Here’s Today’s Department of Defense Contract Awards
AIR FORCE
Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $664,400,703 cost-plus-incentive-fee and cost-plus-fixed-fee modification contract for sustainment activities for the F-22 air vehicle for calendar year 2012. The locations of the performance are Marietta, Ga.; Fort Worth, Texas; Palmdale, Calif.; and Seattle, Wash. Work is to be completed by Dec. 31, 2012. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 P00119).
The Boeing Co., Saint Louis, Mo., is being awarded a $19,485,171 firm-fixed-price, cost-plus-fixed-fee, and cost-reimbursement-no-fee contract for T-38C avionics post production support. The location of the performance is various locations. Work is to be completed by March 31, 2013. Contracting Directorate, Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (FA8211-12-C-001, P00001).
NAVY
Huntington Ingalls Industries, Inc., Newport News, Va., is being awarded an $82,000,000 modification to previously awarded contract (N00024-09-C-2107) for the refueling complex overhaul of USS Theodore Roosevelt (CVN 71). This effort shall provide for completion of planned supplemental work during the accomplishment of the overhaul, modernization, repair, maintenance, and refueling. Work will be performed in Newport News, Va., and is expected to be completed by February 2013. Contract funds will not 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.
General Dynamics Information Technology, Herndon, Va., is being awarded a $27,091,748 indefinite-delivery/
BAE Systems, Land & Armaments, L.P., U.S. Combat Systems, Minneapolis, Minn., is being awarded a $22,989,371 modification to previously awarded contract (N00024-11-C-5301) for MK 41 Vertical Launching System mechanical modules and related equipment and services for DDG 116 and Aegis Ashore, Host Nation One. Contract modification efforts includes requirements to procure MK41 VLS mechanical systems, production of support material, interim support parts, and equipment in support of DDG51-class new construction, and Aegis Ashore Missile Defense Systems for Missile Defense Agency Host Nation One requirements. Work will be performed in Aberdeen, S.D. (43 percent); Farmingdale, N.Y. (19 percent); Aiken, S.C. (15 percent); Fort Totten, N.D. (10 percent); York, Pa. (7 percent); Minneapolis, Minn. (5 percent); and Louisville, Ky. (1 percent). Work is expected to complete by September 2015. 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.
Environmental Management, Inc., doing business as EMI Services*, Idaho Falls, Idaho, is being awarded a $19,047,270 modification under a previously awarded firm-fixed-price, indefinite-delivery/
J.F. Taylor, Inc., Lexington Park, Md., is being awarded a $12,094,992 cost-plus-fixed-fee performance-based services contract for engineering, technical, administrative, and operations and maintenance services in support of the Manned Flight Simulator Facility, the pilot-in-the-loop component of the Air Combat Environment Test and Evaluation Facility (ACETEF). The ACETEF is a ground test facility used to test installed aircraft systems in an integrated multi-spectral warfare environment using state-of-the-art simulation and stimulation technology. Work will be performed in Patuxent River, Md., and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0039).
Progeny Systems Corp.*, Manassas, Va., is being awarded a $10,917,004 cost-plus-fixed-fee modification to a previously awarded contract (N00024-08-C-6278) to exercised an option for Small Business Innovative Research (SBIR) Phase III engineering and technical services supporting SBIR topic N03-049, Automation and Work Flow Advances Using Technology Infusions for Manning Reduction. The concept for this SBIR is for a Navy-wide implementation of portal technology for internal and external information sharing requirements. Work will be performed in Manassas, Va., and is expected to be completed by March 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $10,032,191 modification to a previously awarded cost-plus-fixed-fee, cost-reimbursable contract (N00421-08-C-0025) to exercise an option for aircrew, engineering, operations, and scheduling services in support of the Naval Test Wing Atlantic and Naval Test Wing Pacific. Work will be performed in Patuxent River, Md., and is expected to be completed in March 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
Teradyne, Inc., North Reading, Mass., is being awarded a $9,868,567 firm-fixed-price contract to procure digital, communication and analog instrumentation required to support the Consolidated Automated Support System (CASS) Family of Testers. CASS Family of Testers are automated test equipment systems with computer-assisted multi-functional capabilities designed to test, diagnose, troubleshoot and repair existing and emerging weapons replaceable assembly and shop replaceable assembly aircraft electronic components. Work will be performed in North Reading, Mass., and is expected to be completed in March 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0196).
Alion Science and Technology Corp., McLean, Va., is being awarded an $8,428,058 cost-plus-fixed-fee contract for professional support services in support of the Program Executive Office ships. The support services provided are in the areas of human resources, congressional and public affairs, planning and operations support, business operations, financial management, and program, technical and engineering services in support of multiple program offices at Naval Sea Systems Command. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $16,292,510. Work will be performed in Washington, D.C. (77.8 percent), and Alexandria, Va. (22.2 percent), and is expected to be completed by September 2012. Contract funds will not 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 (N00024-12-C-2311).
Triton Marine Construction Corp., Bremerton, Wash., is being awarded $7,630,447 for firm-fixed-price task order 0009 under a previously awarded waterfront multiple award construction contract for structural and electrical repairs of Dry Dock 4 at Joint Base Pearl Harbor-Hickam. The work to be performed provides for selective removal work, concrete rehabilitation for dry dock walls, floor, curbs, stairs and capstan pits, repair caisson sill with marine concrete, steel plate, ceramic tile markers, steel railing, capstan steel cover plates and steel beams, grating steel supports, refurbish mooring cleats, new steel roller chocks, sealing of concrete dry dock floor, and incidental related work. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by April 2013. Contract funds in the amount of $7,630,447 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-09-D-4018).
DEFENSE LOGISTICS AGENCY
Science Applications International Corp., Fairfield, N.J., was issued a modification to existing contract SPM7LX-10-D-9006/P00042. The award is a fixed-price with economic price adjustment, indefinite-quantity contract with a maximum $28,534,580 for additional national stock items for government-provided material. There are no other locations of performance. Using service is Army. There was one response to the Web solicitation. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is July 15, 2014. The Defense Logistics Agency Land, Columbus, Ohio, is the contracting activity.
ATTENTION READERS
We See The World From All Sides and Want YOU To Be Fully InformedIn 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