U.S. Department of Defense Contract Awards for May 15, 2012

0
782

Here’s Today’s Department of Defense Contract Awards

 

DEFENSE LOGISTICS AGENCY

Graybar Electric Co., Inc., St. Louis, Mo., was issued a modification exercising the seventh option year on contract SPM500-04-D-BP07/P00024.  The award is a firm-fixed-price, prime-vendor, indefinite-delivery/indefinite-quantity contract with a maximum $451,524,862 for maintenance, repair, and operations for the Southwest Zone 1 Region.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 18, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Science Application International Corp., Fairfield, N.J., was issued a modification exercising the seventh option year on contract SPM500-04-D-BP08/P00026.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $208,041,601 for maintenance, repair, and operations for the Southwest Zone 2 Region.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 18, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Flir Systems, Inc., Wilsonville, Ore., was awarded a firm-fixed-price contract with a maximum $37,975,358 for infrared/control infrared electronic units.  There are no other locations of performance.  Using service is Army.  Type of appropriation is Army Working Capital Funds.  There was one proposal with one response.  The date of performance completion is March 1, 2014.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-D-0078).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a firm-fixed-price contract with a maximum $7,877,992 for landing drag braces.  There are no other locations of performance.  Using service is Army.  Type of appropriation is Army Working Capital Funds.  There was one proposal with one response.  The date of performance completion is Dec. 20, 2014.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPM4AX-12-D-9402/ZB08).

NAVY

Huntington Ingalls Industries, Inc., Pascagoula, Miss., is being awarded a $133,751,000 cost-plus-fixed-fee not-to-exceed modification to previously awarded contract (N00024-06-C-2222) for advance procurement of long-lead-time materials and pre-construction activities in support of Landing Platform Dock 27.  Work will be performed in Pascagoula, Miss., and is expected to complete by June 2017.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Insitu, Inc., Bingen, Wash., is being awarded a $35,507,379 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) for additional operational and maintenance services in support of the ScanEagle unmanned aerial system.  These services will provide electro-optical/infrared and mid-wave infrared imagery in support of land-based operations in Operation Enduring Freedom to provide real-time imagery and data.  Work will be performed in Bingen, Wash., and is expected to be completed in December 2012.  Contract funds in the amount of $35,507,379 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Bechtel Plant Machinery, Inc., Monroeville, Pa., is being awarded a $20,013,153 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2106) for Naval Nuclear Propulsion components.  Work will be performed in Monroeville, Pa. (96.33 percent), and Schenectady, N.Y. (3.67 percent).  No funds will expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bulova Technologies Ordnance Systems, L.L.C., Mayo, Fla., is being awarded a $9,835,448 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK 80 distress signals and MK 79 distress signal kits.  The MK 80 is an illuminated signal used by downed aircrews or personnel in life rafts as a distress signal.  The MK 79 consists of 7 MK 80 signals in a lightweight kit that can be carried in pockets of flight suits or rafts.  Work will be performed in Mayo, Fla., and is expected to be completed by May 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured with four offers received via Federal Business Opportunities.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

On May 10, extensions for the Joint Interoperability Test Command (JITC) multiple-award Omnibus contracts were issued as a modification to each of the three existing contracts:  TASC-M, Andover, Mass. (NBCHC020002 Modification 0487); TASC-N, Andover, Mass. (NBCHC020001 Modification 0488); and Interop Joint Venture II, Chantilly, Va. (NBCHC020003 Modification 0497).  The three JITC Omnibus multiple-award contracts are time-and-material contracts that provide a full-range of test, evaluation, and certification services to support rapid acquisition and fielding of global net-centric war fighting capabilities.  The current contracts expire Aug. 30, 2012.  The extensions will add an additional six-month period to each JITC Omnibus contract from Aug. 31, 2012, to Feb. 28, 2013.  The total combined ceiling values for the extension period will be increased by $35,000,000, changing the total contract ceilings from $1,219,000,000 to $1,254,000,000.  The statutory authority for other than full and open competition is 10 U.S.C. 2304(c)(1).  Only one responsible source and no other supplies or services will satisfy agency requirements.  The intent to award this sole-source modification was posted to the Federal Business Opportunities website on March 30, 2012.  Performance will be at the JITC located at Fort Huachuca, Ariz., Fort Meade, Md., and Indian Head, Md.  The original solicitation was issued as a full and open competitive action and eight proposals were received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Ill. (satellite section JITC, Fort Huachuca, Ariz.), is the contracting activity.

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 articleTop 10 Veterans Stories in Today’s News May 15, 2012
Next articleWisconsin Economic Development Corp. starts seed fund with VETransfer