U.S. Department of Defense Contract Awards for Sept. 28, 2011

0
822

Here’s Today’s Department of Defense Contract Awards

 

AIR FORCE

The MITRE Corp., Bedford, Mass., is being awarded a $394,186,883 contract modification to exercise option year three for systems engineering and integration support for Air Force ceiling programs and Air Force non-ceiling programs for fiscal 2012. Support level is estimated at 892 staff years for the Air Force ceiling programs, and 300 direct staff years for the Air Force non-ceiling programs. MITRE is a federally funded research and development center. This contract supports Foreign Military Sales programs (6 percent) to Saudi Arabia, France, United Kingdom, and Japan. ESC/CAA, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-12-C-0001).

Northrop Grumman Corp., Aerospace System, San Jose, Calif., is being awarded an estimated $54,227,582 cost-plus-incentive-fee contract modification to provide logistics support activities required to support the Global Hawk unmanned aerial vehicle fielded systems and subsystems used in peacetime operations, which includes fielded air vehicles, engines, payloads, ground segments, and support segments. WR-ALC/GRCKA, Robins Air Force Base, Ga., is the contracting activity (FA8528-11-C-0003-PZ0001).

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $25,135,974 cost-plus-fixed-fee, indefinite-delivery, requirements contract for ground-based sensors for remotely controlled aircraft. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000 0201).

General Atomics Aeronautical Systems, Inc., Poway, Calif., is being awarded a $21,618,560 cost-plus-fixed-fee contract for expedited contractor support that is mandatory to meet urgent service operational requirements for the Predator and Reaper programs. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038-0040).

Burgess & Nipple, Cincinnati, Ohio, is being awarded a maximum $12,000,000 indefinite-delivery/indefinite-quantity contract in which individual firm-fixed-price delivery orders will be awarded for mechanical-electrical architect/engineer services to support Wright Patterson Air Force Base. ASC/PKOC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-11-D-0011).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $9,887,022 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide research and analysis of reliability, maintainability, supportability, quality, and interoperability of the Naval Air Warfare Center Weapons Division. Specific deliverables include: requirement analysis, security mitigation, risk assessment, infrastructure management plans, spare concepts recommendations, and interoperability analysis. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (BC1047-05-D-4005 0220).

ITT Corp., Systems Division, Patrick Air Force Base, Fla., is being awarded an $8,593,640 contract modification to provide Eastern Range Central Command Remoting Systems replacement, phase two. The location of performance is Kennedy Space Center, Fla. Space and Missile Systems Center, SMC/LRK, Launch and Range Systems Directorate, El Segundo, Calif., is the contracting activity (F04701-01-C-0001 PO0768).

Defense Support Services, Greenville, S.C., is being awarded an $8,094,326 indefinite-delivery/indefinite-quantity with firm-fixed-price, time-and-material, and cost reimbursement contract for the installation of the Large Aircraft Infrared Countermeasure System on to nine each C-5 aircraft models B and M; one lot of over and above for potential aircraft legacy issues which may arise during the installation process; one lot of contractor acquired property needed to support the installation; one lot of fuel required to re-fuel the aircraft for the Air Force pilot to ferry back to the owning Air Force base; one lot of shipping associated with shipment of defective government furnished property; and one lot of data. ASC/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-10-D-6501 0003).

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $7,756,883 cost-plus-fixed-fee contract to develop a compact, power efficient radio frequency (RF) transmitter by inventing dynamic power conditioning circuits (power supply modulators) and closely integrating them with RF monolithic microwave integrated circuit power amplifiers and necessary control circuits. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7184).

NAVY

Canadian Commercial Corp., General Dynamics Land Systems – Canada, Ontario, Canada, is being awarded an $87,335,007 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for procurement of 425 of the following engineering change proposal upgrades: upgraded transfer case kit; hood/bonnet assembly kit; exhaust system kit; central tire inflation system upgrade kit; skydex flooring material kit; electrical harness kit; route clearance digirack kit; remote weapon station joystick kit; front door assist kit; wheel and tire upgrade kit; and independent suspension axel system kit. Work will be performed in Benoni, South Africa (70 percent); Trenton, N.J. (20 percent); Chandler, Ariz. (6 percent); and Halifax, Canada (4 percent). Work is expected to be completed July 31, 2012. Fiscal 2009 other procurement appropriation contract funds in the amount of $17,007,225 will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Manu Kai, L.L.C.*, Honolulu, Hawaii, is being awarded a $72,592,497 contract modification on a previously awarded contract (N00604-09-0001) to exercise the third option period for range operations support and base operations support services for the Pacific Missile Range Facility, Kauai, Hawaii. Work will be performed at the Pacific Missile Range Facility, Kauai, Hawaii, and is expected to be completed September 2012. Contract funds will not expire by the end of the current fiscal year. The basic contract was posted on the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to the solicitation. The Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-09-0001).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $51,269,726 modification to a previously awarded contract (N00024-10-C-4308) for USS Barry (DDG 52) 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 April 2012. Contract funds in the amount of $51,269,726 will expired at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

The Boeing Co., Jacksonville, Fla., is being awarded a $31,503,536 firm-fixed-price, cost-plus-fee requirements contract for supplies and services for in-warranty and out-of-warranty depot-level modification installations and in-service repairs incident to modification kit installs including associated material and services as required to support the continued safe, reliable, and improved operation of the F/A-18 series aircraft. Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2012. No funding is being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contact was not competitively procured pursuant to FAR 6.302-1. The Naval Air System Command, Patuxent River, Md., is the contracting activity (N00019-11-D-0013).

RQ-Berg, J.V., Carlsbad, Calif., is being awarded $30,857,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-10-D-5409) for design and construction of electrical upgrades at Marine Corps Base Camp Pendleton. The work to be performed provides for all labor, materials, equipment, transportation, supervision, and incidental related work to provide design, construction, procurement, and installation services for electrical upgrades consisting of multiple metering stations and other incidental site work for substations, and multiple electrical distribution lines. The task order also contains three unexercised options, which, if exercised, would increase cumulative task order value to $31,606,000. Work will be performed in Oceanside, Calif., and is expected to be completed by January. 2014. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $26,945,901 modification to previously awarded contract (N00024-11-C-4407) for the USS Kearsarge (LHD-3) fiscal 2011 planned maintenance availability. The effort to be performed includes planning and execution of a work package containing major repairs to tanks, flightdeck, aircraft elevators, free-board preservation and painting, 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 November 2011. Contract funds in the amount of $26,945,901 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Northrop Grumman Corp., San Diego, Calif., is being awarded an $18,650,000 cost-plus-fixed-fee contract for intelligence, surveillance and reconnaissance services in support of the deployment of the MQ-8B vertical takeoff and landing tactical unmanned aerial vehicle. Work will be performed in Afghanistan (90 percent) and Patuxent River, Maryland (10 percent), and is expected to be completed in October 2012. Contract funds in the amount of $1,434,742 will 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-0094)

Trace Industries, Inc.*, Honolulu, Hawaii (N62478-10-D-2369); Contech Engineering, Inc.*, Honolulu, Hawaii (N62478-10-D-2373); and BAM Contractors, Inc.*, Dallas, Texas (N62478-10-D-2374), are each being awarded a modification under a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award service contract to exercise option two for demolition projects, located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility. The maximum dollar value for all three contracts combined is $17,771,369. No task orders are being issued at this time. The work to be performed provides for demolition of facilities and structures. The work includes asbestos removal; removal of lighting ballasts and lamps containing polychlorinated biphenyls and mercury; disconnection of utilities; earthwork; grading; demolition and removal of various buildings, miscellaneous structures, and equipment, site preparation; and all incidental related work. All work will be performed in Hawaii, and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

EADS North American, Inc., Irvine, Calif., is being awarded a $15,400,864 indefinite-delivery/indefinite-quantity contract for the procurement of one pilot production Turboprop engine test instrumentation (TPTI) unit; up to 11 TPTI production units; two pilot production test program sets (TPS) (T56-425/-427 and T56-427A); up to two TPS production units; technical and logistics data items; package, deliver, and installation of pilot production and production of TPTI and TPS systems; up to 1,300 hours of engineering support services; up to 700 hours of technical representative support services; and up to 1,200 hours of integrated logistics support contractor support. Work will be performed in Irvine, Calif., and is expected to be completed by September 2014. This contract was competitively procured via electronic request for proposal, with three offers received. 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 (N68335-11-D-0017).

Wright Tool Co., Troy, Mich., is being awarded a $14,149,134 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of diesel fuel injection test systems and spare parts in support of Marine Corps ground vehicles and equipment. Work will be performed in Buckingham, England, and is expected to be completed by September 2014. 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 three proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-GS80).

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $14,089,047 firm-fixed-price order under previously awarded basic ordering agreement (N00164-11-G-JQ97) for target sight system (TSS) spare parts and program support. This acquisition is for AN/AAQ-30 TSS spares that will be utilized for the current TSS that are installed into AH-1Z Cobra attack helicopters. 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. The TSS is used on the Marine Corps fleet of 180 AH-1W Super Cobra helicopters. Work will be performed in Orlando, Fla., and is expected to be completed by April 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, Ind., is the contracting activity.

John C. Grimberg Co., Inc., Rockville, Md., is being awarded $13,925,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40080-10-D-0492) for repair to the envelope of Buildings 60 and 61 at Naval Support Activity, National Naval Medical Center. Buildings 60 and 61 are four-story dormitories, each with two residential wings connected by a common area. This project will remove the exterior brick cladding and the non-structural stud wall assembly at the exterior walls. The brick will be replaced with a precast concrete panel and curtain wall system. Work will be performed in Bethesda, Md., and is expected to be completed by December 2013. Contract funds in the amount of $13,925,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

CNMS, J.V., Honolulu, Hawaii, is being awarded $13,617,193 for firm-fixed-price task order HC01 under a previously awarded multiple award construction contract (N62742-10-D-1306) for design and repair of Headquarters Pacific Air Forces Building 1102 at Joint Base Pearl Harbor-Hickam. The work to be performed provides for bringing Building 1102 up to compliance with life safety codes to include structural, fire detection, alarm, and suppression systems, establishment of areas of refuge, and meeting egress requirements. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2013. Contract funds in the amount of $13,617,193 are obligated on this award and 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.

TolTest, Inc., Maumee, Ohio, is being awarded a $13,338,385 firm-fixed-price contract for maintenance construction for the repairs of an electrical sub-station at Naval Base Kitsap-Bangor. The work to be performed provides for the replacement of switchyard transformers, circuit interrupters, expansion of the sub-station grounding grid system, and various associated work, including installation of security fencing, security cameras, and access control systems. Work will be performed in Silverdale, Wash., and is expected to be completed by July 2012. Contract funds in the amount of $13,338,385 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 six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-11-C-9003).

KIRA, Inc., Boulder, Colo., is being awarded a $12,833,025 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69272-03-D-1010) to exercise option three for regional base operating support services at Naval Air Station Jacksonville and Naval Station Mayport. The work to be performed provides for janitorial, pest control, refuse, and grounds maintenance service and service calls. Work also provides services for fire alarm, heating, ventilation, and air conditioning, and security alarms for nine Navy and Marine Reserve centers within the Naval Facilities Engineering Command Southeast area of responsibility. The total contract amount after exercise of this option will be $75,811,342. Work will be performed in Jacksonville, Fla., and is expected to be completed September 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.

L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $12,629,287 modification to a previously awarded contract (N61331-11-C-0005) for in-theater subject matter experts/field service representatives to perform maintenance and repair of the Marine Corps mine roller systems. Field service representatives will be responsible for all scheduled and unscheduled maintenance and repair of Marine Corps mine roller systems to ensure operational levels meet in-theater needs. Work will be performed in Afghanistan and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,436,224 cost-plus-fixed-fee order against a previously issued basic ordering agreement (N68335-10-G-0026) to continue efforts initiated under Small Business Innovation Research topic N94-178, to assess, procure, deploy, and support an advanced coalition, command, control, communications, computer, intelligence, surveillance, and reconnaissance equipment and system of architecture. Work will be performed in Warminster, Pa. (50 percent); Patuxent River, Md. (30 percent); and Afghanistan (20 percent). Work is expected to be completed in September 2014. Contract funds in the amount of $2,701,194 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

TCOM, L.P.*, Columbia, Md., is being awarded a $12,354,993 modification to a previously awarded firm-fixed-price contract (N68335-11-C-0250) for the procurement of hardware in support of phase three of the Persistent Ground Surveillance Systems (PGSS) for the Navy. Hardware to be provided includes three 28M+ aerostat systems and three site spares to outfit and enhance the capabilities of the existing PGSS currently fielded. Work will be performed in Elizabeth City, N.C. (90 percent), and Columbia, Md. (10 percent), and is expected to be completed in November 2011. 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.

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,341,259 order against a previously issued basic ordering agreement (N68335-10-G-0026) for the assessment, procurement, and deployment of innovative intelligence, surveillance, and reconnaissance systems, and communication systems in support of phase three Persistent Ground Surveillance Systems. This effort also includes the assessment of unmanned aircraft vehicle (UAV) noise reducing technology, aircraft aerodynamics with increased lift and decreased drag, UAV weatherization, long endurance, submersible technology, interoperability of airborne and waterborne techniques to support ISR military operations and counter-narco-terrorism and related support hardware. Work will be performed in Warminster, Pa. (71 percent); Patuxent River, Md. (14 percent); Yuma, Ariz. (5 percent); Washington, D.C. (5 percent); Avon Park, Fla. (3 percent); and Tampa, Fla. (2 percent). Work is expected to be completed in September 2013. 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.

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,336,876 order against a previously issued basic ordering agreement (N68335-10-G-0026) for the assessment, procurement, and deployment of innovative intelligence, surveillance, and reconnaissance systems, and communication systems, micro unmanned aircraft vehicle technology, and related hardware in support of phase three Persistent Ground Surveillance Systems. This effort also includes the procurement of 10 appropriately configured TigerShark unmanned aircraft system for precision acquisition weaponized system testing. Work will be performed in Warminster, Pa. (48 percent); Patuxent River, Md. (20 percent); Avon Park, Fla. (19 percent); Washington, D.C. (7 percent); and Tampa, Fla. (6 percent). Work is expected to be completed in September 2013. 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.

Kaman Aerospace Corp., Bloomfield, Conn., is being awarded an $11,978,497 firm-fixed-price, cost-plus-fixed-fee contract for engineering technical services in support of four Egyptian Air Force 5H-2G(E) aircraft under the Foreign Military Sales Program. Services to be provided include aircraft, structural and system inspections, and repairs. Work will be performed in Bloomfield, Conn., and is expected to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-4. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0052).

STV, Inc., Douglassville, Pa., is being awarded a maximum amount $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 $518,075 to provide design services for the interior and exterior repairs of the Navy Propeller Shop at Philadelphia Naval Business Center, Philadelphia, Pa. Work for this task order is expected to be completed by April 2012. All 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 $518,075 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-7211).

Referentia Systems, Inc.*, Honolulu, Hawaii, is being awarded a $9,922,078 cost-plus-fixed-fee contract for the development and demonstration of a cross-aircraft-platform ground-based data management and analysis capability. Included in this effort is the development of the prognostics, analytic and reporting for complex systems and shareable real-time cyber-network situational awareness. Work will be performed in Honolulu, Hawaii, and is expected to be completed in September 2016. Contract funds in the amount of $4,458,823 will expire at the end of the fiscal year. This contract was competitively procured via broad agency   announcement; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0536).

The Hana Group, Inc.*, Honolulu, Hawaii, is being awarded a $9,860,647 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62478-07-D-2311) to exercise option four, for regional security services at Commander Naval Region Hawaii, Joint Base Pearl Harbor-Hickam; Naval Magazine Lualualei; and Naval Communications Telecommunications Area Master Station Wahiawa. The work to be performed provides for, but is not limited to, entry control point services personnel and vehicle checks; roving patrol services; interior and perimeter patrol; escort and courier services; crowd control; dispatching services; traffic court services; and armor service. The total contract amount after exercise of this option will be $56,658,764. Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2012. Contract funds in the amount of $9,271,162 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Space and Mission Systems, Herndon, Va., is being awarded a $9,287,788 firm-fixed-price level of effort contract to provide professional and program management support services, engineering support services, financial management services, and other technical support services to the International Fleet Support Program Office (PMS 326). The purpose of this contract is to assist the International Fleet Support Program Office in day-to-day management of security assistance programs and assigned foreign military sales cases. The contractor shall provide administrative and technical support to interact with personnel at various activities and echelon levels and occasionally other government and navy representatives. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $12,117,886. Work will be performed in Washington, D.C. (80 percent), and in various locations throughout the world (20 percent) as required by security assistance projects, and is expected to be completed by April 2012. Contract funds in the amount of $3,078,585 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-4218).

Corrpro Companies, Inc., San Diego, Calif., is being awarded an $8,000,000 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62583-09-D-0185) for exercise of the second option period for cathodic protection inspection and repair in support of various Navy, Marine Corps, and federal government programs requesting assistance from the Capitol Improvements Division of the Naval Facilities Engineering Service Center, Port Hueneme. The work to be performed provides for cathodic protection inspection and repair, and corrosion control services on petroleum storage and distribution centers worldwide. After award of this option, the total cumulative contract value will be $24,000,000. Work will be performed worldwide, and work is expected to be completed September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

Oak Point Associates, Biddeford, Maine, is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-disciplined architect and engineering services in support of projects at military installations throughout the Public Works Department Maine (PWD) area of responsibility (AOR). The work to be performed provides for civil, structural, electrical and mechanical design services to support installation, repair, and upgrades to mechanical and electrical utilities distribution systems, power plant auxiliaries, generation systems, heating, ventilating and air conditioning systems, fire protection systems, petroleum fuel facilities, energy conservation measures, electrical metering installations, interior and exterior electrical design, and electrical systems studies. Additional services include preparation of Historic American Engineering Record documentation, laboratory testing services, including metallurgical testing, heating, ventilating and air conditioning systems flow testing, petrographic testing, soils testing probes, borings, mold and asbestos sampling and testing and lead paint sampling and testing. Project planning services include but are not limited to, energy compliance analyses, performance rating reports, energy returns on investments calculations, and geological construction inspection services. Task order 0001 is being awarded at $173,708 for repairs to the fire station at Naval Computer and Telecommunications Area Master Station, Atlantic Detachment, Cutler, Maine. Work for this task order is expected to be completed by April 2012. All work will be performed within the PWD Maine AOR, including, but not limited to, Portsmouth Naval Shipyard, Kittery, Maine (75 percent); Naval Computer and Telecommunications Area Master Station, Atlantic Detachment, Cutler, Maine (20 percent); and Naval Satellite Operations Command, Detachment ALFA, Prospect Harbor, Maine (5 percent). The term of the contract is not to exceed 36 months, with an expected completion date of August 2014. Contract funds in the amount of $173,708 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 23 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Portsmouth, N.H., is the contracting activity (N40085-11-D-0502).

Weston Solutions, Inc., San Antonio, Texas, is being awarded $7,203,654 for firm-fixed-price task order WE01 under a previously awarded multiple award construction contract (N62583-08-D-0138) for advanced metering infrastructure at Naval Station Norfolk. The work to be performed provides for modernization of the utility system with advanced metering infrastructure meters and data acquisition system. The advanced metering infrastructure effort at Naval Station Norfolk encompasses 782 meters and installation of steam and electrical data acquisition systems. Work will be performed in Norfolk, Va., and is expected to be completed by April 2014. Contract funds in the amount of $7,203,654 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

The City of Pensacola, doing business as Energy Services of Pensacola, Pensacola, Fla., is being awarded $6,558,354 for firm-fixed-price task order 0005 under a previously awarded basic ordering agreement (N69450-07-G-0090) for energy savings at Building 3465 at the National Museum of Naval Aviation complex. The work to be performed provides for replacement of 19 air handler units with new; replacement of three existing chillers with three new six-hundred ton centrifugal chillers; one new six-hundred ton stainless steel cooling tower; and implementation of demand flow technology to maximize chilled water plant performance. Work also includes complete energy conservation measures upgrade in Building 3465. This includes new chilled water control valves, complete wiring upgrade, and associated work to provide complete usable project. Work will be performed in Pensacola, Fla., and is expected to be completed by March 2013. Contract funds in the amount of $6,558,354 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

On Site Gas Systems, Inc.*, Newington, Conn., was awarded a fixed-price with economic price adjustment contract for a maximum $20,400,000 for oxygen generation systems including accessories and spare kits. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DH-11-D-8217).

Thomson Aerospace, doing business as Linear Motion, Saginaw, Mich., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $13,782,000 for aircraft ballscrews. There are no other locations of performance. Using services are Air Force and, as required, foreign military sales. The date of performance completion is September 2017. The Defense Logistics Agency Procurement Operations Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-D-0018).

CEF Industries, Addison, Ill., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum  $13,782,000 for aircraft ballscrews. There are no other locations of performance. Using services are Air Force and, as required, foreign military sales. The date of performance completion is September 2017. The Defense Logistics Agency Procurement Operations Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-D-0019).

MISSILE DEFENSE AGENCY

The Missile Defense Agency is announcing the award of a contract modification to exercise an option to Gray Research, Inc., under the W9113M-05-D-0003 contract, P00052. The ceiling value of this effort is $18,608,597, increasing the total contract value from $169,792,608 to $188,401,205. Under this modification, the contractor will maintain continuity of operations and avoid disruption of critical support for the Missile Defense Data Center Program. The work will be performed in Huntsville, Ala. The performance period is from Oct. 1, 2011 through March 31, 2012. Fiscal 2012 research, development, test and evaluation funds will be used to incrementally fund individual task orders. Contract funds will not expire at the end of the current fiscal year. The Missile Defense Agency, Redstone Arsenal, Ala., 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 articleUS Goes from Hero to Zero on Palestine Boulevard of Broken Dreams
Next articleIran Contra Redux: Have the Drug Cartels Staked Out Your Town Yet?