U.S. Department of Defense Contract Awards for August 30, 2012

0
963

Here’s Today’s Department of Defense Contract Awards

 

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) is announcing the award of a sole-source cost-plus-incentive-fee contract action to Raytheon Missile Systems Co., Tucson, Ariz., under contract N00024-07-C-6119, modification P00102.  The total value of this effort is $230,374,920, increasing the total contract value from $1,699,919,267 to $1,930,294,187.  This modification will award fourteen Standard Missile-3 Block IA Missiles and five Standard Missile-3 Block IB Missiles.  The work will be performed in Tucson, Ariz.  The performance period is from the date of award through Sept. 30, 2014.  Fiscal 2012 Defense Wide Procurement funds will be used to fully fund this effort.  Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The MDA, Dahlgren, Va., is the contracting activity.

The Missile Defense Agency (MDA) is announcing the award of a contract modification (P00038) to Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., under the HQ0276-10-C-0003 contract.  The total value of this ceiling increase is $8,335,787, increasing the total contract value from $200,950,868 to $209,286,655.  Under this modification, the contractor will provide Aegis Ashore Engineering Agent (AAEA) long lead time material for the install, integration and test of Pacific Missile Range Facility (PMRF).  The work will be performed in Moorestown, N.J.  The performance period is from date of award through April 30, 2013.  Fiscal 2012 Research, Development, Test and Evaluation funds in the amount of $4,961,859.62 will be used to incrementally fund this effort.  Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The MDA, Dahlgren, Va., is the contracting activity.

NAVY

Harris Corp., RF Communications Division, Rochester, N.Y., is being awarded a $296,701,117 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of the following handheld, manpack, fixed mount, vehicular and/or base station configuration of radio families:  AN/PRC-117, AN/PRC-150 and AN/PRC-152, as well as related ancillary parts.   Work will be performed in Rochester, N.Y., and is expected to be completed by Sept. 30, 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Space and Naval Warfare Systems E-commerce website, with one offer received.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-12-D-0001). 

L-3 Interstate Electronics Corp., Anaheim, Calif., is being awarded a $24,019,394 indefinite-delivery/indefinite-quantity, firm-fixed-price supply contract to provide VideoScout Family of Systems (FoS) equipment in support of the U.S. Marine Corps.  This contract includes options which, if exercised, would bring the cumulative value of the individual contract to an estimated $84,929,800.  Work will be performed in Anaheim, Calif., and is expected to be completed by August 2013.  If all options are exercised, work could continue until August 2016.  Contract funds in the amount of $25,000 will expire at the end of the current fiscal year.  This contract was not competitively procured since it is a sole source acquisition.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-12-D-3283). 

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $16,995,440 cost-fixed-fee contract for the Precision Extended Range Munition (PERM) Engineering and Manufacturing Development (EMD) effort.  The U.S. Marine Corps requires the PERM to increase the existing capability of the 120mm Expeditionary Fire Support System (EFSS).  The PERM will be an additional munition to the current family of 120mm mortar munitions, and is intended to provide significantly increased range and accuracy to the family of munitions and thus increase the tactical capability of the 120mm EFSS.  The contract will require the delivery of 42 PERM demonstration rounds, two projectile interface devices, two extractor tools and test support.  Initial funding in the amount of $9,961,471.27 is applied to the contract award.  Contract funds in the amount of $4,285,547 will expire at the end of the current fiscal year.  Work will be performed in Tel Aviv, Israel (61.1 percent), and Tucson (38.9 percent), and work is expected to be completed August 2014.  This contract was competitively procured through full and open competition via Navy Electronic Commerce Office, with four offers received.  The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-12-C-6013).

Raytheon Co., McKinney, Texas, is being awarded a $15,531,933 ceiling priced deliver order #7003 under the previously awarded Basic Ordering Agreement (N00383-10-G-003D) for the repair of two Weapon Replaceable Assembly and nine Shop Replaceable Assembly items of the Advanced Targeting Forward Looking Infrared system used in support of the F/A-18 aircraft.  Work will be performed in McKinney, Texas, and work is expected to be completed by Aug. 30, 2013.  The applicable 2012 Navy Working Capital Funds will not expire at the end of the current fiscal year.  Raytheon was solicited for this sole-source requirement and one offer was received in response to the solicitation.  The Naval Supply Weapon Systems Support (WSS), Philadelphia, Pa., is the contracting activity.

Alliant Techsystems Operations, Plymouth, Minn., is being awarded a $14,355,867 cost-plus- fixed-fee contract for the Precision Extended Range Munition (PERM) Engineering and Manufacturing Development (EMD) effort.  The U.S. Marine Corps requires the PERM to increase the existing capability of the 120mm Expeditionary Fire Support System (EFSS).  The PERM will be an additional munition to the current family of 120mm mortar munitions, and is intended to provide significantly increased range and accuracy to the family of munitions and thus increase the tactical capability of the 120mm EFSS.  The basic contract will require the delivery of 42 PERM demonstration rounds, two projectile interface devices, two extractor tools and test support.  Work will be performed in Saint Petersburg, Fla. (50.4 percent), and Plymouth (49.6 percent), and work is expected to be completed in August 2014.  Initial funding in the amount of $9,961,471.27 is applied to the contract award.  Contract funds in the amount of $4,285,547 will expire at the end of the current fiscal year.  This contract was competitively procured through full and open competition via Navy Electronic Commerce Office, with four offers received.  The Marine Corps System Command, Quantico, Va., is the procuring contracting activity (M67854-12-C-6014).

Compass Systems Inc., Lexington Park, Md., is being awarded a $10,656,357 firm-fixed-price order against a previously issued Basic Ordering Agreement (N68335-12-G-0021) to provide 84 Persistent Ground Surveillance System (PGSS) Operators at Forward Operating Bases (FOBs) located throughout Afghanistan.  Work will be performed in Afghanistan (90 percent), and Yuma, Ariz. (10 percent), and is expected to be completed in August 2013.  Contract funds in the amount of $10,656,357 will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

Moffatt and Nichol Inc., Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for structural projects at various locations under the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).   The work to be performed provides for services that include, but are not limited to, design and engineering services for projects that involve significant structural engineering involvement, such as piers, wharves, bridges, and long span structures such as warehouses and hangars, as well as structural engineering investigations of existing buildings and structures.  Architect-engineering support services include, but are not limited to: military construction project documentation; functional analysis and concept development; request for proposal design-build and design-bid-build solicitation documents; collateral equipment buy packages; technical reports including engineering investigations and concept studies; interdisciplinary coordination reviews; construction consultation and geotechnical investigations.  Task order #0001 is being awarded at $259,446 for Shoreline Erosion Report, Diego Garcia, British Indian Ocean Territories.  Work for this task order is expected to be completed by March 2013.  All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to Hawaii (55 percent), Guam (30 percent), and Far East (15 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of August 2017.  Contract funds in the amount of $259,446 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 seven proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-12-D-0004). 

Huntington Ingalls Inc., Newport News, Va., is being awarded $9,719,777 modification to previously awarded cost-plus-incentive-fee detail, design and construction contract (N00024-08-C-2110) in support of the USS Gerald R. Ford (CVN 78) construction and non-recurring engineering efforts to configure the aircraft carrier’s decision centers.  Work will be performed in Newport News, Va., and is expected to complete by September 2015.  Contract funds will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

S. B. Ballard Construction Co., Virginia Beach, Va., is being awarded $7,019,305 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-09-D-5019) for the Navy Lodge expansion at Joint Expeditionary Base Little Creek-Fort Story.  The work to be performed provides for two, two-story additions to the existing Navy Lodge Facility.  The project also includes the interior conversion of three existing guest rooms adjacent to the entrance lobby into a guest breakfast area.  The project includes the provision of additional site lighting, parking, sidewalks, utility relocations, storm water retention, relocated playground area, dumpster areas, and lay down area for the adjacent Navy Exchange storage/shipping containers.  Work will be performed in Virginia Beach, Va., and is expected to be completed by November 2013.  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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $6,630,523 firm-fixed-price modification to previously awarded contract (N00024-09-C-5100) for procurement of fiscal 2012 long-lead material and end-of-life commercial-off-the-shelf parts for Ship Self Defense System MK2 network switching cabinets.  This Ship Self Defense System MK2 provides a command and control system with the objective of significantly improving the combat decision system capabilities for selected surface combatants.  Work will be performed in San Diego, Calif. (50 percent), and Portsmouth, R.I. (50 percent), and is expected to be completed by March 2014.  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

AM General L.L.C., Mishawaka, Ind., was issued a modification on contract SPM7LX-09-D-9001/P00057.  The award is a fixed price with economic price adjustment, sole source contract with a minimum $30,807,141 to provide support for customer pay programs.  There are no other locations of performance.  Using military service is Army.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Defense Working Capital funds.  The date of performance completion is Jan. 18, 2014.  The contracting activity is the Defense Logistics Agency Land, Columbus, Ohio.

Union Distributing Co. Inc.*, Phoenix, Ariz., was awarded contract SP0600-12-D-4549.  The award is a fixed price with economic price adjustment contract with a minimum $15,219,202 for fuel.  Other locations of performance are throughout Arizona.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were thirty-two responses to the Web solicitation.  Type of appropriation is fiscal 2015 Stock Funds.  The date of performance completion is Aug. 31, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Ortho Clinical Diagnostics Inc., J and J Co., Rochester, N.Y., was issued a modification exercising the third option year on contract SPM2D0-09-D-0004/P00008.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $13,246,519 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper funds.  The date of performance completion is Sept. 1, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE COMMISSARY AGENCY

KBE Building Corp., Farmington, Conn., is being awarded a firm-fixed-price type contract on Aug. 30, 2012, to construct a new commissary — Navy Exchange at Annapolis, Md.  The award amount is $27,181,772.  The contract is for a 492-day period based on the issuance of the notice to proceed which is expected in September 2012.  Offers were solicited via full and open competition and seven offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Lackland Air Force Base, Texas.

*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 articleF-8 Crusader Pilot Falls 15,000 feet with failed chute and lives! – Updated
Next articleSEAL Whining Needs to Stop, Time For “Medium” Special Ops to “Man Up”