U.S. Department of Defense Contract Awards for June 19, 2012

0
901

Here’s Today’s Department of Defense Contract Awards

 

AIR FORCE

The Boeing Co., Long Beach, Calif., is being awarded a $171,469,781 firm-fixed-price contract to procure one C-17 aircraft.  The location of the performance is Long Beach, Calif.  Work is to be completed by Nov. 21, 2012.  ACS/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-06-D-2006, DO 0011).

The Boeing Co., Long Beach, Calif., is being awarded a $169,755,083 firm-fixed-price contract to procure one C-17 replacement aircraft.  The location of the performance is Long Beach, Calif.  Work is to be completed by May 23, 2013.  ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-06-D-2006, DO 0010).

ACCU Construction, Santa Ana, Calif.; Advanced Paving and Construction, Odgen, Utah; Allutiq Manufacturing Contractors, Anchorage, Alaska; Brinkerhoff Excavating, Ogden, Utah; Cherokee General, Federal Way, Wash.; Consolidated Paving and Concrete, Inc., Ogden, Utah; DSB-Geneva Rock, J.V., American Fork, Utah; Morgan Asphalt, Salt Lake City, Utah; PR Paving, Inc., Corrine, Utah; Raas Brothers, Inc., Provo, Utah; Romero General Construction Corp., Escondido, Calif.; US Roads, Colorado Springs, Colo.; Wilkerson Construction Co., Morgan, Utah; and Yerba Buena Engineering and Construction, Salt Lake City, Utah, are being awarded up to $48,000,000 firm-fixed-price contract to support exterior pavement improvements at Hill Air Force Base, Little Mountain and Utah Test and Training Range.  Services include, but are not limited to:  flexible and rigid pavement excavation and replacement, road and parking lot construction, aggregate based road construction, airfield pavement surface construction, water drainage systems, storm drain utility installation, exterior parking lot lighting installation, airfield rubber removal and pavement striping.  The location of the performance is Hill Air Force Base, Utah.  Work is be completed by June 24, 2017.  OO-ALC/PKESS, Hill Air Force Base, Utah, is the contracting activity (FA8201-12-D-0011; FA8201-12-D-0012; FA8201-12-D-0013; FA8201-12-D-0014).

Science Applications International Corp., McLean, Va., is being awarded a $32,800,000 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract to provide research and development effort to conduct basic, applied and advanced research focusing on seven broad technical areas:  N-D laser radar (LADAR), laser radar, laser sources, optical apertures, electro-optical sensor test range, field testing of electro-optical/infra-red LADAR systems, modeling, and simulation laboratory.  The location of the performance is Wright-Patterson Air Force Base, Ohio.  Work is to be completed by June 18, 2022.  AFRL/PKSE, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-12-D-1377/Task Order 0001).

Creative Business Solutions, Inc., Mitchellville, Md.; Cirrus Technology, Inc., Huntsville, Ala.; Infinite Services and Solutions, Inc., Columbus, Ga.; and Standard Technology, Inc., Warner Robins, Ga., are being awarded a $12,000,000 firm-fixed-price, cost-reimbursable no-fee contract to provide logistics support for the acquisition, fielding, and sustainment of H-60, H-1 (variant), CV-22, and other special mission aircraft modification programs.  The locations of performance are Mitchellville, Md.; Huntsville, Ala.; Columbus, Ga.; and Warner Robins, Ga.  Work is to be completed by June 20, 2012.  WR-ALC/GRUKB, Warner Robins Air Force Base, Ga., is the contracting activity (FA8552-12-D-0001).

JDD, Inc., Cleveland, Ohio, is being awarded a $9,208,823 firm-fixed-price, indefinite-delivery/indefinite-quantity, commercial contract to provide all management, tools, equipment, and labor necessary to ensure that custodial services are performed at Edwards Air Force Base, Calif., and the Air Force Research Laboratory.  The location of the performance is Edwards Air Force Base, Calif.  Work is to be completed by June 30, 2017.  AFFTC/PKOB, Edward Air Force Base, Calif., is the contracting activity (FA9301-12-D-0007).

NAVY

Naval Industrial Services Support, J.V.*, Anchorage, Alaska (N62473-12-D-1210); Bara Infoware, Inc.*, San Ramon, Calif. (N62473-12-D-1211); Tsay Construction & Services, L.L.C.*, San Juan Pueblo, N.M. (N62473-12-D-1212); Ameritac, Inc.*, Concord, Calif. (N62473-12-D-1213); and Acepex Management Corp.*, Montclair, Calif. (N62473-12-D-1214), are each being awarded an indefinite-delivery/indefinite-quantity multiple award service contract for facilities support services located within the Naval Facilities Engineering Command Southwest area of responsibility.  The maximum dollar value, including the base period and four option years, for all five contracts combined is $100,000,000.  The work to be performed provides for services to operate, maintain and repair facilities, ground structures, personal property equipment and installed equipment and systems; chiller plant and distribution systems; electrical power generation plant and transmission and distribution systems; gas generation plant and distribution system; wastewater treatment plant and collection systems; steam and hot water generation plant, steam and hot water distribution systems, and condensate return systems; and raw water supply, water treatment plant and distribution systems.  No task orders are being issued at this time.  Work will be performed in California (50 percent), Arizona (10 percent), Colorado (10 percent), Nevada (10 percent), New Mexico (10 percent), and Utah (10 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of June 2017.  Contract funds in the amount of $2,500 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 eight proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command Southwest, San Diego, Calif., is the contracting activity.

Raytheon Technical Services Co., Indianapolis, Ind., is being awarded $40,333,510 for unpriced deliver order 7284 under a previously issued basic ordering agreement (N00383-07-G-008D) for the repair of 35 weapons repairable assemblies and shop replaceable assemblies of the APG 65/73 Radar System used in support of the F/A-18 aircraft.  Work will be performed in Indianapolis, Ind. (56.93 percent); El Segundo, Calif. (33.79 percent); Forest, Miss. (7.25 percent); and Andover, Mass. (2.03 percent).  Work is expected to be completed by June 30, 2014.  The applicable fiscal 2012 Navy Working Capital Funds will not expire at the end of the current fiscal year.  This contract was a sole-source requirement and one offer was received in response to the solicitation.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded an $11,842,065 modification to previously awarded contract (N00024-03-C-5115) for DDG 51 class and CG 47 class Aegis Combat System installation, integration and test, and fleet life cycle engineering support.  The required Aegis ship integration and test engineering includes:  program management, planning, training, personnel, and services to effectively support Program Executive Office Integrated Warfare Systems and Naval Sea Systems Command Surface Warfare directorate in the execution of the cruiser modernization program; and post availability test and trials, combat system ship qualification trials, and developmental test planning and execution.  Work will be performed in Moorestown, N.J. (37 percent); Bath, Maine (25 percent); Pascagoula, Miss. (22 percent); San Diego, Calif. (6 percent); Washington, D.C. (5 percent); Norfolk, Va. (3 percent); Port Hueneme, Calif. (1 percent); and Syracuse, N.Y. (1 percent).  Work is expected to be completed by September 2012.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Alfab, Inc.*, Enterprise, Ala., was awarded a fixed-price with economic price adjustment contract with a maximum $96,507,000 for pallets and matting.  There are no other locations of performance.  Using services are Air Force and Army.  There were two proposals with one response.  Type of appropriation is fiscal 2012 through 2017 Defense Working Capital Funds.  The date of performance completion is June 19, 2017.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-12-D-0006).

Artcraft Optical Co., Inc.*, Rochester, N.Y., was issued a modification exercising the third option year on contract SPM2DE-09-D-7539/P00005.  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $16,302,804 for aircrew spectacle frames.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There was one response to the Federal Business Opportunities website solicitation.  Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds.  The date of performance completion is June 30, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

JRM Enterprises, Inc., doing business as America Jet*, Salina, Kan., was awarded a fixed-price with economic price adjustment, into-plane requirements contract with a maximum $7,661,623 for fuel.  Other location of performance is Salina Municipal Airport, Kansas.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There was one proposal with two responses.  Type of appropriation is fiscal 2013 through 2016 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2016.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-R-0035).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Ricardo, Inc., Belleville, Mich., is being awarded a $9,812,178 cost-plus-fixed-fee contract (HR0011-12-C-0074).  This award covers a 12-month base period, which may be followed by two successive 12-month options.  The total value including options is $27,558,049.  Ricardo will perform the research and development effort entitled “FANG (Fast, Adaptable, Next-Generation) Ground Vehicle.”  It aims to develop a new heavy, amphibious infantry fighting vehicle (IFV) with functional requirements intended to mirror the Marine Corps’ Amphibious Combat Vehicle.  The contractor will stage a series of FANG challenges, prize-based design competitions for progressively more complex vehicle subsystems, culminating in the design of a full IFV.  Work will be performed in Belleville, Mich. (70.75 percent); Nashville, Tenn. (13.38 percent); Atlanta, Ga. (9.26 percent); Brighton, Mich. (3.16 percent); San Antonio, Texas (1.24 percent); and Troy, Mich. (2.21 percent).  Work is expected to be completed by June 17, 2015.  The Defense Advanced Research Projects Agency 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 articleJob Training Grants to Assist Nearly 9,000 Homeless Vets
Next articlePredictions in Chalmers Johnson