U.S. Department of Defense Contract Awards for September 10, 2012

0
1063

Here’s Today’s Department of Defense Contract Awards

 

Harris Corp., of Rochester, N.Y., is being awarded a $397,451,848 indefinite-delivery/indefinite-quantity, firm fixed-price contract for Consolidated Single Channel Handheld Radios.  This contract will provide Type 1 certified, software defined, handheld radios with multiple radio variants, waveforms, ancillaries, and accessories to support a wide variety of operational missions.  This is one of two multiple award contracts: both awardees will compete for task orders during the ordering period.  This two-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $712,796,588.  Work will be performed in Rochester, N.Y., and is expected to be completed Sept. 9, 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Request for Proposal N66001-12-R-0003 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with two offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0149). 

Thales Communications, Inc., Clarksburg, Md., is being awarded a $368,724,343 indefinite-delivery/indefinite-quantity, firm fixed-price contract for Consolidated Single Channel Handheld Radios.  This contract will provide Type 1 certified, software defined, handheld radios with multiple radio variants, waveforms, ancillaries, and accessories to support a wide variety of operational missions.  This is one of two multiple award contracts: both awardees will compete for task orders during the ordering period.  This two-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $644,327,813.  Work will be performed in Clarksburg, Md., and work is expected to be completed Sept. 9, 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Request for Proposal N66001-12-R-0003 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with two offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0148). 

Alliant Techsystems Operations LLC, Defense Electronics Systems, Woodland Hills, Calif., is being awarded a $70,569,579 firm-fixed-price contract for the full rate production 1 of the Advanced Anti-Radiation Guided Missile.  This contract provides for the conversion of U.S. Government furnished AGM-88B High-Speed Anti-Radiation Missiles into 53 AGM-88E AARGM All-Up Round for the Navy (49) and the Government of Italy (4), 23 Captive Air Training Missile systems for the Navy, and all related supplies and services necessary for manufacturing, sparing, and fleet deployment.  Work will be performed in Woodland Hills, Calif. (90 percent); various locations in Italy (8.1 percent); Ridgecrest, Calif. (1.7 percent), and Clearwater, Fla. (.2 percent), and is expected to be completed in December 2012.  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.  This contract combines purchases for the Navy ($64,967,003; 92.06 percent) and the Government of Italy ($5,602,576; 7.94 percent).  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-0113).

CH2M HILL-METAG, a Joint Venture, Chantilly, Va., is being awarded a $61,995,330 firm-fixed-price design-build construction contract for construction of a combat aircraft loading area, an eastern taxiway extension, and an ammunition supply point that are required to support current and emerging operational missions at Camp Lemonnier, Djibouti.  The contract also contains two unexercised options, which if exercised would increase the cumulative contract value to $63,175,070.  Work will be performed in Djibouti, Africa, and is expected to be completed by April 2014.  Contract funds in the amount of $61,995,330 are obligated on this award and $50,642,630 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy electronic commerce online website, with 28 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-12-C-2008).

Integrity Consulting Solutions LLC*, Frederick, Md. (N62583-09-D-0164); Prevailance, Inc.*, Virginia Beach, Va. (N62583-09-D-0165); Quintech Security Consultants, Inc.*, Summerville, S.C. (N62583-09-D-0167); Risk Management Associated, Inc.*, Raleigh, N.C. (N62583-09-D-0168); and Trinity Applied Strategies, Corp.*, Alexandria, Va. (N62583-09-D-0169), are beingawarded option year three under a previously awarded firm-fixed-price multiple award contract for antiterrorism and force protection in support of the Naval Facilities Engineering Service Center, Port Hueneme.  The work to be performed provides for engineering services related to performing quantitative vulnerability and risk assessments used to assess terrorist and other criminal threats and other antiterrorism related studies.  The scope of work includes the development of new and innovative security countermeasures to mitigate those vulnerabilities and to conduct antiterrorism training.  The combined total value for all five contractors is $33,000,000.  No funds will be obligated with this award.  The total contract amount after exercise of this option will be $115,075,000.  No task orders are being issued at this time.  All work will be performed at various contractor sites within the continental United States.  Work is expected to be completed September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $11,968,510 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0001).  This order provides for requirements planning and analysis necessary to identify Production Transition Support for the F/A-18 E/F and E/A-18G aircraft programs.  Work will be performed in St. Louis, Mo., and is expected to be completed in May 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Rolls Royce Corp., Indianapolis, Ind., is being awarded a $9,706,560 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-09-D-0020) to meet increased requirements for power by the hour-per engine flight hours in support of the KC-130J aircraft.  Work will be performed in Cherry Point, N.C., and is expected to be completed in February 2013.  Contract funds in the amount of $9,706,560 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.  

AIR FORCE 

General Atomics Aeronautical Systems Inc., Poway, Calif. (FA8620-10-G-3038 002403), is being awarded a $296,956,705 cost plus fixed price, firm fixed price and time and materials contract for contractor logistics support which includes program management, urgent repairs and services, configuration management, technical manual and software maintenance.  The location of the performance is Poway, Calif.  Work is to be completed by Dec. 31, 2012.  The contracting activity is ASC/WIIK, Wright-Patterson Air Force Base, Ohio.  Contract involves foreign military sales to Afghanistan, Iraq and Africa.

Lockheed Martin Space Systems Co., Sunnyvale, Calif. (FA8810-12-C-0001), is being awarded a $81,924.076 cost-plus incentive fee contract for initial Non-Recurring Engineering (NRE) for the Space-Based Infrared Systems GEO 5-6 program.  This initial NRE effort will update obsolete parts, perform early stage development and procure long-lead supplies in order to mitigate schedule and risk to GEO-5 production.  The location of performance is Sunnyvale, Calif.  Work is to be completed by Aug. 21, 2015.  The contracting activity is SMC/IS, Los Angeles Air Force Base, Calif.

The Raytheon Co., Network Centric Systems,  Marlborough, Mass. (FA8307-12-C-0013), is being awarded a $70,000,000 firm fixed price contract for development, testing and production of engineering development models of air (E-4, E-6),  ground fixed and transportable Command Post Terminals with Presidential and National Voice Conferencing (PNVC) for the Family of Advanced Beyond Line-of-Sight Terminals.  The location of the performance is Marlborough, Mass.  Work is to be completed by July 2013.  The contracting activity is AFLCMC/HSNK, Hanscom Air Force Base, Mass.

U.S. Aeroteam Inc., Dayton, Ohio (FA8526-12-C-0039) is being awarded a $15,477,850 firm fixed price contract for C-17 aircraft engine ground transport trailers.  The location of the performance is Dayton, Ohio.  Work is to be completed by July 30, 2013.  The contracting activity is Robins Air Force Base, Ga.

Exbon Development, Inc., Garden Grove, Calif. (FA8201-12-D-0039), is being awarded a $9,000,000 firm fixed price contract for the Roofing Support Program to provide repairs and replacements of all buildings located at Hill Air Force Base.  The location of the performance is Hill AFB, Utah.  Work is to be completed by June 8, 2018.  The contracting activity is OO-ALC/PKOB, Hill AFB, Utah.

OAC Action Construction Corp., Miami, Fla. (FA2521-12-D-0006), is being awarded an $8,000,000 fixed price, indefinite delivery, indefinite quantity contract for Simplified Acquisition of Base Engineering Requirements.  The location of the performance is Patrick Air Force Base, Fla.  Work is to be completed by Sept. 9, 2016.  The contracting activity is 45 CONS /LGCAA, Patrick AFB, Fla.

DEFENSE LOGISTICS AGENCY

Brad Hall & Associates, Idaho Falls, Idaho*, was awarded contract SP0600-12-D-4532.  The award is a fixed price with economic price adjustment contract with a minimum $22,052,560 for fuel.  Other locations of performance are in Arizona, Utah, and Nevada.  Using military services are Army, 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 September 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Ahntech, Inc., San Diego, Calif.*, was awarded contract SP0600-12-D-4531.  The award is a fixed price with economic price adjustment contract with a minimum $16,008,357 for fuel.  Other locations of performance are in Arizona.  Using military services are Army, 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 September 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Raytheon Technical Services Co., Indianapolis, Ind.*, was awarded contract SPRWA1-12-D-0010.  The award is a firm fixed price, sole source contract with a maximum $7,193,565 for drive control module, replenishment spare parts for aircraft.  Other locations of performance are in California.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 thru fiscal 2015 Air Force Working Capital Funds.  The date of performance completion is December 31, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

DEFENSE COMMISSARY AGENCY

The Defense Commissary Agency is awarding a fixed price, requirements type contract to Sodexo Management, Inc., 9801 Washingtonian Blvd, Gaithersburg, MD, 20878-5355, on September 10, 2012, to provide deli/bakery operations for resale in DeCA’s East Area commissaries.  The estimated award amount is $8,342,191.  The contract is for a 24-month base period of performance beginning October 16, 2012 through September 30, 2014.  Two one-year option periods and four award terms are available.  If both option periods are exercised and four award terms are earned, the contract will be completed September 30, 2020.  Contract funds will not expire at the end of the current fiscal year.  Seven firms were solicited and five offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Directorate, MPRS, Fort Lee, Va., (HDEC02-12-D-0012).

 

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 articleNATO Expansion Held Threat To World Peace
Next articleVA Mobilizes Veterans’ Supporters for Suicide Prevention Month