U.S. Department of Defense Contract Awards for September 11, 2012

0
1096

Here’s Today’s Department of Defense Contract Awards

 

NAVY

Lakeshore Toltest Corp., Detroit, Mich., is being awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity job order contract for repair, alterations, demolition, and minor new construction at Camp Lemonnier.  The work to be performed provides for general building type projects, new construction, renovations, alterations, demolition, and repair work.  No task orders are being issued at this time.  Work will be performed in Djibouti, Africa, and is expected to be completed by September 2017.  Contract funds in the amount of $50,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity (N33191-12-D-0616). 

Aardvark Tactical, Inc., La Verne, Calif., is being awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-12-D-1119) for the procurement, integration, kitting, and packaging of non-lethal equipment sets that makeup 10 different capability modules that comprise the Escalation of Force-Mission Module (EoF-MM) to support Product Manager (PdM) 113 Non Lethal Systems (NLS).  Work will be performed in La Verne, Calif., and work is expected to be completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured on a Small Business Set Aside basis via Navy Electronic Commerce Office, with one response received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 

L-3 Communications, Maripro, Inc., Goleta, Calif., is being awarded a $28,810,668 firm-fixed-price contract to install an undersea warfare training range off the coast of Jacksonville, Fla.  Efforts will include: program management, system production engineering, integration, manufacturing, installation and checkout of an undersea warfare training range.  Phase I will provide the infrastructure, trunk cabling and initial instrumented area of approximately 200 square nautical miles.  The second phase will instrument the remaining 300 square nautical mile area.  The installed system will be utilized to provide a new range capability off the Florida coast in shallow water.  The contract includes options which, if exercised, would bring the cumulative value to $126,954,935.  Work will be performed in Goleta, Calif. (70 percent), and Jacksonville, Fla. (30 percent), and is expected to be completed by June 2018.  If all options are exercised, work will continue through Oct. 2025.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Undersea Warfare Center Division, Newport, R.H., is the contracting activity (N66604-12-C-2838).

L-3 Communications – Communication Systems – West, Salt Lake City, Utah, is being awarded a $27,942,385 firm-fixed-price contract for the manufacture, test, delivery and support of the Common Data Link Hawklink system, including 7 AN/SRQ-4(Ku) Radio Terminal Sets for ship small surface combatants and 29 AN/ARQ-58 RTSs for the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Ga.(14 percent); Mountain View, Calif.(6 percent); Exeter, N.H.(2 percent); and Phoenix, Ariz.; El Cajon, Calif.; Oxnard, Calif.; Salinas, Calif.; Sunnyvale, Calif.; Boise, Idaho; Derby, Kan.; Littleton, Mass.; Stow, Mass.; Minnetonka, Minn.; Skokie, Ill.; Dover, N.H.; Bohemia, N.Y.; York Haven, Pa.; Providence, R.I.; Cedar Park, Texas; Ft. Worth, Texas; Toronto, Canada (1 percent) each and is expected to be completed in September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured under an electronic request for proposals, with one offer received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-2024).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $27,200,159 modification to previously awarded contract (N00024-11-C-4403) for USS Vella Gulf (CG-72) fiscal 2012 drydocking selected restricted availability.  The drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications to update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to completed by January 2013.  Contract funds in the amount of $27,200,159 expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

Intergraph Government Solutions, Madison, Ala., is being awarded a $10,982,794 firm-fixed-price contract to provide information technology support services in support of the U.S. Army Records Management Declassification Agency, Alexandria, Va., and the U.S. Navy-Management Systems Support Division, Kittery, Maine.  This contract contains one base year and three option years, which if exercised, will bring the contract value to $45,436,359.  Work will be performed at Alexandria Va., (80 percent); Pearl Harbor, Hawaii (5 percent); Portsmouth, N.H. (5 percent); Puget Sound, Wash. (5 percent); and Norfolk, Va. (5 percent), and work is expected to be completed by September 2013.  If all options are exercised, work will continue through Sept. 13, 2016.  Contract funds in the amount of $10,982,794 will expire at the end of the current fiscal year.  This contract was not competitively procured.  One company was solicited for this requirement and one offer was received in response to the solicitation.  The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-12-A-Q347).

A&D GC, Inc.*, Santee, Calif., is being awarded $10,464,000 for firm-fixed-price task order #0007 under a previously award multiple award construction contract (N62473-09-D-1658) for interior and exterior repairs at Commander, Third Fleet Command Headquarters Building C-60, Naval Base Point Loma.  The work to be performed provides for numerous repairs as the building has exceeded its life expectancy.  The renovations will be specific to the heating, ventilation and air conditioning (HVAC) systems, restrooms, roof, and security.  The preponderance of work will be comprised of the installation of HVAC systems, replacement of HVAC ducts, and replacement of the HVAC chiller.  Eight option items are being awarded along with the base item.  The option items include replacing the roof, renovating the restrooms, installing occupancy sensors, replacing the fire alarm panel, renovating the lobby, replacing the elevators, replacing the interior double and exterior mechanical doors, and renovating the second deck lobby.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2014.  Contract funds in the amount of $10,464,000 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.

G-W Management Services, LLC*, Rockville, Md., is being awarded $9,877,500 for firm-fixed-price task order #0020 under a previously awarded multiple award construction contract (N40080-10-D-0498) for construction of a new wastewater treatment plant at Camp Upshur, Marine Corps Base, Quantico.  The new plant will be a low-rise tertiary wastewater facility and will replace the existing conventional activated sludge plant.  The new plant will be designed to conform to the requirements of the Va., Sewage Collection and Treatment Regulations and will meet the wide population variations at the training facility.  Work will be performed in Quantico, Va., and is expected to be completed by March 2014.  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, Washington, Washington, D.C., is the contracting activity.

Stanley Consultants, Inc., Muscatine, Iowa, is being awarded a maximum amount $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for the preparation of Navy and Marine Corps Facilities Planning and Environmental Documentation in the Naval Facilities Engineering Command (NAVFAC) Europe Africa Southwest Asia (EURAFSWA) area of responsibility (AOR).  The work to be performed provides for plans, studies, events, project planning documents, geo-spatial information and service, global positioning system services and National Environmental Policy Act planning, multi-discipline architectural, mechanical/electrical, civil/structural, and fire protection projects for activities located in Southwest Asia and Africa inclusive of Bahrain, Egypt, Djibouti and United Arab Emirates.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC EURAFSWA AOR including, but not limited to Africa (50 percent) and Southwest Asia (50 percent).  The term of the contract is not to exceed 36 months with an expected completion date of September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 17 proposals received.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity (N33191-12-D-0619).

Interocean American Shipping Corp., Moorestown, N.J., is being awarded $6,839,390 for option year one under a previously awarded firm-fixed-price, award fee with reimbursable elements contract (N00033-12-C-3131) for the operation and maintenance of the Offshore Petroleum Discharge System (OPDS) which consists of one U.S. flagged self-sustaining vessel, tender vessel, and associated equipment in support of the Navy.  The OPDS deploys, operates, and redeploys a system capable of delivering fuel from a tanker or fuel barge located up to eight miles offshore to the high-water mark of a designated beach site.  This contract includes four 12-month option periods and one 10-month option period which, if exercised, would bring the cumulative value of this contract to $35,356,257.  Option one is being exercised subject to the availability of funds in accordance with Federal Acquisition Regulation 52.232-18.  Work will be performed at sea. OPDS is forward-deployed worldwide, with a layberth in South Korea.  The contract is expected to be completed Sept. 30, 2013, and if all options are exercised, work will continue through July 2017.  This contract was competitively procured with more than 50 companies solicited via a request for proposal via the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers received.  Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-3131).

AIR FORCE

Indyne Inc., Reston, Va. (FA2521-08-C-0006, P00071), is being awarded a $28,232,995 cost plus incentive fee, firm fixed price and cost reimbursable contract for infrastructure operations and maintenance services for non-personal services involving operation and maintenance of the facilities, systems, equipment, utilities and infrastructure primarily for Cape Canaveral Air Force Station and several annexes in support of the 45th Space Wing and its mission partners.  The location of the performance is Patrick Air Force Base, Fla.  Work is to be completed by Sept. 30, 2013.  The contracting activity is 45 CONS/LGCZC, Patrick AFB, Fla.

Alutiiq 3SG, LLC, Anchorage, Ark. (FA3002-12-C-0022), is being awarded an $11,596,067 firm fixed price contract to procure support for the Acquisition of Civil Engineering Base Operations Support at Tyndall Air Force Base, Fla.  The location of the performance is Tyndall AFB. Fla.  Work is to be completed by Sept. 29, 2013.  The contracting activity is AETC CONS/LGCK, Randolph AFB, Texas.

G4S Government Solutions, Inc., Palm Beach Gardens, Fla. (FA2521-12-C-0057, P00003), is being awarded a $9,614,037 firm fixed price and cost reimbursable contract for Fire Protection, Emergency Management and Emergency Medical Services for non-personal services involving fire protection, emergency management and medical services for Cape Canaveral Air Force Station.  The location of the performance is Patrick Air Force Base, Fla.  Work is to be completed by Sept. 30, 2013.  The contracting activity is 45 CONS/LGCZC, Patrick Air Force Base, Fla.

Chenega Aerospace, LLC, Alexandria, Va. (FA9451-12-D-0158), is being awarded a $8,527,606.00 indefinite delivery/indefinite quantity and cost plus fixed fee contract to provide personnel, services and other items necessary to perform business reporting, analyses and management administration support functions for both the Directed Energy and Space Vehicles Directorates.  The location of the performance is Kirtland Air Force Base, N.M.  Work is to be completed by Oct. 31, 2013 unless expected options are exercise with a completion date of Oct. 31, 2015.  The contracting activity is AFRL/RVKDT, Kirtland Air Force Base, N.M.

Northrop Grumman Technical Services, Herndon, Va. (F09603-03-D-0002-0390), is being awarded a $7,035,504.00 cost plus fixed fee, cost reimbursement no fee and firm fixed price contract to procure engineering support for AN/ALQ-161A Preprocessor Flight Software 6.20 sustainment effort.  The location of the performance is Herndon, Va.  Work is to be completed by March 11, 2016.  The contracting activity is AFLCMC/WNKCB, Robins Air Force Base, Ga.

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Mo., was issued a modification on contract SP0400-01-D-9406/P00181.  The modification is a fixed price with economic price adjustment, sole source contract with a maximum $18,028,644 adding additional items to the basic contract.  Additional items are F-15 Verticals.  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 Defense Working Capital Funds.  The date of performance completion is December 2015.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

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 articleLeaks and Espionage – Israeli Style versus American
Next articleSyria, Iraq and Iran: None Nuclear, All Besieged