U.S. Department of Defense Contract Awards for September 13, 2012

0
1058

Here’s Today’s Department of Defense Contract Awards

 

DEFENSE LOGISTICS AGENCY

SNCT dba SNC Manufacturing*, Orocovis, Puerto Rico, was awarded contract SPM1C1-12-D-1063.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $77,370,110 for Army combat uniform coats.  Other locations of performance are throughout Puerto Rico.  Using military service is Army.  There were ten responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Sept. 12, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CFM International, Cincinnati, Ohio, was awarded contract SPRTA1-11-G-0001-00H7.  The award is a firm fixed price, sole source contract with a maximum $47,239,500 for fan rotors.  There are no other locations of performance.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is March 31, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Hologic L.P., Marlborough, Mass., was issued a modification exercising the third option year on contract SPM2DE-09-D-7228/P00010.  The modification is a firm fixed price, indefinite delivery and indefinite quantity, sole source contract with a maximum $32,300,000 for ThinPrep Pap test kits and related supplies.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one response to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Special T Hosiery Mills*, Burlington, N.C., was issued a modification exercising the third option year on contract SPM1C1-10-D-1033/P00008.  The modification is a firm fixed price contract with a maximum $7,192,800 for antimicrobial socks.  There are no other locations of performance.  Using military services are Army and Air Force.  There were eleven responses to the Web solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 18, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Eaton Aerospace L.L.C., Jackson, Miss., was awarded contract SPRRA2-12-D-0021.  The award is a firm fixed price, sole source contract with a maximum $6,755,776 for reservoir assemblies.  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 Army Working Capital Funds.  The date of performance completion is March 15, 2017.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

NAVY

ViaSat, Carlsbad, Calif., is being awarded a $34,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Multifunctional Information Distribution System-Low Volume Terminal (MIDS-LVT) Cryptographic Module development and production.  The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for U.S. Navy, U.S. Marine Corps, U.S. Air Force, U.S. Army platforms and other foreign users worldwide.  The MIDS-LVT Cryptographic Module will replace the communication security and transmission security hardware in the MIDS-LVT; thereby extending the operational life of the MIDS-LVT product line.  This contract will procure MIDS-LVT Cryptographic Modules for MIDS users worldwide.  Work will be performed in Carlsbad, Calif., (30 percent), in various other sites worldwide (70 percent) and is expected to be completed by October 2014.   No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the SPAWAR E-commerce website, with two proposals solicited and two offers received.  The synopsis was released via the Federal Business Opportunities website.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0032). 

The Boeing Co., St. Louis, Mo., is being awarded a $26,535,854 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-10-G-0012) for peculiar support equipment in support of emerging E/A-18G and F/A-18 E/F aircraft squadron stand-ups for the U.S. Navy ($26,286,375; 99 percent) and Fly Away Kit for the Royal Australian Air Force ($249,479; 1 percent) under the Foreign Military Sales program.  Work will be performed in St. Louis, Mo., and is expected to be completed in September 2014.  Contract funds in the amount of $1,478,611 will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity.

Omega Aerial Refueling Services Inc., Alexandria, Va., is being awarded a $15,378,690 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0009) for additional contractor owned and operated aircraft services in support of the Commercial Air Services (CAS) Program.  The CAS Program provides aerial refueling services for U.S. Navy, other Department of Defense and Government agencies, and Foreign Military Sales aircraft.  Work will be performed at various locations in the continental United States (34 percent East Coast and 23 percent West Coast); and at various locations outside the continental United States (43 percent), and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  No funding will be obligated at time of award.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded $14,200,000 for firm-fixed-price task order #0005 under a previously awarded multiple award construction contract (N40080-10-D-0494) for construction of the child development center addition/alteration at the Naval Support Activity, Walter Reed National Military Medical Center.  The work to be performed consists of three components:  construction of a single-story new child development center, a single-story new continuous child care facility, renovation of child development center, Building 26, and all associated utilities and appurtenance to service this development.  Work will be performed in Bethesda, Md., and is expected to be completed by February 2014.  Contract funds will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, DC, is the contracting activity.

NOVA RMF, Napa, Calif., is being awarded $10,956,432 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62473-12-D-0245) for maintenance dredging for various piers and Chollas Creek at Naval Base San Diego.  The work to be performed is to provide maintenance dredging for various piers to re-establish the minimum required operational and/or berthing depths of -20, -29, -30 and -37 feet Mean Low Level Water required for U.S. Navy ships and other visiting vessels.  The maintenance dredging will occur in areas around Piers 2, 6, 7, 13, 14 and Chollas Creek.  The dredge material is expected to be disposed of at a combination of upland and ocean disposals.  Two option items are being awarded along with the base item.  The option items are to provide maintenance dredging at pier 14 and Chollas Creek.  Work will be performed in San Diego, Calif., and is expected to be completed by July 2014.  Contract funds in the amount of $10,956,432 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

AGVIQ L.L.C., Inc.*, Anchorage, Alaska, is being awarded $8,951,722 for cost-plus-award-fee task order #JM01 under a previously awarded environmental remedial action contract (N62470-12-D-7004) for Landfill Cap Completion Solid Waste Management Unit 3 (Site 7) Former Solid Waste Landfill Facility at Naval Activity Puerto Rico.  The work to be performed provides for review of records and files, conduct field investigations to evaluate landfill (and cap) limits, existing conditions, and proposed closure goals.  Review Resource Conservation and Recovery Act permit status and identify regulatory requirements and approvals required for cap completion activities.  Prepare cap completion (landfill closure) documents in accordance with the approved permit and closure plan.  Provide cut and fill volumes and material, equipment, and labor quantities to estimate construction costs.  Conduct remedial construction activities related to cap completion in accordance with permits, plans, and construction documents.  Complete the initial post closure activities including notifications and institutional controls required by the post closure plan.  Work will be performed in Ceiba, Puerto Rico, and is expected to be completed by November 2015.  Contract funds will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded $8,650,000 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N40080-10-D-0494) for repairs and alterations to administration Building 121, and minor interior repairs to the waiting room in Building 122 and the guard house, Building 173, at the U.S. Naval Academy.  The work to be performed provides for extensive repairs and alterations to administration building 121, and includes an addition for an elevator and an accessible exit stair.  Included in the work is installation of modern mechanical, electrical, communication, fire protection systems and repairs to the exterior of the building including waterproofing of the exterior walls, window repairs and replacement of the slate roof.  Work will be performed in Annapolis, Md., and is expected to be completed by April 2014.  Contract funds in the amount of $8,650,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Public Works Department Annapolis, Annapolis, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman, Linthicum Heights, Md., is being awarded a $33,158,857 modification to a cost plus fixed fee contract (HR0011-11-C-0139).  The Advanced Rotary Wing Multifunction Sensor (ARMS), Multifunction RF program Phase II, will be the detailed design/build phase which aims for a tower demonstration of a controlled flight into terrain sensor and a multifunction sensor suite, and support of integration of radar data into the synthetic vision avionics backbone.  This phase seeks to provide the detailed design of the multiple sub-array aperture based on the concepts developed in Phase 1.  This phase will be accomplished by using the extensive set of existing Northrop Grumman RF design and aperture design infrastructure, as has been previously applied in the development of active electronically scanned array products for previous programs.  This phase will be performed in close cooperation with the component supplier.  Work will be performed in Linthicum Heights, Md. (80 percent), and Thousand Oaks, Calif. (20 percent).  The work is expected to be completed by Sept. 30, 2014.  The Defense Advanced Research Projects Agency is the contracting activity.

AIR FORCE

Ultra Electronics Advanced Tactical Systems, Austin, Texas (FA8523-12-D-0003), is being awarded a $26,394.129.19 requirements contract for logistics support services to sustain the Joint Air Defense System Integrator.  The location of the performance is Austin, Texas.  Work is expected to be completed by Sept. 27, 2017.  The contracting activity is AFLCMC/WNYCA, Robins Air Force Base, Ga.

McCrone Associates Inc., Westmont, Ill. (FA7022-12-C-0006), is being awarded a $9,108,976.00 contract modification for sample analysis services.  The location of the performance is Westmont, Ill. Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AF ISR Agency/A7KRB, Patrick Air Force Base, Fla.

Potomac Fusion Inc., Austin, Texas (FA8750-12-C-0301), is being awarded a $6,905,753.00 cost plus fixed fee contract to develop, test and deliver automated and semi-automated computational analytical techniques, tools and software for libraries to discover statistically significant anomalies and patterns within large data sets.  The location of the performance is Austin, Texas.  Work is expected to be completed by March 11, 2017.  The contracting activity is AFRL/RIKE, Rome, N.Y.

DEFENSE COMMISSARY AGENCY

SMC Builders Inc., San Antonio, Texas, is being awarded a firm-fixed-price type contract to design-build a new commissary store at Fort Polk, La.  The award amount is $17,085,291.  The contract is for a 717-day period based on the issuance of the Notice to Proceed which is expected in November 2012.  Offers were solicited via full and open competition and 11 offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Lackland Air Force Base, Texas.

*Small Business

CORRECTION

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 expected 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 United Kingdom.

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 articleHow Poor Leadership Threatens Israel
Next articleBackground to Mossad Try at Egypt Civil War over “Coptic” Film (Archival)