U.S. Department of Defense Contract Awards for July 03, 2012

0
889

Here’s Today’s Department of Defense Contract Awards

 

DEFENSE LOGISTICS AGENCY

Marlex Pharmaceuticals, Inc.*, New Castle, Del., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $79,952,403 for various pharmaceuticals.  There are no other locations of performance.  Using services are Army, Navy, and Air Force.  Type of appropriation is fiscal 2012 Warstopper Funds.  There were 17 responses to the Defense Logistics Agency Internet Bid Board System solicitation.  The date of performance completion is July 2, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D0-12-D-0005).

ASI Medical, Inc.*, Centennial, Colo., was awarded a fixed-price with economic price adjustment quantity contract with a maximum $40,390,203 for dental operating systems and accessories.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  There were seven proposals with five responses.  The date of performance completion is July 2, 2017.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DH-12-D-8215).

Sikorsky Aerospace, Shelton, Conn., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $22,587,200 for cuff assemblies.  There are no other locations of performance.  Using service is Army.  This contract has a one-year base and two one-year options.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  There were three proposals with two responses.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity. (SPRRA1-12-D-0083).

Propper International, Weldon Spring, Mo., was issued a modification exercising the forth option year on contract SPM1C1-08-D-1054/P00017.  The award is a firm-fixed-price contract with a maximum $7,504,494 for shipboard, utility coveralls.  Other location of performance is Puerto Rico.  Using service is Navy.  There were 13 responses to the Federal Business Opportunities solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is July 4, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Red River Computer Co.*, Inc., Claremont, N.H., was awarded a firm-fixed-price contract June 28 for an Army Enterprise-Level Agreement for Cisco SMARTnet maintenance.  The face value of this action is $66,200,000 funded by fiscal 2012 Operation and Maintenance Army funds.  The total cumulative face value of the contract is more than $578,000,000.  The period of performance (PoP) consists of a one-year base period and four one-year option periods, for a total contract life cycle of five years.  The PoP for the base year is June 29, 2012 through June 28, 2013, and each option year follows consecutively through June 28, 2017.  Performance will be at the contractor’s facility to include various worldwide Army locations.  The solicitation was issued as an other than full and open competitive action (brand name) pursuant to 10 U.S.C. 2304(c)(1), FAR 6.302-1(a), and four proposals were received.  Solicitation was posted on the Federal Business Opportunities website.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Ill., is the contracting activity (HC1028-12-C-0034).

NAVY

Lockheed Martin Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $59,938,108 cost-plus-award-fee and cost-plus-fixed-fee contract for lifetime sustainment and support services for the installed Aegis Weapon System.  This contract is a follow-on effort that will provide all the required logistics packages and updates to effectively support all Aegis Weapon System production baselines and change packages.  This contract includes options, which, if exercised, would bring the cumulative value of this contract to $206,882,540.  This contract also involves Foreign Military Sales for spare and repair material support to foreign countries unknown at this time.  Work will be performed in Moorestown, N.J. (81 percent), and Mt. Laurel, N.J. (19 percent), and is expected to be completed by June 2017.  Contract funds in the amount of $611,852 will be obligated at this time.  This contract was not competitively procured.  The Naval Sea Systems, Washington, D.C., is the contracting activity (N00024-12-C-4309).

RQ Construction, L.L.C., Carlsbad, Calif., is being awarded $49,673,217 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N62473-10-D-5409) for construction of a Rotary Aircraft Depot Maintenance Facility at Naval Air Station North Island, Naval Base Coronado.  Work to be performed provides for the construction of a depot-level rotary aircraft maintenance facility; building spaces will consist of aircraft rework shops, plant services for aircraft overhaul and maintenance aircraft storage space.  The high bay hangar will have structural steel framing, metal acoustical roof deck, roof access hatches, structural slab on grade with stone columns, automatic opening hangar doors and insulated metal personnel doors, anodized aluminum louvers with bird screens and epoxy floor coating system.  Construct maintenance shops, administration offices, parts storage spaces, break room/lunch room, restrooms, showers and locker rooms.  The task order also contains one planned modification, which, if exercised, would increase cumulative task order value to $50,501,692.  Work will be performed in San Diego, Calif., and is expected to be completed by March 2015.  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, Southwest, San Diego, Calif., is the contracting activity.

Booz Allen Hamilton, McLean, Va. (N00189-12-D-0024), and CACI-CMS, Chantilly, Va. (N00189-12-D- 0025), are each being awarded indefinite-delivery/indefinite-quantity contracts with cost-plus-fixed-fee, firm-fixed-price pricing provisions.  The contract shall provide leadership teams, providing expertise in change management, barrier identification and removal, and key enterprise performance metrics.  The contractor will focus efforts on applying the key tenets of a structured, process-focused, metrics-driven enterprise approach to determine required output, identify and remove barriers, develop and analyze measures of performance, and manage the cultural changes necessary to reach enterprise objectives.  Booz Allen Hamilton is being awarded $22,748,505 and CACI-CMS is being awarded $23,440,323.  Both contracts contain four one-year options periods, which, if exercised, will bring the contract ceiling amount value for Booz Allen Hamilton to $119,291,843 and for CACI-CMS to $121,446,377.  Work will be performed at various sites inside the continental United States to include Patuxent River, Md.; San Diego, Calif.; Norfolk, Va.; and Washington, D.C.  The contractor shall perform this work primarily at government sites with recommendations for alternative sites offered for consideration at the task order level.  It is estimated that the work will be performed on-site at government sites (86 percent) and off-site at contractor sites (14 percent).  Work is expected to be completed June 19, 2013.  Funding in the amount of $25,000 for the minimum guarantee, will be divided equally between both contracts, from the Operations and Maintenance, Navy fund, and will expire at the end of the current fiscal year, Sept. 30, 2012.   The contract was competitively procured.  The requirement was issued under full and open competition and solicited through the Government-wide Points of Entry, Navy Electronic Commerce On-line and Federal Business Opportunities websites.  Four offers were received.  The Fleet Logistics Center Norfolk, Va., is the contracting activity.

Oceaneering International, Inc., Chesapeake, Va., is being awarded a $22,317,686 modification to previously awarded contract (N00024-10-D-6401) for dry deck shelter vehicle, technical, engineering, integration, hardware, maintenance and logistics support for the accomplishment of deep submergence systems support, certification of the dry deck shelter vehicle and host ship interface connections equipment.  Contract funds in the amount of $5,589,699 will be provided at time of award.  Work will be performed in Chesapeake, Va., and is expected to be completed by July 2013.  Contract funds in the amount of $2,700,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $12,232,000 undefinitized, long lead material contract to provide the long lead material for fiscal 2013 and the labor, planning, and scheduling necessary to support the fiscal 2013 Trident II D5 missile production schedule.  Work will be performed in Sunnyvale, Calif., and is expected to be completed Sept. 30, 2017.  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 and l0 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0101).

A&D GC, Inc.*, San Diego, Calif., is being awarded $9,030,000 for firm-fixed-price task order number 0005 under a previously awarded multiple award construction contract (N62473-09-D-1658) for the renovation of a Bachelor Enlisted Quarters Building 41371 at Marine Corps Base Camp Pendleton.  The work to be performed also includes the installation of a roof mounted 50kW photovoltaic system.  The task order contains one planned modification, which, if exercised, would increase cumulative task order value to $10,375,000.  Work will be performed in Oceanside, Calif., and is expected to be completed by September 2013.  Contract funds in the amount of $9,030,000 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, Southwest, San Diego, Calif., 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 articleThe Declaration of Independence and Deism
Next articleVA’s Detroit Hiring Fair Connects Thousands of Veterans to Jobs