Showing posts with label US DoD. Show all posts
Showing posts with label US DoD. Show all posts

Tuesday, September 20, 2011

DTN News: U.S. Department of Defense Contracts Dated September 20, 2011

Asian Defense News: DTN News: U.S. Department of Defense Contracts Dated September 20, 2011
(NSI News Source Info) WASHINGTON - September 20, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 20,2011 are undermentioned;

CONTRACTS

NAVY

Hensel Phelps Granite Hangar, J.V., Irvine, Calif., is being awarded a $97,222,000 firm-fixed-price contract for the design and construction of an MV-22 aircraft parking apron/taxiway expansion; an Aircraft Maintenance Hangar 4 addition; and Aircraft Maintenance Hangar 7 construction at Marine Corps Air Station Miramar. The work to be performed provides for the construction and/or renovation of airfield facilities to enable the operation of both the MV-22 (medium lift) aircraft as well as the CH-53 (heavy-lift) helicopter. Specifically, the facilities will accommodate and maintain the MV-22 squadrons; conduct readiness and training operations; and conduct special exercise operations to attain and maintain proficiency in the operational employment of the MV-22. The contract also contains two planned modifications, which, if issued, would increase cumulative contract value to $103,602,000. Work will be performed in San Diego, Calif., and is expected to be completed by September 2014. 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 10 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-0401).

General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded an estimated $64,590,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee and cost-plus-fixed-fee contract for software in-service support for maintenance, upgrades, and enhancements to the Wideband Networking Waveform software. Work will be performed in Scottsdale, Ariz., and is expected to be completed by September 2016. Contract funds will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website and the Space and Naval Warfare Systems Command E-commerce website, with two offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-4806).

Science Applications International Corp., Virginia Beach, Va., is being awarded $42,800,000 firm-fixed-price General Services Administration task order contract for integrated training support and execution by U.S. Fleet Forces Command. Work will be performed in Hampton Roads (30 percent); Bremerton, Wash. (28 percent); Newport, R.I. (6 percent); Groton, Conn. (6 percent); Ingleside, Texas (6 percent); San Diego, Calif. (6 percent); Pearl Harbor, Hawaii (6 percent); Yokosuka, Japan (6 percent); and Sasebo, Japan (6 percent). Work is to be completed by July 2012. Contract funds will not expire before the end of the fiscal year. This contract was not competitively procured. NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-F-QT60).

Architects Hawaii, Ltd., Honolulu, Hawaii, is being awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for preparation of plans and specifications for bachelor quarters and other architectural projects in the Naval Facilities Engineering Command (NAVFAC), Hawaii area of responsibility (AOR). The work to be performed provides for preparation of plans, specifications, cost estimates, design analysis and/or preparation of design-build request for proposal contract documents, field investigation, engineering study, geotechnical investigation, topographic survey, interior design, post construction award services, and other related services. 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 Hawaii AOR, and is expected to be completed by September 2016. 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 15 proposals received. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-11-D-5012).

Marine Hydraulics International, Inc., Norfolk, Va., is being awarded a $9,290,644 modification to previously awarded contract (N00024-10-C-4405) for USS Mahan (DDG 72) fiscal 2012 selective restricted availability for ship maintenance and repair. The contract will provide expert design, planning, and material support services for both DDG class ship construction and modernization. Work will be performed in Norfolk, Va., and is expected to be completed by February 2012. Contract funds in the amount of $8,790,907 will expire at the end of the current fiscal year. The Naval Ship Support Activity, Norfolk, Va., is the contracting activity.

Marine Hydraulics International, Norfolk, Va., is being awarded a $7,780,629 modification to previously awarded contract (N00024-10-C-4405) to exercise options for the accomplishment of the USS Ross (DDG 71) fiscal 2012 selective restricted availability. The contract will provide expert design, planning, and material support services for both DDG non-dockers ship construction and modernization. Work will be performed in Norfolk, Va., and is expected to be completed by March 2012. Contract funds in the amount of $7,780,629 will expire at the end of the current fiscal year. The Naval Ship Support Activity, Norfolk, Va., is the contracting activity.

EMR, Inc., Infrastructure and Environment*, Niceville, Fla., is being awarded $6,665,177 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-10-D-0787) for the Hangar 57 repair and modernization project at Naval Air Station Corpus Christi. The work to be performed provides for necessary repairs and modernization to a World War II-era hangar. The work includes selective demolition, and repairs and upgrades to architectural, structural, heating ventilation and air conditioning, plumbing, electrical, fire protection, and civil engineering systems. The task order also contains two unexercised options, which, if exercised, would increase cumulative task order value to $7,751,086. Work will be performed in Corpus Christi, Texas, and is expected to be completed by December 2012. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Western Diesel Services, Inc.*, St. Louis, Mo., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $23,127,146 for procurement of engine parts. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 20, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0030).

NAVCOM Defense Electronics, Inc.*, Corona, Calif., was awarded a firm-fixed-price, sole-source contract for a maximum $22,442,598 for aircraft parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is Aug. 31, 2014. The Defense Logistics Agency Aviation, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-C-0026).

Pocono Produce Co.*, Stroudsburg, Pa., was issued a modification exercising the second option year on the current contract SPM300-08-D-3248/P00030. Award is a fixed-price with economic price adjustment, prime vendor contract with a maximum $15,000,000 for food and beverage support. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 19, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

U.S. TRANSPORTATION COMMAND

Maersk Line, Ltd., Norfolk, Va., is being awarded a $9,802,426 fixed-price delivery order for container purchases and detention in support of Operation Enduring Freedom. Contract funds will expire at the end of the current fiscal year. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-0040).

*Small business


U.S. DoD issued No. 803-11 September 20, 2011
*Speaking Image - Creation of DTN News ~ Defense Technology News
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News

©

COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

Monday, September 19, 2011

DTN News: U.S. Department of Defense Contracts Dated September 19, 2011

Asian Defense News:
DTN News: U.S. Department of Defense Contracts Dated September 19, 2011
(NSI News Source Info) WASHINGTON - September 19, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 19, 2011 are undermentioned;

CONTRACTS

ARMY

Compton Construction, Bumpus Mills, Tenn. (W9126G-11-D-0064); Au Authum Ki, Chandler, Ariz. (W9126G-11-D-0063); Small Business Group, Inc., Summerville, S.C. (W9126G-11-D-0062); and GSC Construction, Augusta, Ga. (W9126G-11-D-0061), were awarded a $263,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction of warehouses in states west of the Mississippi River. Work location will be determined with each task order, with an estimated completion date of Sept. 23, 2016. The bid was solicited through the Internet, with 41 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Zieson Construction Co., L.L.C., Riverside, Mo. (W912DQ-11-D-4009); Sealaska Constructor, L.L.C., Bellevue, Wash. (W912DQ-11-D-4010); Greenleaf Construction, Kansas City, Mo. (W912DQ-11-D-4011); and Alexander-Weitz, Kansas City, Mo. (W912DQ-11-D-4012), were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the design-build services to support military construction projects within the Kansas City district. Work location will be determined with each task order, with an estimated completion date of Nov. 25, 2012. The bid was solicited through the Internet, with 32 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

Mass Service and Supply, L.L.C., Pueblo, Colo., was awarded a $39,700,000 firm-fixed-price contract. The award will provide for the construction of the Regional Training Institute at Fort Carson, Colo. Work will be performed in Fort Carson, Colo., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with eight bids received. The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-11-C-0008).

Airborne Systems North America of N.J., Inc., Pennsauken, N.J., was awarded a $27,627,306 firm-fixed-price contract. The award will provide for the procurement of 3,500 Military Free Fall Advanced Ram Air Parachute Systems, including logistics and training data deliverables. Work will be performed in Pennsauken, N.J., with an estimated completion date of Sept. 14, 2016. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0073).

Longbow, L.L.C., Orlando, Fla., was awarded a $26,049,000 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to add engineering service house for the Hellfire and Longbow missile requirements. Work will be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0256).

Raytheon Co., Huntsville, Ala., was awarded a $19,501,469 cost-plus-fixed-fee contract. The award will provide for the procurement of the Integrated Air and Missile Defense Plug and Flight A-kit design definition. Work will be performed in Huntsville, Ala., with an estimated completion date of Jan. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0167).

VSE Corp., Alexandria, Va., was awarded a $17,811,936 firm-fixed-price, level-of-effort contract. The award will provide for the technical manual updating services in support of Army Two Level Maintenance Program. Work will be performed in Alexandria, Va., with an estimated completion date of Sept. 15, 2012. Sixteen bids were solicited, with five bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-A906).

KDH Defense Systems, Inc., Eden, N.C., was awarded a $13,821,775 firm-fixed-price contract. The award will provide for the procurement of 16,798 Operation Enduring Freedom Camouflage Pattern Soldier Plate Carrier Systems with soft ballistics and cummerbund; 42,000 OCP component kits; and several other various components. Work will be performed in Eden, N.C., with an estimated completion date of Sept. 9, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-11-C-0167).

AJAC Enterprises, Inc., Albuquerque, N.M., was awarded a $13,093,523 firm-fixed-price contract. The award will provide for the restoration services in support of the Middle Rio Grande Restoration Project. Work will be performed in Bernalillo, N.M., and Albuquerque, N.M., with an estimated completion date of April 15, 2014. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-11-C-0026).

DRC Emergency Services, L.L.C., was awarded an $11,872,911 firm-fixed-price contract. The award will provide for the construction of a site for temporary housing in Minot, N.D. Work will be performed in Minot, N.D., with an estimated completion date of Oct. 28, 2011. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, St. Paul, Minn., is the contracting activity (W912ES-11-C-0026).

Inland Construction & Equipment, Inc., was awarded a $9,849,926 firm-fixed-price contract. The award will provide for the pile and deck repair services for the Center Wharf, Military Ocean Terminal Sunny Point, Brunswick, N.C. Work will be performed in Brunswick County, N.C., with an estimated completion date of April 30, 2013. Eight bids were solicited, with five bids received. The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912HN-11-C-0008).

Raytheon Co., Andover, Mass., was awarded an $8,393,659 cost-plus-fixed-fee contract. The award will provide for the repair and recapitalization services of Patriot missile systems assemblies and sub-assemblies. Work will be performed in Andover, Mass., with an estimated completion date of Oct. 14, 2012. One bid was solicited, with one bid received. The Directorate of Contracting, Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity (W911N2-09-D-0001).

NAVY

Raytheon, Integrated Defense Systems, Portsmouth, R.I., is being awarded a $42,640,122 fixed-price incentive, firm-fixed price, cost-plus-fixed fee, cost-type contract for MK 54, Mod 0 lightweight torpedo kit production. This contract procures kits, test equipment, spares, engineering, and repair services related to upgrades of Navy lightweight torpedoes. The MK54 Mod 0 lightweight torpedo is primarily intended as an anti-submarine torpedo in littoral scenarios. Its basic capabilities include operation in both shallow- and deep-water acoustic environmental conditions, using MK46 anti-submarine warfare capabilities in deep-water scenarios. The MK54 Mod 0 lightweight torpedo is an effective defense in the presence of threat countermeasures. Contract includes options, which, if exercised, would bring the cumulative value of this contract to $558,382,473. Work will be performed in Portsmouth, R.I. (80 percent), and Keyport, Wash. (20 percent), and is expected to completed by October 2015. Contract was competitively procured via Navy Electronic Business Opportunities website, with four offers received. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-11-C-6410).

The TEC-AECOM Pacific, J.V., Charlottesville, Va., is being awarded $26,200,000 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity architect-engineering contract (N62742-11-D-1801) for preparation of National Environmental Policy Act documents, environmental planning services, environmental studies, and related technical services at various Navy and Marine Corps activities within the Pacific Basin and Indian Ocean areas. Work will be performed in Honolulu, Hawaii, and is expected to be completed by September 2016. Contract funds will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Alpha Marine Services, L.L.C., Galliano, La., is being awarded a $25,266,636 firm-fixed-price contract for the time charter of M/V Dove, a U.S.-flagged, anchor-handling, towing supply vessel that will be used to support the Sea-Based X-Band Radar Platform, also called SBX-1. M/V Dove will transfer fuel, supplies, and offshore workers to and from SBX-1, and will function as the oil spill response vessel for SBX-1. Alpha Marine Services will operate and maintain M/V Dove for the duration of the charter. This contract includes four one-year option periods, which, if exercised, would bring the cumulative value of this contract to $146,986,164. Work will be provided in the Pacific Ocean, and is expected to be completed by September 2012. Contract funds are subject to availability in fiscal 2012 and will expire at the end of that fiscal year, or fiscal 2013. This contract was competitively procured via a solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online, and Federal Business Opportunities websites with more than 100 companies having access to the solicitation, four offers were received. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-2006).

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $18,389,065 modification to previously awarded contract (N00024-08-C-2300) for the accomplishment of the post-shakedown availability (PSA) for the DDG 51-class guided-missile destroyers USS William P. Lawrence (DDG 110) and USS Spruance (DDG 111). The effort to be performed includes services and material for the PSA. Specific efforts include: engineering and management support; labor and procurement of material to correct government responsible deficiencies and accomplish system upgrades; and performance of specific PSA work items inclusive of tests and post repair sea trials. Work will be performed in San Diego, Calif., 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.

Kollsman, Inc., Merrimack, N.H., is being awarded a $12,500,000 modification to existing contract (N00164-10-D-JQ24) for 28 Night Targeting Systems (NTS). The NTS upgrades incorporate a third-generation electro-optics sensor. The scope of the proposed contract modification includes NTS modification. The upgraded configuration will incorporate a third-generation forward-looking infrared sensor; a color charged coupled device camera on the gimbal; a color multi-functional display; laser rangefinder; and a target designator that improves the boresight capability of the NTS. Work will be performed in a Merrimack, N.H., and is expected to be completed by September 2016. Contract funds in the amount of $12,500,000 will expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

Olin Corp., Winchester Ammunition, East Alton, Ill., is being awarded a $9,999,786 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of .40 caliber frangible ammunition in support of the Coast Guard and Naval Criminal Investigative Service. Frangible ammunition is primarily used for training. Frangible, or “soft” rounds are designed to break apart when they hit walls or other hard surfaces to prevent ricochets during close-quarters combat. Work will be performed in Oxford, Miss., and is expected to be completed by September 2016. Contract funds in the amount of $41,278 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. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN08).

W.M. Robots, L.L.C.*, Colmar, Pa, is being awarded a $9,599,879 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Vallon mine detectors and consumable spares supporting the government of Afghanistan under the Foreign Military Sales Program. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $12,390,063. Work will be performed in Colmar, Pa., and is expected to be completed by September 2012. Contract funds in the amount of $7,928,618 will expire at the end of the current fiscal year. This contract was synopsized via Federal Business Opportunities as a sole-source procurement, and was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0015).

EFW, Inc., Fort Worth, Texas, is being awarded a $9,449,387 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0057) to provide hardware, installations, non-recurring engineering, technical data, and installation support of the Helmet Display Tracking System in AH-1W helicopters. Work will be performed in Haifa, Israel (51 percent), Fort Worth, Texas (25 percent), and Melbourne, Fla. (24 percent), and is expected to be completed in January 2013. Contract funds in the amount of $4,524,734 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Alion Science and Technology Corp., Washington, D.C., is being awarded an $8,256,758 undefinitized contract modification to previously awarded contract (N00024-10-C-5119) for professional support services for Program Executive Office Integrated Warfare Systems and Integrated Warfare Systems Deputy Assistant Secretary of the Navy Ships. This contract will provide subject matter experts, critical budget and finance support, and systems engineering support. Additionally, the contractor will provide direct support of the preparation of the Quarterly Execution Review; data analysis; preparation and review of information to be included in decision briefings; and preparation and review of issue papers, white papers, technical reports, study reports, and requirements documentation. Support services include program management, business financial management, and acquisition management at the Washington Navy Yard; as well as financial management, project management, and systems engineering support at the Pentagon. Work will be performed in the Washington, D.C., and is expected to be completed by September 2012. Contract funds in the amount of $766,077 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

American Contractor and Technology, Inc.*, Pensacola, Fla., is being awarded $6,843,316 firm-fixed-price task order 0002 under a previously awarded multiple-award construction contract (N69450-08-D-1295) for hangar repair and paraloft relocation at Naval Air Station Meridian. The work to be performed provides for architectural, mechanical, and electrical repairs to Aircraft Hangar 2 that will consolidate various maintenance shops and demolish vacated associated shop buildings. Work will be performed in Meridian, Miss., and is expected to be completed by November 2013. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

AIR FORCE

DynCorp International, L.L.C., Fort Worth, Texas, is being awarded a $36,041,734 firm-fixed-price contract for aircraft maintenance and related services in support of Euro-NATO joint jet pilot training; maintaining T-38 undergraduate pilot training, T-38 introduction to fighter fundamentals, and T-6A aircraft at Sheppard Air Force Base, Texas. The 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA-3002-09-C-0024, Modification Number A00026).

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $25,135,974 cost-plus-fixed-fee, indefinite-delivery, requirements contract for electro-optical, ultraviolet, infrared, and radio frequency sensors and system engineering and testing, to include reconnaissance systems and equipment, and other platform survivability systems and equipment. Work will be performed at Atlanta, Ga. The Air Force Materiel Command’s Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000, Delivery Order: 0190).

Work Services Corp., Wichita Falls, Texas, is being awarded a $17,410,276 firm-fixed-price contract modification for full food service, consisting of four main dining facilities, the central preparation kitchen, and meals delivered to the Sheppard Training Annex. Work will be performed at Sheppard Air Force Base, Texas. The 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA3020-07-F-0079, Modification Number P00039).

DEFENSE LOGISTICS AGENCY

Technology Research Corp.*, Clearwater, Fla., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test consoles. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0033).

United Support Solutions, Inc.*, Cedar Grove, N.J., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test consoles. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0034).

SYSCO Connecticut, Rocky Hill, Conn., was issued a modification exercising the first option year on the current contract SPM300-08-D-3238/P00029. Award is a fixed-price with economic price adjustment, prime vendor contract with a maximum $11,636,100 for food and beverage support for the Department of Defense and non-DoD customers in the Connecticut, Rhode Island, and Massachusetts area. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

*Small business


U.S. DoD issued No. 800-11 September 19, 2011
*Speaking Image - Creation of DTN News ~ Defense Technology News
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News

©

COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

Friday, September 9, 2011

DTN News: U.S. Department of Defense Contracts Dated September 9, 2011

Asian Defense News: DTN News: U.S. Department of Defense Contracts Dated September 9, 2011
(NSI News Source Info) WASHINGTON - September 9, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 9, 2011 are undermentioned;

CONTRACTS

DEFENSE LOGISTICS AGENCY

Henry Schein Inc., Melville, N.Y., was issued a modification exercising the second option year on the current contract SPM2DE-09-D-7444/P00004. Award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $172,800,000 for distribution of a wide range of general dental supplies. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 30, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sea Box Inc., Cinnaminson, N.J.,* was awarded contract SPRDL1-11-D-0046. The award is a firm fixed price, indefinite delivery and indefinite quantity contract for a maximum $12,407,984 for various types of shipping and storage containers. Other location of performance is Hillsborough, New Jersey. Using service is Army. The date of performance completion is Sept. 10, 2012. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

Charleston Marine Containers, North Charleston, S.C., was awarded contract SPRDL1-11-D-0047. The award is a firm fixed price, indefinite delivery and indefinite quantity contract for a maximum $12,407,984 for various types of shipping and storage containers. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 10, 2012. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

Honeywell International Inc., Clearwater, Fl., was awarded contract SPRRA2-11-D-0032. The award is a fixed price with economic price adjustment contract for a maximum $9,315,925 for field artillery battalion surveying set. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 6, 2016. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

MISSILE DEFENSE AGENCY CONTRACT

The Missile Defense Agency (MDA) is announcing the award of a sole source cost-plus-award-fee/cost-plus-fixed-fee modification to Lockheed Martin Mission Systems and Sensors, Moorestown, New Jersey, under the HQ0276-10-C-0003 contract, P00019. The total value of this modification is $115,508,368, increasing the total contract value from $61,187,171 to $176,695,539. This modification accounts for the award of contract line item number (CLIN) 0001 for continued Aegis Ashore Combat System adaptation efforts, site planning, transportation planning, technology initiatives and studies. To support the efforts under CLIN 0001, this modification also increases CLINs 0011 (material) and 0012 (travel). The work will be performed in Moorestown, New Jersey. The performance period is through Sept. 30, 2012. Fiscal year 2011 research, development, test and evaluation funds 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, Virginia, is the contracting activity.

NAVY

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 Associates, Inc.*, Raleigh, N.C. (N62583-09-D-0168); and Trinity Applied Strategies Corporation*, Alexandria, Va. (N62583-09-D-0169) are being awarded option year two under a previously awarded firm-fixed-price multiple award contract for anti-terrorism task force protection at Naval Facilities Engineering Command, 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 anti-terrorism related studies including the development of new and innovative security countermeasures to mitigate those vulnerabilities and to conduct anti-terrorism training throughout the continental United States and its territories. The combined total value for all five contractors is $31,450,000. The total contract amount after exercise of this option will be $82,075,000. No task orders are being issued at this time. Work will be performed throughout the continental United States and its territories, and work is expected to be completed Sept. 2012. 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.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded a $15,464,426 firm-fixed-price contract for ship-based and/or vertical replenishment services in support of Commander, U.S. Pacific Fleet. AAR Airlift Group, Inc., will provide helicopters, personnel, and operational and technical support services in the Western Pacific and Indian Oceans and the Arabian Gulf. This contract includes three 12-month options periods and one 11-month option period, which if exercised, would bring the cumulative value of this contract to $76,887,580. Work will be performed in the Western Pacific and Indian Oceans and the Arabian Gulf, and is expected to be completed in September 2012. If all option periods are exercised the completion date will be by August 2016. Contract funds are subject to availability of fiscal year 2012 funding, and funds will expire at the end of that fiscal year. This contract was competitively procured via solicitations posted to Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and four offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-1003).

BAE Systems, Norfolk Ship Repair, Norfolk, Va., is being awarded a $14,074,420 modification to contract (N00024-11-C-4403) for the USS Leyte Gulf (CG 55) fiscal year 2012 Extended Selected Restricted Availability (ESRA). An ESRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by November 2012. Contract funds in the amount of $14,074,420 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Portsmouth, Va., is the contract activity.

PSI Sierra, LLC*, California, Md., is being awarded a $9,479,842 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00421-08-D-0006) to exercise an option for technical services in support of the Information Technology/Information Management Department at Naval Air Systems Command/Naval Air Warfare Center Aircraft Division, Patuxent River, MD. The services to be provided include: video technology support, National Help Desk support, Navy Marine Corps Intranet Customer Technical Representative support. The estimated level of effort for this option year is 167,040 man-hours. Contract funds are not being obligated at time of award. Work will be performed at the Naval Air Warfare Center Aircraft Division, Patuxent River, Md., and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

AIR FORCE

Alion Science and Technology Corporation of Chicago, Ill. is being awarded a $28,028,060 cost plus fixed fee, indefinite delivery, requirements contract to develop, implement, improve and execute new and existing methods and practices in systems architecting, systems engineering methodologies and tools, systems integration. Alion will also develop research expertise in systems engineering and architecting, and provide engineering research, testing, development, information analysis and expertise in all aspects of program coordination and guidance process for Armament Research, Development and Engineering Center directorates. The contracting activity is ESG/PKS, Offutt Air Force Base, Neb. (SP0700-99-D-0301, Delivery Order 0209).

Alion Science and Technology Corporation of Chicago, Ill. Is being awarded a $24,196,434 cost plus, fixed fee, indefinite delivery, requirements contract to collect, integrate, test, field and sustain promising communication technologies and capabilities that support SSC Pacific United States Marine Corp’s command control communication on-the-move for Mine Resistant Ambush Protected combat vehicles and other joint service systems such as Command and Control Personal Computing, Command Post of the Future, and Advanced Field Artillery Tactical Data Systems. The contracting activity is ESG/PKS, Offutt Air Force Base, Neb. (SP0700-99-D-0301, Delivery Order 0212).

*Small Business


*Link for This article compiled by Roger Smith from reliable sources
U.S. DoD issued No. 773-11 September 9, 2011
*Speaking Image - Creation of DTN News ~ Defense Technology News
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News

©

COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

Thursday, September 8, 2011

DTN News: U.S. Department of Defense Contracts Dated September 8, 2011

Asian Defense News: DTN News: U.S. Department of Defense Contracts Dated September 8, 2011
(NSI News Source Info) WASHINGTON - September 8, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 8, 2011 are undermentioned;

CONTRACTS

MISSILE DEFENSE AGENCY

The Missile Defense Agency is announcing the award of a sole-source cost-plus-award-fee modification to Raytheon Missile Systems Co., Tucson, Ariz.,under the HQ0006-10-C-0005 contract, P00017. The total value of this award is $48,014,215, increasing the total contract value from $286,518,085 to $334,532,300. Under this modification, the contractor will continue to perform engineering services and material for systems engineering, design and development support, and initial hardware fabrication for the Standard Missile-3 Block IIA missile including continued divert and attitude control system development work. The work will be performed in Tucson, Ariz. The performance period is through Oct. 31, 2011. Fiscal 2011 research, development, test and evaluation funds 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 Missile Defense Agency, Dahlgren, Va., is the contracting activity.

AIR FORCE

Aerospace Testing Alliance, Tullahoma, Tenn., is being awarded $208,496,322 cost-plus-award-fee contract modification for the operation, maintenance, information management, and support of Arnold Engineering Development Center. AEDC/PK, Arnold Air Force Base, Texas, is the contracting activity (F40600-03-C-0001).

CYE Enterprises, Inc., Jacksonville, Fla., is being awarded a $25,000,000 firm-fixed-price contract to furnish all plants, materials, labor, equipment, and all operations in connection with repairing and replacing roofs, Eglin Air Force Base, Fla., per the statement of work and roofing specifications. AAC/PKOA, Eglin Air Force Base, Fla., is the contracting activity (FA2823-11-D-0012).

Jacobs Technology, Inc., Tullahoma, Tenn., is being awarded a $20,255,460 indefinite-delivery, quantity cost-plus-award-fee, and cost-reimbursement contract modification to provide technical, engineering, and acquisition support at Eglin Air Force Base, Fla. AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA9200-07-C-0006, P00053).

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $14,738,940 cost-plus-fixed-fee, indefinite-delivery requirements contract to provide technical evaluations and technical assessments of the utility and or efficacy of hazard mitigation equipment. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180, delivery order 0716).

M1 Support Services, Denton, Texas, is being awarded a $10,039,809 firm-fixed-price with reimbursable line items contract modification to maintain mission-capable helicopters 24/7 at F.E. Warren Air Force Base, Wyo.; Malmstrom Air Force Base, Mont.; Minot Air Force Base, N.D.; and Yokota Air Force Base, Japan, as well as performing helicopter aircrew flight equipment support at F.E. Warren Air Force Base, Wyo., and Malmstrom Air Force Base, N.D. 21 CONS/LGCZB, Peterson Air Force Base, Colo., is the contracting activity (FA2517-10-C-8002, P00028).

Chromalloy Nevada, Carson City, Nev., is being awarded a $9,188,625 firm-fixed-price contract, one-year contract with four options to provide repair services for the high pressure turbine nozzle assembly. AFGLSC/848 SCMG/PKAB, Tinker Air Force Base, Okla., is the contracting activity (FA8122-11-D-0015).

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $166,808,999 modification to a previously awarded fixed-price-incentive contract (N00019-09-C-0022) to provide funding for long lead materials in support of the low rate initial production, Lot 3, of 11 P-8A multi-mission maritime aircraft. Work will be performed in Seattle, Wash. (63.80 percent); Greenlawn, N.Y. (11.69 percent); Baltimore, Md. (10.98 percent); North Amityville, N.Y. (8.24 percent) and McKinney, Texas (5.29 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 System Command, Patuxent River, Md., is the contracting activity.

BAE Systems Information Solutions, Inc., Herndon, Va. (N65236-11-D-3850); Booz Allen Hamilton, Inc., McLean, Va. (N65236-11-D-3851); Computer Sciences Corp., Falls Church, Va. (N65236-11-D-3852); Honeywell Technology Solutions, Inc., Columbia, Md. (N65236-11-D-3853); Science Applications International Corp., McLean, Va. (N65236-11-D-3854); and Scientific Research Corp., Atlanta, Ga. (N65236-11-D-3855), are each being awarded a $40,055,252 indefinite-delivery/indefinite-quantity, multiple-award, cost-plus-fixed-fee, performance-based contract to provide tactical and strategic and operations support services with the emphasis being on information assurance. These contracts will support the Navy and other Department of Defense and federal agencies. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $210,568,360. Work will be performed in Charleston, S.C. (90 percent), and Washington, D. C. (10 percent), and is expected to be completed by September 2012. If all options are exercised, work could continue until September 2016. Contract funds will not expire at the end of the current fiscal year. These multiple-award contracts were competitively procured via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with 14 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

FOPCO, Inc.*, Kapolei, Hawaii, is being awarded $8,070,800 for firm-fixed-price task order #0016 under a previously awarded multiple award construction contract (N62748-10-D-4019) for repair of Building 1492, Bachelor Enlisted Quarters, at Naval Station Pearl Harbor. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by April 2013. 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, Hawaii, Joint Base Pearl Harbor Hickam-Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

DEFENSE MEDIA ACTIVITY

Omnitec Solutions, Inc., was issued a modification (subject to availability of fiscal 2012 funds) exercising the third option year on the current contract HQ0028-09-C-0017. Award is a firm-fixed-price commercial service contract in support of the Defense Media Activity Public Web Management System. Estimated value of modification is $9,927,491.60. The period of performance starts Oct. 1, 2011. Defense Media Activity-East Contracting Office, Fort George Meade, Md., is the contracting activity.

*Small business


*Link for This article compiled by Roger Smith from reliable sources
U.S. DoD issued No. 768-11 September 8, 2011
*Speaking Image - Creation of DTN News ~ Defense Technology News
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News

©

COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS