Business and Career Opportunities (DOD Awarded Contracts)

May 17, 2012

Business / Career

DOD Awarded Contracts

NAVY

Accenture Federal Services, L.L.C., Reston, Va., is being awarded a $25,288,120 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide command, control, communications, computers, and intelligence systems engineering support to include command and intelligence systems analysis, concept definition, interface requirements, and system development and design for implementation, integration, interoperability, documentation, upgrades, and training.  This is one of five multiple award contracts:  all awardees will compete for task orders during the ordering period.  This three-year contract includes one, two-year option, which, if exercised, would bring the potential value of this contract to $43,390,845.  Work will be performed in San Diego, Calif. (90 percent), and Reston, Va. (10 percent), and is expected to be completed May 10, 2015.  Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via request for proposal N66001-11-R-0004 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with eight offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0092).

Science Applications International Corp., McLean, Va., is being awarded a $23,466,994 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide command, control, communications, computers, and intelligence systems engineering support to include command and intelligence systems analysis, concept definition, interface requirements, system development and design for implementation, integration, interoperability, documentation, upgrades, and training.  This is one of five multiple award contracts:  all awardees will compete for task orders during the ordering period.  This three-year contract includes one, two-year option, which, if exercised, would bring the potential value of this contract to $40,189,743.  Work will be performed in San Diego, Calif. (90 percent), and McLean, Va. (10 percent), and is expected to be completed May 10, 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-11-R-0004 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with eight offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0095).

Booz Allen Hamilton, San Diego, Calif., is being awarded a $20,782,994 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide command, control, communications, computers, and intelligence systems engineering support to include command and intelligence systems analysis, concept definition, interface requirements, and system development and design for implementation, integration, interoperability, documentation, upgrades, and training.  This is one of five multiple award contracts:  all awardees will compete for task orders during the ordering period.  This three-year contract includes one, two-year option, which, if exercised, would bring the potential value of this contract to $35,596,517.  Work will be performed in San Diego, Calif., and is expected to be completed May 10, 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-11-R-0004 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with eight offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0093).

Balfour Beatty Construction Co., San Diego, Calif., is being awarded $18,491,556 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-08-D-8614) for design and construction of a 144-person dormitory at Travis Air Force Base.  This project includes design, engineering and construction of primary and supporting facilities for the new dormitory.  The facilities consist of 36 “Dorms-4-Airmen” modules accommodating 144 persons, a common area and mechanical/electrical central plant.  Supporting facilities include the demolition of two existing dormitory buildings 1307 and 1330, communications, pavement, site preparation, site improvements and utilities.  The task order also contains two planned modifications, which, if issued, would increase the cumulative task order value to $19,756,556.  Work will be performed in Fairfield, Calif., and is expected to be completed by November 2013.  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, San Diego, Calif., is the contracting activity.

FGM, Inc., Reston, Va., is being awarded a $16,417,602 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide command, control, communications, computers, and intelligence (C4I) systems engineering support to include command and intelligence systems analysis, concept definition, interface requirements, and system development and design for implementation, integration, interoperability, documentation, upgrades, and training.  This is one of five multiple award contracts:  all awardees will compete for task orders during the ordering period.  This three-year contract includes one, two-year option, which, if exercised, would bring the potential value of this contract to $28,049,298.  Work will be performed in San Diego, Calif. (90 percent), and Reston, Va. (10 percent), and is expected to be completed May 10, 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-11-R-0004 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with eight offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0094).

Scientific Research Corp., Atlanta, Ga., is being awarded a $15,049,664 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide command, control, communications, computers, and intelligence systems engineering support to include command and intelligence systems analysis, concept definition, interface requirements, and system development and design for implementation, integration, interoperability, documentation, upgrades, and training.  This is one of five multiple award contracts:  all awardees will compete for task orders during the ordering period.  This three-year contract includes one, two-year option which, if exercised, would bring the potential value of this contract to $25,473,634.  Work will be performed in San Diego, Calif. (90 percent), and Atlanta, Ga. (10 percent), and is expected to be completed May 10, 2015.  Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via request for proposal N66001-11-R-0004 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with eight offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0096).

The Boeing Co., Seattle, Wash., is being awarded a $13,174,063 modification to a previously issued cost-plus-fixed-fee delivery order placed against basic ordering agreement N00019-05-G-0026 for risk reduction activities associated with the P-8A Poseidon aircraft, Increment II.  This effort includes acoustic processor technology refresh work, multi-static active coherent Phase I capability, Automatic Identification System prototype development and high altitude anti-submarine warfare sensor capability.  Work will be performed in Anaheim, Calif. (70 percent), and Seattle, Wash. (30 percent), and is expected to be completed in January 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Enterprise Ventures Corp., Johnstown, Pa., is being awarded a $12,529,511 firm-fixed-price contract for the production of 12 carriage, stream, tow, and recovery system kits in support of the Naval Air Systems Command, MH-60S Airborne Mine Countermeasures Program.  The overall objectives of the program are to design, fabricate, test, and integrate a system for the carriage, stream, tow and recovery of all five airborne mine countermeasures sensors to support the organic mission of the MH-60S helicopter.  This contract includes an option, which, if exercised, would bring the cumulative value to $31,969,022.  Work will be performed in Johnstown, Pa., and is expected to complete by November 2014.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured as the required kits are only available from the original source, and no other supplies, nor services, satisfy agency requirements.  Naval Surface Warfare Center Panama City Division is the Contracting Activity. (N61331-12-C-0007)

L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $9,633,769 firm-fixed-price contract to provide software analysis, design, development, testing, integration, verification, documentation, and support for the Marine Air Ground Task Force Tactical Warfare Simulation (MTWS) system.  Post Deployment Software Support  (PDSS) shall include the software analysis, design, development, testing, integration, verification, documentation, and support for the yearly maintenance and release of the MTWS system, to include the Model Application Network (MAN), Model System Control (MSC), Model Display Station (MDS), Combat Analysis and Review Toolkit (CART), CART client, Apex, Command, Control, Communications, Computers, and Intelligence (C4I), and Model High-Level Architecture Bridge (MHB) components.  The yearly maintenance will also include the configuration management, system administration, information assurance, system architecture, and program management to support any releases of an MTWS system.  The PDSS software change requests that are to be included in each yearly release shall be coordinated between the government and the contractor.  PDSS is estimated at 7,721 hours per year.  Those hours are allocated to support maintenance of each of the following MTWS core components to include the MAN, MSC, MDS, CART, C4I interface and MHB, testing the system, managing the system architecture, providing program management, systems administration, configuration management, and quality assurance.  Work will be performed in San Diego, Calif., and is expected to be completed by March 31, 2015.   Operations and Maintenance funds in the amount of $824,171 will expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-12-C-8075).

DEFENSE LOGISTICS AGENCY

Timken Aerospace Transmissions, L.L.C., Manchester, Conn., was awarded a firm-fixed-price contract with a maximum $22,587,200 for cuff assemblies.  There are no other locations of performance.  Using service is Army.  Type of appropriation is Army Working Capital Funds.  There were two proposals with two responses.  The date of performance completion is Feb. 28, 2014.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-D-0083).

Simmonds Precision Products, Inc., Vergennes, Vt., was awarded a firm-fixed-price, sole-source contract with a maximum $9,921,634 for digital computers.  There are no other locations of performance.  Using service is Army.  Type of appropriation is Army Working Capital Funds.  There was one proposal with one response.  The date of performance completion is Feb. 3, 2013.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-C-0029).

Parker-Hannifan Corp., Irvine, Calif., was awarded a firm-fixed-price contract with a maximum $7,407,570 for engine starters.  There are no other locations of performance.  Using service is Army.  Type of appropriation is Army Working Capital Funds.  There was one proposal with one response.  The date of performance completion is March 1, 2014.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-C-0033).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Aeronautics Co., Palmdale, Calif., is being awaded a $7,193,322 cost-plus-fixed-fee contract (HR0011-12-C-0039). The vision of the Open Manufacturing Program is to reduce barriers to manufacturing innovation, speed and affordability of materials, components and structures.  Work will be performed in Palmdale, Calif. (57.1 percent); San Antonio, Texas (24.3 percent); Vancouver, British Columbia, Canada (5.9 percent); Culver City, CA (9.3 percent); Rockford, Ill. (0.6 percent); and Anaheim, Calif. (2.8 percent).  Work is expected to be completed by April 30, 2014.  The Defense Advanced Research Projects Agency is the contracting activity.

NAVY

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $313,843,757 combination fixed-price-incentive, cost-plus-fixed-fee, firm-fixed-price letter contract for low-rate initial production of fiscal 2012 Standard Missile-6 (SM-6) Block I all-up rounds, special tooling and test equipment, spares and containers.  Contract funds in the amount of $63,436,062 are obligated at time of award.  Work will be performed in Tucson, Ariz. (46 percent); Camden, Ark. (24 percent); Andover, Mass. (6 percent); Wolverhampton, United Kingdom (6 percent); Huntsville, Ala. (4 percent); Dallas, Texas (4 percent); Hanahan, S.C. (3 percent); Anniston, Ala. (3 percent); San Jose, Calif. (2 percent); and Middletown, Ohio (2 percent), and is expected to completed by March 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured as Raytheon is now the sole qualified producer for Standard Missile.  Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-12-C-5401).

ARMY

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a $141,832,994 cost-plus-incentive-fee contract.  The award will provide for the services in support of the MQ-1C Gray Eagle unmanned aircraft systems.  Work will be performed in Poway, Calif., with an estimated completion date of May 7, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0075).

The Boeing Co., Huntsville, Ala., was awarded an $83,063,950 cost-plus-fixed-fee contract.  The award will provide for the engineering services in support of the Avenger weapon system.  Work will be performed in Huntsville, Ala., with an estimated completion date of March 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0117).

BAE Systems, York, Pa., was awarded a $68,726,155 cost-reimbursement, no-fee contract.  The award will provide for the modification of an existing contract to reset/convert Bradley Operational Desert Storm situational awareness vehicles.  Work will be performed in York, Pa., with an estimated completion date of May 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-G-0003).

Morganti HAC, J.V., Danbury, Conn., was awarded a $54,696,965 firm-fixed-price contract.  The award will provide for the construction of facilities and infrastructure to support the procurement of Apache AH-64D helicopters.  Work will be performed in Kattamia Air Base, Egypt, with an estimated completion date of Nov. 22, 2012.  There were 23 bids solicited, with six bids received.  The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-12-C-0022).

Hensel Phelps Construction Co., Orlando, Fla., was awarded a $32,450,000 firm-fixed-price contract.  The award will provide for the design and construction of the MH-47 aviation maintenance hangar at Fort Campbell, Ky.  Work will be performed in Fort Campbell, Ky., with an estimated completion date of March 8, 2014.  The bid was solicited through the Internet, with 13 bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0035).

MedPro Technologies, L.L.C., San Antonio, Texas, was awarded a $14,134,129 firm-fixed-price contract.  The award will provide for the information technology support services.  Work will be performed in Concord, Mass., with an estimated completion date of Sept. 30, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Concord, Mass., is the contracting activity (W911QY-12-C-0039).

Lockheed Martin Corp., Orlando, Fla., was awarded a $13,600,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure the reset of modernized target acquisition designation sight/pilot night vision sensor systems.  Work will be performed in Orlando, Fla., with an estimated completion date of March 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0023).

Creative Times Dayschool, Inc., Ogden, Utah, was awarded a $10,489,861 firm-fixed-price contract.  The award will provide for the construction of a B-52 3-bay conventional munitions maintenance facility at Minot Air Force Base, N.D.  Work will be performed in Minot Air Force Base, N.D., with an estimated completion date of Nov. 1, 2013.  Fifty bids were solicited, with nine bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0017).

Marstel-Day, L.L.C., Fredericksburg, Va., was awarded a $10,000,000 firm-fixed-price contract.  The award will provide for the environmental services in support of the Air Force.  Work location will be determined with each task order, with an estimated completion date of April 30, 2016.  There were 73 bids solicited, with one bid received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-12-D-0024).

FNG-PAT, J.V., L.L.C., Detroit, Mich., was awarded a $9,912,567 firm-fixed-price contract.  The award will provide for the construction of a theater communications facility and network control center at Al Udeid Air Base, Qatar.  Work will be performed in Qatar, with an estimated completion date of April 2, 2014.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-12-C-0028).

Mississippi Limestone, Friars Point, Miss., was awarded an $8,140,687 firm-fixed-price contract.  The award will provide for the services in support of the protection of riverbanks.  Work will be performed in Richardson Landing, Tenn., with an estimated completion date of Sept. 30, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912WQ-12-C-0010).

Manson Construction Co., Seattle, Wash., was awarded a $6,590,500 firm-fixed-price contract.  The award will provide for the dredging services in Louisiana.  Work will be performed in Calcasieu Parish, La., and Cameron Parish, La., with an estimated completion date of Sept. 30, 2012.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-12-C-0030).

AIR FORCE

McDonnell Douglas Corp., St. Louis, Mo., is being awarded a $23,999,000 cost-plus-fixed-fee and firm-fixed-price contract for indefinite-delivery/indefinite-quantity for technical support for the Joint Direct Attack Munition weapon system to include non-warranty induction and repair, annual software updates, mission planning support and studies/analysis.  The location of the performance is St. Louis, Mo.  Work is to be completed by Dec. 31, 2013.  AAC/EBDK, Eglin Air Force Base, Fla., is the contracting activity (FA8681-05-D-0277, P00025).

Boeing Satellite Systems, Inc., El Segundo, Calif., is being awarded a $21,000,000 firm-fixed-price contract for the Wideband Global SATCOM 7 & Beyond contract issued to purchase parts for SV10.  The locations of the performance are Palm Bay, Fla,. and El Segundo, Calif. Work is to be completed by June 2012.  HQ SMC/PKJW, El Segundo, Calif., is the contracting activity (FA8808-10-C-0001/P00031).

The Boeing Co., Seal Beach, Calif., is being awarded a $14,280,627 cost-plus-award-fee modification contract for seven space vehicle contract line item numbers to include launch operations support and on-orbit operations support.  The location of the performance is Seal Beach, Calif.  Work is to be completed by Dec. 31, 2012.  Space and Missile Systems Center Global Positioning Wing, El Segundo, Calif., is the contracting activity (F04701-96-C-0025; P00854).

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $13,500,000 firm-fixed-price contract for Space Vehicle 5/6 production gimbal mechanism and beam select switch parts.  The location of the performance is Sunnyvale, Calif.  Work is to be completed by Dec. 30, 2013.  Space and Missile Systems Center Military Satellite Communications Systems, El. Segundo, Calif., is the contracting activity (FA8808-12-C-0010).

Raytheon Missile Systems, Tucson, Ariz., is being awarded an $11,435,796 cost-plus-fixed-fee contract for central processing unit, circuit card assembly spike extension on the Lot 24 advanced medium-range air-to-air missile production lot.  The location of the performance is Tucson, Ariz.  Work is to be completed by Jul. 31, 2013.  AAC/EBAC, Eglin Air Force Base, Fla., is the contracting activity (FA8675-10-C-0014, P00021).

NAVY

EHW Constructors, J.V., Virginia Beach, Va., is being awarded a $331,372,767 firm-fixed-price construction contract for construction of an explosives handling Wharf No. 2, including option item 0001 for the construction of two new traveling overhead crane systems at Naval Base Kitsap – Bangor.  The work to be performed provides a reinforced concrete working surface deck, a warping wharf, and an approach trestle.  The project also includes a steel cover for the working surface deck, power utility booms, hardened guard gun positions, and a waterfront support building.  The exercised option provides for construction of two traveling overhead crane systems, each with a span of approximately 200 feet and minimum 120 ton capacity.  The contract is incrementally funded with the first increment of $50,000,000 being allocated at the time of award.  An additional $281,372,767 will be funded subject to the availability of fiscal 2013 through fiscal 2015 funds for a total contract amount of $331,372,767.  The contract also contains one unexercised option, and a planned modification, which, if exercised, would increase cumulative contract value to $333,015,600.  Work will be performed in Silverdale, Wash., and is expected to be completed by January 2016.  Contract funds in the amount of $50,000,000 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, Northwest, Silverdale, Wash., is the contracting activity (N44255-12-C-3008).

Centurum Information Technology, Inc., Marlton, N.J. (N65236-12-D-4816); L-3 Services, Inc., doing business as C2S2, Mount Laurel, N.J. (N65236-12-D-4817); Lockheed Martin Corp., Herndon, Va. (N65236-12-D-4818); M.C. Dean, Inc., Dulles, Va. (N65236-12-D-4819); QinetiQ North America, Inc., doing business as Services and Solutions Group (S&S), Fairfax, Va. (N65236-12-D-4820); Science Applications International, doing business as SAIC, McLean, Va. (N65236-12-D-4821); SERCO, Inc., Reston, Va. (N65236-12-D-4822); and Systems Research & Applications Corp., doing business as SRA, Fairfax, Va. (N65236-12-D-4823), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with firm-fixed-price provisions, multiple award contract for the procurement of integrated command and control engineering and technical support services for command centers.  The services required include program management, technical engineering support, integrated logistics support, configuration and data management support, direct customer support, and security engineering support.  Each contractor will be awarded $3,125 at the time of award.  These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $144,900,000.  Work will be performed in Charleston, S.C. (40 percent); Washington, D.C. (30 percent); San Diego, Calif. (10 percent); Norfolk, Va. (10 percent); and New Orleans, La. (10 percent).  Work is expected to be completed by May 2013.  If all options are exercised, work could continue until May 2015.  Contract funds will not expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with eight offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

GTA Containers, Inc., South Bend, Ind. (M67854-12-D-5050); Highland Engineering Inc., Howell, Mich. (M67854-12-D-5051); JGB Enterprises, Inc., Liverpool, N.Y. (M67854-12-D-5052); MPC Containment Systems, L.L.C., Chicago, Ill. (M67854-12-D-5053); The W. H. Smith Hardware Co., Parkersburg, W.Va. (M67854-12-D-5054); West Electronics, Inc., Poplar, Mont. (M67854-12-D-5055), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for commercial item tactical fuel systems (TFS) and water supply support equipment (WSSE).  This equipment, collectively referred to as tactical fuel and water systems, will provide components to sustain operational readiness of TFS and WSSE.  The aggregate not-to-exceed amount for these multiple award contracts combined is $99,000,000.  The companies will have the opportunity to bid on each individual delivery order.  Work will be performed in various locations in the continental United States, depending on which companies receive the delivery orders, and work is expected to be complete May 2017.  Funds will be obligated at the delivery order level; therefore there are no expiring funds.  These contracts were competitively procured via a multiple award electronic request for proposals and 14 offers were received.  Marine Corps Systems Command in Quantico, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Telephonics Corp., Farmingdale, N.Y., was awarded a firm-fixed-price, sole-source contract with a maximum $47,099,407 for interface control units and equipment.  There are no other locations of performance.  Using service is Army.  Type of appropriation is Army Working Capital Funds.  There was one proposal with one response.  The date of performance completion is May 6, 2017.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-D-0104).

B&S Transport, Inc.*, Navarre, Ohio, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $12,281,602 for wheel and tire assemblies.  There are no other locations of performance.  Using service is Army.  Type of appropriation is Army Working Capital Funds.  The date of performance completion is Nov. 7, 2016.  The Defense Logistics Agency Land Warren, Warren, Mich., is the contracting activity (SPRDL1-12-D-0042).

NAVY

Blue Tech, San Diego, Calif. (M67854-12-D-4099); CDWG, Vernon Hills, Ill. (M67854-12-D-4100); Countertrade, Arvada, Colo. (M67854-12-D-4101); Dell, Round Rock, Texas (M67854-12-D-4102); GTSI Corp., Herndon, Va. (M67854-12-D-4103); Intelligent Decisions, Inc., Ashburn, Va. (M67854-12-D-4104); Iron Bow Technologies, Chantilly, Va. (M67854-12-D-4105); ITG/EPLUS, Falls Church, Va. (M67854-12-D-4106); NCS Technologies, Inc., Gainesville, Va. (M67854-12-D-4107); and World Wide Technology, Inc., St. Louis, Mo. (M67854-12-D-4108), are each being awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for commercial-off-the-shelf (COTS) computer systems, including ruggedized and non-ruggedized desktops and laptops, as well as servers and other associated computer equipment and accessories.  This equipment, collectively referred to as Marine Corps Common Hardware Suite computing equipment, will provide standardized computing equipment and worldwide integrated logistics support for the Marine Corps operating forces and to the Department of Navy, while achieving the lowest cost of ownership through centralized procurement of high quality, COTS hardware.  The aggregate not-to-exceed amount for these multiple award contracts combined is $775,000,000 and represents a three-year base period with a two-year option, and the companies will have the opportunity to bid on each individual delivery order.  Work will be performed in various locations in and out of the United States, depending on which companies receive the delivery orders.  Funds will be obligated at the delivery order level; therefore there are no expiring funds.  These contracts were solicited via a multiple award electronic request for proposals and 14 offers were received.  Marine Corps Systems Command in Quantico, Va., is the contracting activity.

Northrop Grumman Systems Corp., Integrated Systems Sector, San Diego, Calif., is being awarded a $25,709,758 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0041) to purchase three Fire Scout vertical takeoff and landing tactical unmanned aerial vehicles Lot 5 low rate initial production and one ground control station.  Work will be performed in Moss Point, Miss. (55 percent), and San Diego, Calif. (45 percent), and is expected to be completed in December 2013.  Contract funds will not expire at the end of the fiscal year.  The Naval Air Systems Command is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $237,740,000 modification to the previously awarded fixed-price-incentive-fee (firm target) F-35 Lightning II Joint Strike Fighter (JSF) Low Rate Initial Production IV contract (N00019-09-C-0010) for changes to the configuration baseline hardware or software resulting from the JSF development effort.  This modification increases the concurrency cap for the U.S. Marine Corps and United Kingdom short take-off vertical landing aircraft; Air Force and Netherlands conventional take-off and landing aircraft; and Navy carrier variant aircraft.  The concurrency cap establishes the threshold at or under which the contractor is obligated to incorporate government-authorized changes.  Work will be performed in Fort Worth, Texas, and is expected to span multiple years.  Contract funds in the amount of $222,600,000 will expire at the end of the current fiscal year.  This contract modification combines purchases for the Navy ($153,200,000; 64.5 percent); Air Force ($69,400,000; 29 percent); the United Kingdom ($8,200,000; 3.5 percent); and the Netherlands ($6,940,000; 3 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Vericor Power Systems, L.L.C., Alpharetta, Ga., is being awarded a $23,571,200 firm-fixed-price contract for the manufacture, testing, and delivery of 16 ETF40B marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) Service Life Extension Program (SLEP), and the repair/refurbishment of 16 output group modules for LCAC engines.  The LCAC engines are an integral part of the SLEP and are provided to the SLEP contractor as government-furnished equipment for installation into existing LCACs.  The SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline.  The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box; gas turbine engine replacement (this contract); installation of a new skirt; installation of an integrated C4N equipment package; and accomplishment of selected craft alterations and repair work.  This contract includes options, which, if exercised, would bring the cumulative value of this contract to $60,717,056.  Work will be performed in Winnipeg, Manitoba, Canada, and is expected to complete by June 2013.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command is the contracting activity. (N00024-12-C-4154)

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $14,165,940 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) to implement required design changes that allow coalition training operations for the Joint Strike Fighter Program.  Work will be performed at Orlando, Fla. (55 percent), Fort Worth, Texas (34 percent), and El Segundo, Calif. (11 percent).  Work is expected to be completed in December 2016.  No funds are being obligated at time of award.  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.

Precise Contracting*, Memphis, Tenn. (N40083-12-D-5006); Chief Electric*, Memphis, Tenn. (N40083-12-D-5007); R.L. Alvarez Construction*, Clarksville, Tenn. (N40083-12-D-5008); and EML*, Franklin, Tenn. (N40083-12-D-5009), are each being awarded a design-build multiple award construction contract for design, construction, and renovation of government facilities in the Naval Support Activity (NSA) mid-South area of responsibility (AOR).  The scope of work for the seed project is for energy enhancements to various buildings:  457, 768, 769, 784, 785, 791, 455, and 456.  The maximum dollar value, including the base period and two option years, for all four contracts combined is $10,000,000.  Precise Contracting is being awarded task order 0001 at $1,995,887 for energy enhancements to buildings 457, 768, 769, 784, 785, 791, 455, and 456 at NSA Mid-South, Millington, Tenn.  Work for this task order is expected to be completed by May 2013.  All work on this contract will be performed in Millington, Tenn.  The term of the contract is not to exceed 36 months, with an expected completion date of May 2015.  Contract funds in the amount of $2,025,887 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Midwest/Public Works Department Mid-South, Millington, Tenn., is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a $7,708,000 modification to previously awarded contract (N00024-03-C-5115) for DDG 51-class and CG 47-class Aegis combat system installation, integration, testing, and fleet life-cycle engineering support of the Program Executive Officer for Integrated Warfare Systems.  The required engineering for DDG 51-class and CG 47-class ships includes program management and operation support, quality assurance, configuration management, ship design integration, fleet lifecycle engineering support, installation support, firmware maintenance, combat system test and evaluation, Navy-furnished material support, special studies, and future-ship integration studies.  Work will be performed in Moorestown, N.J. (55 percent); Norfolk, Va. (18 percent); Baltimore, Md. (15 percent); San Diego, Calif. (5 percent); Bath, Maine (2 percent); Washington, D.C. (2 percent); Pascagoula, Miss. (1 percent); Port Hueneme, Calif. (1 percent); and Syracuse, N.Y. (1 percent).  Work is expected to completed by September 2012.  Contract funds in the amount of $875,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $16,254,426 modification to a previously awarded firm-fixed-price, fixed-price-incentive-fee contract (N00019-09-C-0019) for aircraft armament equipment for the F/A-18 E/F and EA-18G aircraft, including jumper bundles, pylon attach fittings, sensor well covers, adaptors, and plyons.  Work will be performed in St. Louis, Mo., and 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.

DEFENSE LOGISTICS AGENCY

Gentex Corp., Carbondale, Pa., was awarded a firm-fixed-price, sole-source contract with a maximum $21,600,000 for advanced combat helmets.  There are no other locations of performance.  Using services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is July 31, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-12-C-0016).

AIR FORCE

Lockheed Martin Corp., Lockheed Martin Simulator, Orlando, Fla., is being awarded a $7,595,742 firm-fixed-price contract for C-130 aircrew training.  The locations of performance are Pulaski County, Ark.; Cobb County, Ga.; Taylor County, Texas; Pierce County, Wash.; and Hennepin County, Minn.  Work is to be completed by Nov. 30, 2014.  ASC/WNSK, Wright Patterson, Air Force Base, Ohio, is the contracting activity (FA8223-11-C-0001 P00023).

, , , , , , , , , , , , , , , , , ,

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: