configuration kits; four TCDL regular configuration kits; 14 sets of mobile maintenance facility spares; and one set of TCDL spares for the Shadow Unmanned Aircraft System. Work will be performed in Hunt Valley, Md., with an estimated completion date of April 30, 2012. One bid was solicited, with one bid received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0023).

Bauer Foundation Corp., Odessa, Fla., was awarded a $106,611,907 firm-fixed-price contract. The award will provide for the construction of a deep foundation concrete barrier wall in a high-head earthen dam with a karst limestone foundation. Work will be performed in Smithville, Tenn., with an estimated completion date of March 22, 2014. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Nashville, Tenn., is the contracting activity (W912P5-11-C-0014).

Science Applications International Corp., McLean, Va., was awarded a $106,275,386 firm-fixed-price level-of-effort contract. The award will provide for the sustainment services of the Mine Resistant Ambush Protected Vehicle, and provides the joint logistics integrator capability for integrated logistics, engineering, and fielding services. Work will be performed in McLean, Va.; Kuwait; Afghanistan; and Iraq, with an estimated completion date of Sept. 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

Leo A Daly Co., Atlanta, Ga. (W9127S-11-D-6009); HDR Engineering, Inc., Kansas City, Mo. (W9127S-11-D-6007); and Aecom Technical Services, Inc., Los Angeles, Calif. (W9127S-11-D-6005), were awarded a $90,000,000 firm-fixed-price contract between three contractors. The award will provide for the development of facility development plans, providing planning, design support, and contract development services to include the development of requests for proposals in support of the Air Force Medical Services Design-Build Program. Work location will be determined with each task order, with an estimated completion date of Sept. 18, 2016. The bid was solicited through the Internet, with 31 bids received. The U.S. Army Corps of Engineers, Little Rock, Ark., is the contracting activity.

Astec, Inc., Chattanooga, Tenn., was awarded an $89,383,141 firm-fixed-price contract. The award will provide for the acquisition of an asphalt mixing plant and 24 plus units associated accessories and services. Work location will be determined with each task order, with an estimated completion date of Sept. 23, 2016. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-0112).

Globe Trailer Manufacturing, Bradenton, Fla., was awarded an $86,687,878 firm-fixed-price contract. The award will provide for the procurement of 1,337 M870A4 semitrailers. Work will be performed in Bradenton, Fla., with an estimated completion date of Sept. 12, 2016. The bid was solicited through the Internet, with 13 bids received. The U.S. Army TACOM, Warren, Mich., is the contracting activity (W56HZV-11-D-0204).

Engineered Electric Co., doing business as DRS Fermont, Bridgeport, Conn., was awarded a $75,000,000 cost-plus-fixed-fee and firm-fixed-price contract. The award will provide for the modification of an existing contract to procure tactical quiet generator sets. Work will be performed in Bridgeport, Conn., with an estimated completion date of March 20, 2014. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Fort Belvoir, Va., is the contracting activity (DAAB07-00-D-B207).

iRobot Corp., Bedford, Mass., was awarded a $60,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of up to 300 PackBot Robot Systems, sustainment parts, repair, maintenance, and training. Work will be performed in Bedford, Mass., with an estimated completion date of July 27, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-0093).

Polaris Sales, Inc., Medina, Minn., was awarded a $54,183,409 firm-fixed-price contract. The award will provide for the procurement of 6,501 all-terrain vehicle; 266 all-terrain vehicle trailers; and contractor spare parts. Work will be performed in Brooklyn, Minn., with an estimated completion date of Sept. 24, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-G210).

J & S Construction Co., Inc., Cookeville, Tenn. (W912DQ-11-D-4013); K & K Industries, Inc., Newberry, Mich. (W912DQ-11-D-4014); Titan Construction Organization, Inc., Olathe, Kan. (W912DQ-11-D-4015); and Carlson Constructors Corp., Joliet, Ill. (W912DQ-11-D-4016), were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction, renovation, and repair of facilities located in the Kansas City district. Work location will be determined with each task order, with an estimated completion date of Sept. 23, 2015. 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.

American Equipment Co., Inc., Greenville, S.C., was awarded a $48,540,267 firm-fixed-price contract. The award will provide for the procurement of 1,200 full-size pickup trucks. Work will be performed in New Castle, Del., with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-G209)

SM Resources Corp., Lanham, Md., was awarded a $48,500,000 cost-plus-fixed-fee and firm-fixed-price contract. The award will provide for the services to obtain environmental, safety, health, and research support operations at Edgewood Chemical Biological Center facilities. Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion date of Sept. 22, 2016. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-11-D-0003).

AM General, L.L.C., South Bend, Ind., was awarded a $46,308,827 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 306 various models of high mobility multi-purpose wheeled vehicles. Work will be performed in Mishiwaka, Ind., with an estimated completion date of March 30, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0405).

Satterfield and Pontikes Construction, Inc., was awarded a $45,885,000 firm-fixed-price contract. The award will provide for the construction of the Lackland Airman Training Center dormitory at Lackland Air Force Base, San Antonio, Texas. Work will be performed in Lackland Air Force Base, San Antonio, Texas, with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0024).

Science Applications International Corp., McLean, Va., was awarded a $45,000,000 firm-fixed-price level-of-effort contract. The award will provide for the modification of an existing contract for operational readiness services at government facilities in Kuwait and the continental United States. Work will be performed in McLean, Va., and Kuwait, with an estimated completion date of Sept. 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $187,000,000 cost-plus-fixed-fee modification to a previously awarded advance acquisition contract (N00019-10-C-0002). This modification provides additional funding for recurring sustainment support, and system engineering sustainment activities necessary to meet the requirement and delivery schedule of this low rate initial production, lot five, F-35 Joint Strike Fighter. Work will be performed in Eglin, Fla. (60 percent); Fort Worth, Texas (15 percent); El Segundo, Calif. (5 percent); Warton, United Kingdom (5 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in May 2012. Contract funds in the amount of $25,795,004 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting.

L-3 Communications Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $123,180,168 modification to a previously awarded indefinite-delivery, requirements contract (N00019-08-D-0014) to exercise an option for logistics services and materials for organizational, intermediate, and depot-level maintenance required to support 36 T-45A, and 168 T-45C, aircraft based at Naval Air Station (NAS) Meridian, Miss.; NAS Kingsville, Texas; NAS Pensacola, Fla., and NAS Patuxent River, Md. This requirement also includes the organizational level maintenance for the engine. No funding will be obligated at time of award. Work will be performed in Kingsville, Texas (57 percent); Meridian, Miss. (36 percent); Pensacola, Fla. (6 percent); and Patuxent River (1 percent), and 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 activity.

Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $99,919,152 modification to a previously awarded firm-fixed-price requirements contract (N00019-09-D-0002) to exercise an option for intermediate and depot-level maintenance and related support for in-service T-45 F405-RR-401 Adour engines under the power-by-the-hour arrangement. In addition, this modification provides for inventory control, sustaining engineering and configuration management, as well as integrated logistics support and required engineering elements necessary to support the F405-RR-401 engine at the organization level. No funding is being obligated at time of award. Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (48 percent); NAS Meridian, Miss. (47 percent); NAS Pensacola, Fla. (4 percent); and NAS Patuxent River, Md. (1 percent), and 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 activity.

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is receiving a $94,701,577 contract modification (P00018) to a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020) to exercise option year three for prepositioning and Marine Corps logistics support services for Blount Island Command. The contract provides logistics services at the industrial facility at Blount Island, shipboard maintenance, supply support and care-in-stores at sea and in port areas around the world, and operational logistics support to deployed Marine Corps forces. Work will be performed in Jacksonville, Fla. (86 percent), aboard 16 maritime prepositioning ships (12 percent), and in six locations in Norway (2 percent). Work is expected to be completed Sept. 30, 2012. At this time, none of the funds have been obligated. U. S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $92,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical, and manufacturing services to support various aging aircraft. No funds will be obligated at time of award. Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), and 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 activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $81,700,000 firm-fixed-price contract to procure 24 MH-60R Airborne Low Frequency Sonar Systems and all associated program management support for lot nine production. Work will be performed in Brest, France (72 percent); Portsmouth, R.I. (20 percent); and Johnstown, Pa. (8 percent). Work is expected to be completed in September 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 Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0077)

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $50,613,287 modification to previously awarded contract (N00024-10-C-4308) for USS Stout (DDG 55) fiscal 2011 Extended Drydocking Selected Restricted Availability (EDSRA). An EDSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by January 2012. Contract funds in the amount of $50,613,287 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $26,757,039 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0048) for the procurement of 699 newly designed point and click operator system interface kits, and 123 pointing devices in support of the MH-60 Romeo and Sierra aircraft, including installation. Work will be performed in Owego, N.Y. (61.1 percent); Austin, Texas (20 percent); and Everett, Wash. (18.9 percent), and is expected to be completed in February 2015. 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.

IAP-Hill, L.L.C., Cape Canaveral, Fla., is being awarded a $26,356,252 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-10-D-5073) to exercise option two for the base operating support services at Naval Air Station, Jacksonville; Naval Station, Mayport; Bureau of Medicine and Surgery, Jacksonville; and Blount Island Command, Jacksonville. Regional base operating support services include, but are not limited to, the following functions: port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance, utilities, environmental, transportation, bachelor housing, fire alarms, wastewater, steam, and facility management. Work also provides service calls consisting of repairs of base facilities, utilities, transportation and fire alarm systems. The total contract amount after exercise of this option will be $77,908,695. Work will be performed in Jacksonville, Fla., and is expected to be completed March 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

SDV Engineering & Consulting IOI, J.V.*, San Diego, Calif. (N40083-11-D-0028); Lee & Ryan Environmental Consulting, Inc.*, Greenfield, Ind. (N40083-11-D-0029); VRHabilis-KEMRON, L.L.C.*, Knoxville, Tenn. (N40083-11-D-0030); SEQ Vets Remediation, J.V. B*, San Diego, Calif. (N40083-11-D-0031); and TTL Associates, Inc.*, Toledo, Ohio (N40083-11-D-0032), are each being awarded an indefinite-delivery/indefinite-quantity environmental multiple award contract for environmental services at Naval Station Great Lakes and Department of Defense facilities located within the continental United States. The maximum dollar value, including the base period and two option years, for all five contracts combined is $24,000,000. The work to be performed provides for removal and remediation of environmental contamination and monitoring for Naval Station Great Lakes and Department of Defense facilities within the continental United States. Lee & Ryan Environmental Consulting is being awarded task order 0001 at $326,515 for remediation of a trichloroethylene plume at Naval Support Activity Mid-South, Millington, Tenn. Work for this task order is expected to be completed by September 2015. All work will be performed primarily at Naval Facilities Engineering Command Midwest facilities and at government facilities in Indiana (40 percent), Illinois (30 percent), Tennessee (20 percent), and the rest of the United States (10 percent). The term of the contract is not to exceed 36 months, with an expected completion date of September 2014. Contract funds in the amount of $330,515 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website as a service disabled veteran owned small business set-aside, with 19 proposals received. These five contractors shall compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.

L-3 Communications Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $23,539,003 firm-fixed-price, indefinite-delivery requirements contract for contractor logistics support and Aircraft Intermediate Maintenance Department (AIMD) support for the T-39 Undergraduate Military Flight Officer (UMFO) Training Program. This effort includes support of the UMFO government-owned T-39N and T-39G aircraft and associated equipment, including organizational and depot-level repair. In addition, this provides intermediate level maintenance and support for Chief of Naval Air Training aircraft, transient aircraft, tenant, and other services activities at the Naval Air Station (NAS) Pensacola, Fla., and NAS Corpus Christi, Texas, and surrounding areas through the AIMD. No funds are being obligated at time of award. Work will be performed in Pensacola, Fla. (75 percent), and Corpus Christi, Texas (25 percent), and is expected to be completed in March 2012. Contract funds will not expire at the end of the 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-D-0024).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded an $18,096,417 modification previously awarded contract (N00024-10-C-4308) for USS Bulkeley (DDG-84) fiscal 2012 drydocking selected restricted availability. The effort to be performed includes planning and execution of depot-level maintenance, alterations, and modifications to update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by April 2012. Contract funds in the amount of $18,096,417 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Lockheed Martin, Mission Systems and Sensors, Moorestown, N.J., is being awarded a $17,742,288 modification to previously awarded contract (N00024-09-C-5103) to exercise fiscal 2011 options for Aegis platform systems engineering agent activities, and Aegis modernization advanced capability build engineering efforts. The platform systems engineering agent manages the in-service combat systems configurations, as well as the integration of new or upgraded capability into the Ticonderoga- and Arleigh Burke-class of ships. Work will be performed in Moorestown, N.J., and is expected to be completed by September 2012. Contract funds in the amount of $17,742,288 will 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 Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $16,650,000 firm-fixed-price contract for six spare AN/AAQ-30 target sight systems (TSS) for the AH-1Z Cobra attack helicopter. The TSS provides target identification and tracking; passive targeting for integrated weapons, including Hellfire missiles; and a laser designation capability supporting friendly laser-guided weapons. Work will be performed in Orlando, Fla. (90 percent), Ocala, Fla. (10 percent), and is expected to be completed by December 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-G-JQ97).

CACI, Inc., Federal, Chantilly, Va. (N65236-11-D-3841); Computer Sciences Corp., Falls Church, Va. (N65236-11-D-3842); L-3 Services, Inc., Mount Laurel, N.J. (N65236-11-D-3843); Life Cycle Engineering, Inc., Charleston, S.C. (N65236-11-D-3844); Science Applications International Corp., McLean, Va. (N65236-11-D-3845); and Scientific Research Corp., Atlanta, Ga. (N65236-11-D-3846), are each being awarded a $16,644,455 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based (with provisions for firm-fixed-price orders) multiple award contracts for operational command and control support services. These contracts include options, which, if exercised, would bring the cumulative value of the individual contracts to an estimated $88,168,808. Work will be performed in Charleston, S.C. (80 percent); Norfolk, Va. (10 percent); and Washington, D.C. (10 percent). Work is expected to be completed by September 2012. If all options are exercised, work could continue until September 2016. Contract funds will not expire at the end of the current fiscal year. These multiple award contracts were competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with 10 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Manson-Nan Hawaii, J.V., Honolulu, Hawaii, is being awarded $15,870,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62748-09-D-4016) to repair the existing exterior windows throughout the shipfitting shop, Building 155, in the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility area at Joint Base Pearl Harbor-Hickam. The work to be performed provides for window repair to provide protection to equipment from the wind and rain and prevent shock hazards and slip hazards. The project includes repairing or replacing damaged or cracked windows, glazing, deteriorated window frames, steel girts, metal supports, hardware operators and concrete sill. The project will also remove steel windows containing lead paint and asbestos caulking, metal flashing, and remove and reinstall any associated window obstructions and penetrations. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2013. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Thomas & Betts Power Solutions*, Richmond, Va., is being awarded a $15,715,700 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the delivery of static transfer switches for use aboard Navy ships. The static transfer switches will be used to distribute, restore, transfer, and provide uninterrupted power. $815,700 will be obligated at time of award. Work will be performed in Richmond, Va., and is expected to be completed by September 2012. Contract funds in the amount of $815,700 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-11-D-0029).

Advance Technology Construction*, Renton, Wash., is being awarded $12,829,520 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N44255-10-D-5004) for construction of Marine Corps Reserve center at U.S. Army Yakima Training Center. The work to be performed provides for the construction of a stand-alone, one-story main Marine Corps Reserve center building; and ancillary facilities, which include covered parking, tank parking, wash rack, organic equipment shed, and a battery charging station. The facility will also include built-in equipment, compressed air system, vehicle lube system, vehicle exhaust system, and bridge crane with crane rails. Work will be performed in Yakima, Wash., and is expected to be completed by February 2013. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Intergraph Government Solutions, Madison, Ala., is being awarded a $9,950,000 firm-fixed-price, time-and-material contract for procurement of information technology engineering systems, hardware, software, systems integration/design, and software development support services, related training, maintenance, and spare parts. Work will be performed in Philadelphia, Pa. (84 percent); Pearl Harbor, Hawaii (10 percent); Hampton Roads, Va. (2 percent); Puget Sound, Wash. (2 percent); and Kittery, Maine (2 percent). Work is expected to be completed by September 2011. 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, Mechanicsburg, Pa., is the contracting activity (N00104-11-D-QW43).

Lockheed Martin Corp., Owego, N.Y., is being awarded an $8,987,306 firm-fixed-price contract for the procurement of specialized test equipment necessary to perform depot-level repairs to the ALQ-210 Electronic Support Measures Receiver Processor System in support of the H-60 aircraft. Work will be performed at the Naval Air Station Jacksonville, Jacksonville, Fla., and is expected to be completed in June 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 Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0403).

The Boeing Co., St. Louis, Mo., is being awarded a $7,050,777 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-10-G-0012) for the design, development, fabrication, and first article production of Operational Test Program sets 824, 825, and 560 in support of the F/A-18E/F Aircraft Distributing Targeting System. Work will be performed in St. Louis, Mo., and is expected to be completed in December 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

FLIR Systems, Inc., North Billerica, Mass., is being awarded a $24,625,000 indefinite-delivery/indefinite-quantity contract for new production or retrofit of AN/ZSQ-3 (V1 Assault) and AN/ZSQ-3 (V2 Attack), Electro-Optic Sensor Systems with laser rangefinder/designator units for the MH-6M assigned to the Special Operations Aviation Regiment at Fort Campbell, Ky., in support of the Technology Applications Contracting Office. Work will be performed primarily in North Billerica, Mass., and is expected to be completed by Sept. 22, 2016. Delivery order 0001 is anticipated to be issued on Sept.23, 2011 in the amount of $497,092. This contract was awarded as sole-source after approval of a justification and approval document as an exception to full and open competition under the authority of FAR 6.302-1. U.S. Special Operations Command is the contracting activity (H92241-11-D-0007).

  • 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 articleObama, The Disappointment
Next articleThe Slow Hand of Justice at The Apartheid Wall