U.S. Department of Defense Announces Latest Contract Awards

1
962

No. 883-10
September 28, 2010 
 —————————————————
CONTRACTS

NAVY

                The Boeing Co., St. Louis, Mo., is being awarded a $5,297,000,000 modification to convert the previously awarded advance acquisition contract (N00019-09-C-0019) to a fixed-price-incentive-fee multi-year contract.  In addition, this modification provides for the procurement of 46 F/A-18E, 20 F/A-18F, and 58 EA-18G airframes for the Navy.  Work will be performed in St. Louis, Mo. (45.2 percent); El Segundo, Calif. (44.6 percent); Hazelwood, Mo. (3.4 percent); Cleveland, Ohio (1.7 percent); Torrance, Calif. (1.4 percent); Vandalia, Ohio (1 percent); Ajax, Canada (1 percent); Irvine, Calif. (0.7 percent); Johnson City, N.Y. (0.5 percent); and Grand Rapids, Mich. (0.5 percent).  Work is expected to be completed in May 2015.  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.

                The McDonnell Douglas Corp., St. Louis, Mo., is being awarded $249,000,000 for delivery order #0010 under a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00383-06-D-001J) for logistics support and associated materials for the F/A-18E/F aircraft.  Work will be performed in St Louis, Mo., and is expected to be completed by September 2011.  Contract funds will not expire before the end of the current fiscal year.  This effort combines purchases for the Navy (99 percent) and the government of Australia (1 percent) under the Foreign Military Sales program.   This contract was not competitively awarded.  The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.

                CDM-Filanc, JV, Carlsbad, Calif., is being awarded a $163,518,000 firm-fixed-price contract for design and construction of the South Regional Tertiary Treatment Plant expansion, including option #0001 for the North Regional Tertiary Treatment Plant, at Marine Corps Base Camp Pendleton.  Option #0001 is incrementally funded with the first increment of $97,000,000 being allocated at the time of award.  The second increment will be funded in fiscal 2011 at $23,972,000.  The contract also contains ten options, six award term options, and one planned modification which, if exercised, would increase cumulative contract value to $198,791,500.  Work will be performed in Oceanside, Calif., and is expected to be completed by October 2012.  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 six proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-C-5011).

                Webcor and R.A. Burch, JV, Ramona, Calif., is being awarded a $124,300,000 firm-fixed-price contract for the design and construction of multiple operational and community facilities for the 1st Reconnaissance Battalion and the 1st Air Naval Gunfire Liaison Company (ANGLICO), including a 200-room bachelor enlisted quarters at Marine Corps Base, Camp Pendleton.  The new Reconnaissance Battalion and ANGLICO complexes will provide the facilities needed to train the Marines, store their gear, and maintain their equipment, which maximizes home station dwell time and eases the strain to the Marines working to accomplish the mission.  The contract also contains three planned modifications which, if issued, would increase cumulative contract value to $142,100,000.  Work will be performed in Oceanside, Calif., and is expected to be completed by January 2013.  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 22 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-C-5005).

                URS Group, Inc., San Antonio, Texas, is being awarded $103,362,638 for firm-fixed award fee price Task Order FZN0 under a previously awarded multiple award construction contract (N62742-09-D-1174) for design and construction of communications upgrades and electrical distribution system at Marine Corps Base Camp Pendleton.  The task order also contains nine unexercised option items which, if exercised, would increase cumulative task order value to $116,137,800.  Work will be performed in Oceanside, Calif., and is expected to be completed by October 2012.  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, Southwest, San Diego, Calif., is the contracting activity.

                BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded an $89,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical and manufacturing services to support various aging aircraft.  Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent).  Work is expected to be completed in September 2011.  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.

                Straub Martin Harris, JV, Fallbrook, Calif., is being awarded a $79,777,000 firm-fixed-price contract for design and construction of two Bachelor Enlisted Quarters (BEQ) and one dining facility at Marine Corps Air Ground Combat Center Twentynine Palms.  The BEQs will house a total of 1,152 Marines in the standard two plus zero configuration and will include a multipurpose community area and laundry facilities.  The dining facility will be able to seat 445 patrons.   The contract also contains one unexercised option and four planned modifications which, if exercised, would increase cumulative contract value to $135,882,638.  Work will be performed in San Bernardino, Calif., and is expected to be completed by October 2012.  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 22 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-C-5007).

                The Manu Kai, LLC, Honolulu, Hawaii, is being awarded a $70,794,653 modification (P00016) under a previously awarded fixed-price, indefinite-quantity, cost-plus-award-fee contract (N00604-09-D-0001) for range operations support and base operations support services.  Work will be performed in Kauai, Hawaii, and work is expected to be completed by September 2011.  Contract funds will not expire before the end of the current fiscal year.  This contract was competitively awarded through the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received.  The Fleet and Industrial Supply Center, Pearl Harbor, Hawaii, is the contracting activity.

                L-3 Communications Maripro, Inc., Goleta, Calif., is being awarded a $60,225,615 cost-plus-fixed fee, indefinite-delivery/indefinite quantity contract for system testing, repair and modification engineering services in support of Department of Defense underwater ranges.  In order to restore and/or maintain the ranges at full operating capability, the contractor will perform system engineering, software updates and improvements, performance verification testing, fabrication or range components, subsystems, and systems, field installation, and test and evaluation operational support.  The tasking involves trouble shooting failures in installed equipment and systems and installation of repair and replacement solutions.  Work will be performed in Goleta, Calif., and is expected to be completed by September 2015.  Contract funds will expire at the end of the current fiscal year.  Contract funds in the amount of $437,245 will expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Undersea Warfare Center, Newport, R.I., is the contracting activity (N66604-10-D-2153).

                V.T. Griffin Services, Inc., Alpharetta, Ga., is being awarded $49,973,097 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69272-00-D-3170) to exercise option #9 for base operating services at Naval Submarine Base Kings Bay.  The work to be performed provides for a full range of base operations and maintenance to include security, fire protection, janitorial refuse disposal, grounds maintenance, emergency medical services, utilities and telephone system operation and maintenance, facility maintenance, vehicle maintenance, social services counseling, hazardous material tracking and waste collection and disposal.  The total contract amount after exercise of this option will be $680,553,576.  Work will be performed in Kings Bay, Ga., and is expected to be completed by September 2011.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

                L-3 Communications Corp., Electro-Optical Systems, Garland, Texas, is being awarded a $48,750,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a clip-on night vision device, image intensification in support of the U.S. Special Operations Command weapons accessories program, being procured to provide U.S. Special Operations Command operators with a ruggedized sight that permits night vision capability without the need to remove the day optic sight.  Work will be performed in Garland, Texas, and is expected to be completed by September 2015.  Contract funds in the amount of $100,000 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-10-D-JN69).

                Insight Technology, Inc., Londonderry, N.H., is being awarded a $31,411,960 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the crew served heavy weapon aiming laser, utilized to enhance the operation of the .50 caliber machine gun.  Work will be performed in Londonderry, N.H., and is expected to be completed by September 2015.  Contract funds in the amount of $441,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with five offers received.  Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-10-D-JN57).

                AAI Corp., Hunt Valley, Md., is being awarded $30,325,941 cost-plus-fixed-fee contract for Army research and development efforts associated with electro-optical, radio-frequency, and acoustic sensors, as well as unmanned aerial vehicles technologies.  Work will be performed in Hunt Valley, Md., 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 via a broad agency announcement.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0058).

                AGVIQ Environmental Services*, Virginia Beach, Va. (N40085-10-D-9407); H&S Environmental, Inc.*, Westborough, Mass. (N40085-10-D-9408); PARS Environmental Services*, Robbinsville, N.J. (N40085-10-D-9409); Sovereign Consulting, Inc.*, Robbinsville, N.J. (N40085-10-D-9410); and Watermark Environmental, Inc.*, Lowell, Mass. (N40085-10-D-9411), are each being awarded an indefinite-delivery/indefinite-quantity remedial action operations/long term management, multiple award for environmental projects located primarily in the New England area.  However, work may also be added and performed anywhere within the Naval Facilities Engineering Command, mid-Atlantic area of responsibility (AOR).  The maximum dollar value, including the base period and four option years, for all five contracts combined is $30,000,000.  Watermark Environmental, Inc., is being awarded task order #0001 at $276,817 for treatment plan operation and maintenance, monitoring and inspections at Naval Air Warfare Center, Trenton, N.J.  Work for this task order is expected to be completed by September 2011.  All work on this contract will be performed primarily within the New England and NAVFAC mid-Atlantic AOR including Maine (20 percent), Rhode Island (20 percent), Connecticut (15 percent), New Jersey (10 percent), Pennsylvania (10 percent), New York (10 percent), Massachusetts (5 percent), New Hampshire (5 percent), Vermont (2 percent), and Delaware (2 percent).  Work may also be performed in the remainder of the United States (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2015.  Contract funds for task order #0001 will not expire at the end of the current fiscal year.  This contract was competitively procured as an 8(a) set-aside via the Navy Electronic Commerce Online website, with eight proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Northeast, Integrated Project Team, Norfolk, Va., is the contracting activity.

                Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $28,846,948 modification under a previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the littoral combat ship (LCS).  LCS mission packages will be optimized for flexibility in the littorals.  Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations including prosecution of small boats.  The LCS mission packages are developed and acquired separately from the LCS sea frame.  Work will be performed in Huntsville, Ala. (56 percent), and Bethpage, N.Y. (44 percent), and is expected to be completed by September 2012.  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.

                The Haskell Co., Jacksonville, Fla., is being awarded a $25,127,329 firm-fixed-price contract for construction of the Marine Corps Information Operations Center at Marine Corps Base Quantico.  The work to be performed provides for design and construction of a new administrative facility and warehouse and an addition to Code Talker Hall.  The facility is a new building to provide adequate administrative space to support the Marine Corps Information Operations Center and an addition to Code Talker Hall to support the Marine Corps Network Operations and Security Center.  Work will be performed in Quantico, Va., and is expected to be completed by October 2012.  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 28 proposals received.  The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity (N40080-10-C-0002).

                L-3 Communications Vertex Aerospace, LLC, Madison, Miss., is being awarded an $18,530,000 modification to a previously awarded indefinite-delivery requirements contract (N00019-05-D-0023) to exercise an option for logistics support for TH-57B/TH-57C aircraft.  Work will be performed at Naval Air Station (NAS) Whiting Field, Milton, Fla. (99 percent), and NAS Patuxent River, Md. (1 percent).  Work is expected to be completed in March 2011.  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.

                The Boeing Co., Saint Louis, Mo., is being awarded a $17,504,322 cost-plus-fixed-fee contract for engineering change proposal #6375, “Operational Test Program Sets Upgrade – Advanced Targeting Forward Looking Infrared Full Rate Production Testing Capability.”  Work will be performed in St. Louis, Mo., and is expected to be completed in September 2012.  This modification combines purchases for the Navy ($17,036,195; 97 percent) and the government of Australia ($468,127; 3 percent).  Contract funds will not expire at the end of the current fiscal year.  This order was not competitively procured.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-G-0012).

                L-3 Communications Corp., Camden, N.J., is being awarded a maximum $17,219,000 indefinite-delivery/indefinite-quantity contract for equipment systems, equipment upgrades and repairs, and program management for the Tactical Remote Sensor System (TRSS) system of systems (SoS).  The TRSS SoS provides the capability for all-weather remote monitoring of activity within and near a given objective area.  Work will be performed in Camden, N.J., and is expected to be completed by September 2015.  The contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-10-D-7019).

                The John C. Grimberg Co., Inc., Rockville, Md., is being awarded $15,505,000 for firm-fixed-price task order#0003 under a previously awarded multiple award construction contract (N40080-10-D-0492) for the renovation of Buildings 3 and 5 at National Naval Medical Center Bethesda.  The buildings are to be extensively renovated with complete replacement of most interior partitions and all building utilities.  The replacement of all windows and exterior doors and frames are required.  All exterior building surfaces are to be cleaned, and repair and refinishing of specific areas will be necessary.  The work also includes the demolition of existing interior partition walls, doors, frames, ceilings, light fixtures, and existing building systems including plumbing fixtures and piping, electrical devices and wiring, telecom devices and wiring and fire protection/suppression to the point of utility connections.  Work will be performed in Bethesda, Md., and is expected to be completed by September 2011. Contract funds will 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.

                Raydon Corp., Daytona Beach, Fla., is being awarded a $12,375,000 firm-fixed-priced contract to provide combined arms virtual trainer engineering and production for the Army National Guard.  Work will be performed in Daytona Beach, Fla., and is expected to be completed by September 2012.  Contract funds in the amount of $12,375,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity (N00174-10-C-0061).

                The Whiting Turner Contracting Co., Baltimore, Md., is being awarded $12,110,643 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N40080-10-D-0494) for construction of a research development test and evaluation support facility, Phases I and II, at Naval Surface Warfare Center, Carderock.  The work to be performed provides for design and construction of an administrative facility to accommodate the consolidation of business personnel and functions of Carderock Division’s Operations Department.  Work will be performed in Carderock, Md., and is expected to be completed by August 2012.  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.

                Sparton Electronics Florida, Inc., DeLeon Springs, Fla., is being awarded an $11,851,072 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research and development and production engineering services in support of Sonobuoy technology upgrades.  Work will be performed in DeLeon Springs, Fla., 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 not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-10-D-0024).

                Earl Industries, LLC, Jacksonville, Fla., is being awarded a $10,393,474 modification to a previously awarded contract (N40027-10-C-0114) to perform drydock, ship alterations, maintenance and repair work for USS Dewert (FFG 45) drydock selected restricted availability.  This modification includes drydock, hull, machinery, electrical, electronics, ship alterations, boiler, and piping repair work.  Extensive coordination is required for the drydock evolution, in addition to the numerous systems onboard to be repaired.  Work will be performed in Jacksonville, Fla., and is expected to be completed by February 2011.  Contract funds in the amount of $10,393,474 will expire at the end of the current fiscal year.  The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

                Computer Sciences Corp., Washington, D.C., is being awarded a $10,270,781 cost-plus-fixed fee contract for professional services in support of the Amphibious Warfare Program Office (PMS 377).  Among the services procured are professional program management, logistics, financial and government-furnished equipment and information management support.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $25,737,565.  Work will be performed in Washington, D.C. (70.7 percent); Burke, Va. (15.1 percent); Virginia Beach, Va. (7.2 percent); Greenbelt, Md. (4.1 percent); and Needham, Mass. (2.9 percent).  Work is expected to be completed by December 2010.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2403).

                RMA Land Construction, Inc.*, Anaheim, Calif., is being awarded $9,790,650 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62473-09-D-1656) for demolition and consolidation of Naval Warfare Center Weapons Division buildings at Point Mugu, Naval Base Ventura County.  The work to be performed provides for the consolidation of cold-war era complexes and facilities in underutilized and deteriorating buildings into lab complexes of existing vacant spaces.  Work will be performed in Ventura, Calif., and is expected to be completed by April 2012.  Contract funds 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.

                BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $9,640,002 modification to previously awarded contract (N00024-06-C-4408) for project management oversight of cruiser, destroyer, and frigate maintenance and repair.  Project management oversight for USS Lake Erie (CG 70); USS Port Royal (CG 73); USS Russell (DDG 59); USS Paul Hamilton (DDG 60); USS Hopper (DDG 70); USS O’Kane (DDG 77); USS Chafee (DDG 90); USS Chung Hoon (DDG 93); USS Reuben James (FFG 57); and USS Crommelin (FFG 37).  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by September 2011.  Contract funds in the amount of $9,640,002 will expire at the end of the current fiscal year.  The Pearl Harbor Naval Shipyard and IMF, Pearl Harbor, Hawaii, is the contracting activity.

                Electro Standards Laboratories*, Cranston, R.I., is being awarded  a $9,184,292 Phase III Small Business Innovation Research (SBIR) cost-plus-fixed-fee contract for services and materials necessary to conduct research under SBIR Topic N02-133, “Sensorless Control of Linear Motors,” sufficient to demonstrate the conceptual feasibility of the Phase I and II efforts.  Work will be performed in Cranston, R.I. (70 percent), and Lakehurst, N.J. (30 percent), and is expected to be completed in September 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0278).

                Straub Construction, Inc., Fallbrook, Calif., is being awarded $8,811,687 firm-fixed-price task order #0007 under a previously awarded multiple award construction contract (N62473-08-D-8616) for construction of a warrior physical training facility/fitness center at Naval Air Station Fallon.   The training facility/fitness center includes indoor basketball, volleyball, and racquetball courts; fitness areas, multipurpose activity rooms, locker rooms, storage rooms, reception counter, administrative offices, and laundry room.  Built-in equipment includes gymnasium equipment, bleachers, and locker room equipment.  Site improvements also include fill, grading, storm water management features, landscaping, sidewalks, and parking areas.  The task order contains two unexercised options and one planned modification which, if exercised, would increase the cumulative task order value to $10,000,193.  Work will be performed in Fallon, Nev., and is expected to be completed by March 2012.  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, Southwest, San Diego, Calif., is the contracting activity.

                Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $8,380,130 cost-plus-fixed-fee task order #0038 against a previously awarded contract (M67004-09-D-0020) for Marine Expeditionary Unit Augmentation program support.  Work will be performed in Kuwait, and is expected to be completed in September 2011.  Contract funds will not expire at the end of the current fiscal year.  U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

                AECOM Government Services, Inc., Fort Worth, Texas, is being awarded an $8,472,208 task order under previously awarded multiple award schedule by the General Services Administration  (M67004-10-F-0091) to support the U.S. Marine Corps Distribution Management Center, Storage Operations at Barstow, Calif.  Work will be performed in Barstow, Calif., and work is expected to be completed September 2014.   Contract funds in the amount of $2,121,081 will expire at the end of the current fiscal year.  This contract was competitively procured via the General Services Administration’s E-Buy website, with 14 offers received.  The Marine Corps Logistics Command, Albany, Ga. is the contracting activity.

                Blue Rock Structures, Inc.*, Pollocksville, N.C., is being awarded $7,535,000 for firm-fixed-price task order #0013 under a previously awarded multiple award construction contract (N40085-09-D-5353) for construction of a child development center at Marine Corps Base Camp Lejeune.  The work to be performed includes the necessary utility infrastructure and incidental related work.  Work will be performed in Jacksonville, N.C., and is expected to be completed by January 2012.  Funds for this project are provided by the American Recovery and Reinvestment Act of 2009.  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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

                The Harper Construction Co., San Diego, Calif., is being awarded $7,377,265 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-08-D-8611) for design and construction of a consolidated parking structure at Los Angeles Air Force Base.  The work to be performed provides for all labor, materials, and equipment, transportation, supervision, and incidental related work necessary for design and construction of a six story consolidated parking structure at Los Angeles Air Force Base.  The new structure will provide 345 parking spaces within the framework of a two-way continuous single helical parking ramp and the use of cable style rail guardrails on the interior of the structure.  Work will be performed in Los Angeles, Calif., and is expected to be completed by October 2012.  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, Calif., is the contracting activity.

                Archer Western Contractors, Ltd., Atlanta, Ga., is being awarded $7,048,451 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-08-D-9739) for design and construction of an Emergency Services Center at the Navy Information Operations Command.  The work to be performed provides for the design and construction of a new fire station on the site of an existing baseball field and the renovation of the existing fire station into a security center.  The task order also contains two unexercised options which, if exercised, would increase the cumulative task order value to $7,236,333.  Work will be performed in Sugar Grove, W.Va., and is expected to be completed by April 2012.  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.

                AECOM Government Services, Inc., Fort Worth, Texas, is being awarded a $6,691,518 task order under previously awarded multiple award schedule by the General Services Administration (M67004-10-F-0410) to support Marine Corps field level maintenance services at the Marine Corps Logistics Base, Albany Ga.  Work will be performed in Albany, Ga., and is expected to be completed September 2014.  Contract funds in the amount of $1,680,364 will expire at the end of the current fiscal year.  This contract was competitively procured via the General Services Administration’s E-Buy website, with 14 offers received.  The Marine Corps Logistics Command, Albany, Ga. is the contracting activity.

                Electric Boat Corp., Groton, Conn., is being awarded a $6,181,527 cost-plus-fixed-fee modification to definitize previously issued basic ordering agreement (N00024-05-G-4417) to support submarine repair work at Puget Sound Naval Shipyard on Los Angeles-class and Virginia-class submarines during ongoing availabilities.  This order is for skilled tradesmen support to three submarine maintenance availabilities scheduled.  Ships scheduled to undergo repairs include the USS Seawolf (SSN 21), USS Pennsylvania (SSBN 735), and USS Michigan (SSGN 727).  Work will be performed in Bremerton, Wash., and is scheduled to be completed by November 2010.  This order was not competitively procured.  Contract funds in the amount of $6,181,527 will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion and Repair, Groton, Conn., is the contracting activity.

                FIRST RF Corp.*, Boulder, Colo., is being awarded a $5,960,586 firm-fixed-price, indefinite-delivery/indefinite quantity contract for the production of omni-directional, tri-band antennas, a component of the AN/VLQ(V) 1 communications set, in of support of the Navy counter radio controlled improvised device vehicle receiver/jammer program.  These production antennas are designed to counter improvised explosive devices, are fixed-site, and protect military operating bases.  This antenna is required to support on-going operations in Iraq and Afghanistan theatres of operation.  Work will be performed in Boulder, Colo., and is expected to be completed by September 2013.  Contract funds in the amount of $1,900,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-10-D-WQ29).

                Electric Boat Corp., Groton, Conn., is being awarded a $5,536,982 cost-plus-fixed-fee contract modification to definitize previously issued basic ordering agreement (N00024-05-G-4417) to support submarine repair work at Portsmouth Naval Shipyard on Los Angeles-class submarines during ongoing availabilities.  This order is for skilled tradesmen support to three submarine maintenance availabilities scheduled.   Ships scheduled to undergo repairs include the USS Oklahoma City (SSN 723), USS Helena (SSN 725), and USS San Juan (SSN 751).  Work will be performed in Portsmouth, N.H., and is scheduled to be completed by September 2010.  This order was not competitively procured.  Contract funds in the amount of $5,536,982 will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion and Repair, Groton, Conn., is the contracting activity.

AIR FORCE

                Strategic Professional Resources, Papillion, Neb., was awarded a $17,390,324 contract which will provide U.S. Strategic Command with program management, engineering and acquisition support.  At this time, no funds have been obligated.  55 CONS, Offutt Air Force Base, Neb., is the contracting activity (FA4600-11-C-0001).

                Booz Allen Hamilton, Inc., Herndon, Va., was awarded a $14,880,785 contract which will build a survivable, integrated, and dynamic intelligence, surveillance, reconnaissance enterprise.  At this time, $1,700,000 has been obligated.  55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380; Delivery Order 402).

                Boeing Co., Integrated Defense Systems, Wichita, Kan., was awarded an $11,454,692 contract modification which will provide B-52 software updates to expand the offensive avionics system operational capabilities to correct deficiencies.  At this time, the entire amount has been obligated.  OC-ALC/GKDK, Tinker Air Force Base, Okla., is the contracting activity (FA8106-09-D-0001-0008).

                Global Ground Support, LLC, Olathe, Kan., was awarded a $10,233,131 contract which will design, test and manufacture 4X2 and 4X4 flight tow line tractors.  At this time, $90,958 has been obligated.  WR-ALC/GRVKBB, Wright Patterson Air Force Base, Ohio, is the contracting activity. (FA8533-10-D-0008).

                Raytheon Missile Systems, Tucson, Ariz., was awarded a $10,223,663 contract modification which will extend the period of performance of the Advanced Medium Range Air-to Air Missile (AMRAAM) aircraft integration support effort through Sept. 30, 2013.  At this time, $1,815,268 has been obligated.  AAC/EBAK (AMRAAM Development Branch), Eglin Air Force Base, Fla., is the contracting activity (FA8675-08-C-0050; PO0016).

                Lockheed Martin Space Systems Center, Sunnyvale, Calif., was awarded an $8,301,983 contract modification which will incorporate both hardware and software modifications to the existing engineering, manufacturing, and development contract for the space based infrared system high component.  At this time, the entire amount has been obligated.  ISSW/PKS, El Segundo, Calif., is the contracting activity (FO4701-95-C-0017; PO0650).

DEFENSE LOGISTICS AGENCY

                Gulf Coast Electric Coop., Southport, Fla., is being awarded a maximum $117,426,007 firm-fixed-price with prospective price redetermination for a 50-year contract period for ownership, operation and maintenance of the electric and water distribution system at Tyndall Air Force Base, Fla.  Other location of performance is Tyndall Air Force Base, Fla.  Using service is Air Force.  There were five responses to the solicitation.  The date of performance completion is January 2061. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-C-8253).

                Willbros Government Services, LLC, Tulsa, Okla., is being awarded a maximum $27,952,980 firm-fixed-price contract for procuring fuel receipt, storage and issue services.  Other location of performance is Camp Pendleton, Calif.  Using service is Marine Corps.  There were three responses to the solicitation.  The date of performance completion is Oct. 31, 2031.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-C-5051).

                CFM International, Cincinnati, Ohio, is being awarded a maximum $9,132,275 firm-fixed-price contract for turbine assembly.  There are no other locations of performance.  Using service is Air Force.  There was originally one proposal solicited with one response.  The date of performance completion is Feb. 30, 2014.  The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (FA8104-08-G-0002-UN97).

                Walin Tools, LLC*, Fort Walton Beach, Fla., is being awarded a maximum $7,778,739 firm-fixed-price, sole-source contract for tool kits.  There are no other locations of performance.  Using service is Army.  There was originally one proposal solicited with one response.  The date of performance completion is Sept. 28, 2015.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-10-D-0061).

*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 articleGORDON DUFF: WHY THE CONSTITUTION FAILED
Next articleNew Act of Israeli Piracy SOP, Memory of Murdered American Dims