Business and Career Opportunities (DOD Awarded Contracts)

May 25, 2012

Business / Career

DOD Awarded Contracts

DEFENSE LOGISTICS AGENCY

Oceanic Medical Products, Inc., Atchison, Kan.*, was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $50,000,000 for anesthesia systems and related components and accessories.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were 50 solicitations with 25 responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 23, 2016.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM200-06-D-8203).

Genesis Vision, Inc., Rochester, N.Y.*, was issued a modification exercising the second option year on contract SPM2DE-10-D-7545/P00003.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $12,061,914 for various optical frames and accessories.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were four responses to the Web solicitation.  Type of appropriation is fiscal 2011 Defense Working Capital Funds.  The date of performance completion is June 2, 2013.  The the Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Charleston Aluminum, L.L.C., Gaston, S.C.*, was issued a modification exercising the first option year on contract SPM8E5-10-D-0012/P00008.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $49,587,000 for heat-treated aluminum sheet and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were five responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 31, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Ami Metals, Inc., Brentwood, Tenn., was issued a modification exercising the first option year on contract SPM8E5-10-D-0011/P00009.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $49,206,000 for heat-treated aluminum sheet and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were five responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 31, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

TW Metals, Carol Stream, Ill., was issued a modification exercising the first option year on contract SPM8E5-10-D-0010/P00017.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $43,700,000 for heat-treated aluminum sheet and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were five responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 31, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

NAVY

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $47,586,369 firm-fixed-price contract for procurement of 18 AN/AAQ-30 target sight systems and data.  The target sight systemprovides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons.  Work will be performed in Orlando, Fla. (90 percent), and Ocala, Fla. (10 percent), and is expected to complete by October 2015.  Contract funds in the amount of $2,643,687 will expire at the end of the current fiscal year.  This non-commercial contract was issued on a sole-source basis, as Lockheed Martin is the only vendor able to provide AN/AAQ-30 in time to meet the government-required schedule.  Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-12-C-JQ26).

Lockheed Martin Corp., Mission Systems and Sensors (MS2), Manassas, Va., is being awarded a $33,745,287 modification to previously awarded contract (N00024-11-C-6294) for development and production of the Acoustic Rapid Commercial-Off-The-Shelf Insertion (ARCI) systems and common acoustics processing for technology insertions 12 through 14 for the United States’ submarine fleet and potential foreign military sales.  ARCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial-off-the-shelf -based hardware and software.  This modification will purchase technology insertion system upgrades, including pre-cable kits, for 15 submarines.  Work will be performed in Manassas, Va. (60 percent), and Clearwater, Fla. (40 percent), and is expected to complete by December 2013.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $11,084,479 firm-fixed-price contract for the procurement of the Harpoon and Standoff Land Attack Missile-Expanded Response weapons system components.  This contract combines purchases in support of the U.S. Navy ($4,342,034; 39.2 percent) and, under the Foreign Military Sales Program, the governments of:  Australia ($2,877,199; 26 percent); Turkey ($1,126,694; 10.2 percent); Japan ($916,182; 8.3 percent); Korea ($537,786; 4.9 percent); Saudi Arabia ($313,751; 2.8 percent); Pakistan ($246,452; 2.2 percent); Canada ($241,015; 2.1 percent); United Kingdom ($237,005; 2.1 percent); Kuwait ($79,668; 0.7 percent); United Arab Emirates  ($67,431; 0.6 percent); India ($59,428; 0.5 percent); and Egypt ($39,834; 0.4 percent).  Work will be performed in St. Louis, Mo., and is expected to be completed in August 2013.  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 Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0058).

The Boeing Co., St. Louis, Mo., is being awarded a $7,800,000 delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) for a software license agreement for Advanced Harpoon Weapon Control System software for the government of Korea under the Foreign Military Sales Program.  This provides for the integration into the Encapsulated Harpoon Command Launch System III hardware.  Work will be performed in St. Louis, Mo., and is expected to be completed in June 2012.  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.

Electric Boat Corp., Groton, Conn., is being awarded a $6,788,520 cost-plus-fixed-fee modification to previously awarded contract (N00024-10-C-2118) to obtain vendor services to design and procure the common controller for electric actuation.   The contractor will design, manufacture, and qualify test two configurations of the “common” controller to support electric actuation.   The work will be performed in Groton, Conn., and is scheduled to be completed by January 2016.  Contract funds in the amount of $580,000 will expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

AIR FORCE

Raytheon Co., Tucson, Ariz., is being awarded an $85,500,000 firm-fixed-price/cost-plus-fixed-fee contract to procure of Griffin missiles, first delivery order is for the procurement of 22 all-up-rounds and 43 telemetry rounds.  The location of the performance is Tucson, Ariz.  Work is to be completed by July 31, 2013.  AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA8677-12-D-0037).

Northrop Grumman Systems Corp., El Segundo, Calif., is being awarded a $51,284,530 cost-plus-incentive-fee contract for Multi Platform Radar Technology Insertion Program radar system development and demonstration, ECP-025, radar modification for Global Hawk Block 40.  The location of the performance is Norwalk, Conn.  Work is to be completed by March 2015.  AMC/ESC, Hanscom Air Force Base, Mass., is the contracting activity (F19628-00-C-0100  P00233).

Thomas Instrument, Inc., Brookshire, Texas, is being awarded a $19,116,963 firm-fixed-price, one-year basic, four one-year options contract to procure 862 overhaul/remanufacture electro-mechanical actuators; five mechanical transmissions; and five support assemblies for B-1B aircraft.  The location of the performance is Boerne, Texas.  Work is to be accomplished by May 17, 2017.  848 SCMG/PKBB, Tinker Air Force Base, Okla., is the contracting activity (FA8118-12-D-0006).

  S7K Aerospace, L.L.C., Saint Ignatius, Mont., is being awarded a $10, 000,000 firm-fixed-price/cost-reimbursable-no-fee contract to procure third party logistics repair and return management services that support the Royal Saudi Air Force F-15 aircraft.  The location of the performance is Saint Ignatius, Mont.  Work is to be completed by May 19, 2013.  WR-ALC/GRMK, Robins Air Force Base, Ga., is the contracting activity (FA8505-12-D-0002-P00002).

DEFENSE LOGISTICS AGENCY

Moog, Inc., East Aurora, N.Y., was awarded a firm-fixed-price contract with a maximum $16,465,306 for vibration controls.  There are no other locations of performance.  Using service is Army.  There were two solicitations with one response.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is May 18, 2017.  The Defense Logistics Agency Aviation Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-D-0011).

Moog, Inc., Torrance, Calif., was awarded a fixed-price with economic price adjustment, sole-source contract with a maximum $11,005,932 for vibration controls.  There are no other locations of performance.  Using service is Army.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is Nov. 30, 2013.  The Defense Logistics Agency Aviation Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-D-0071).

Timken Aerospace Transmissions, L.L.C., Manchester, Conn., was issued a modification on contract SPRRA1-12-D-0092/0001.  The award is a fixed-price with economic price adjustment contract with a minimum $10,551,625 for angle drive units.  There are no other locations of performance.  Using service is Army.  There were three responses to the open solicitation.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity.

NAVY

Raytheon Co., Sudbury, Mass., is being awarded a $9,223,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-04-C-5340) for engineering services in support of the Cobra Judy Replacement (CJR) Program.  The CJR Program designs, develops, and acquires a functional replacement ship and mission equipment suite for the current Cobra Judy and USNS Observation Island.  The CJR mission is the same as that of the system it replaces:  long-dwell foreign ballistic missile data collection in support of international treaty verification.  The mission systems onboard the replacement ship includes high-power, instrumentation-class S-band and X-band radar phased arrays and the necessary ancillary equipment to support the mission.  Work will be performed in Sudbury, Mass., and is expected to completed by January 2013.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $57,859,585 modification to previously awarded contract (N00024-10-C-5427) for fiscal 2012 requirements for MK 15 Close-In Weapon Systems (CIWS) Phalanx Block 1B BL2 upgrade kits and conversions; MK 15 Mod 31 CIWS SeaRAM upgrade kits and conversions in support of LCS 10 and 12; Block 1B Phalanx Weapon Systems for DDG 116; MK 15 CIWS hardware product improvements and ancillary equipment; Block 1B Ordalt kits; and MK 15 CIWS Block 1B Class A overhauls.  CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses.  Work will be performed in Louisville, Ky. (39 percent); Germany (12 percent); Palm Bay, Fla. (12 percent); Tucson, Ariz. (9 percent); Pittsburgh, Pa. (8 percent); Burlington, Vt. (6 percent); Andover, Mass. (4 percent); Syracuse, N.Y. (4 percent); Long Beach, Calif. (1 percent); Radford, Va. (1 percent); Bloomington, Minn. (1 percent); Salt Lake City, Utah (1 percent); Norcross, Ga. (1 percent); and New Albany, Ind. (1 percent).  Work is expected to be completed by September 2015.  Contract funds in the amount of $24,212,419 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DRS Laurel Technologies, Johnstown, Pa., is being awarded an indefinite-delivery/indefinite-quantity contract for qualification and production of the Variant A Common Display System (CDS), spares and associated engineering services.  The CDS is a family of displays implemented across platform systems on Navy surface ships, submarines, and aircraft.  This contract includes options, which, if exercised, would bring the cumulative ceiling price of this contract to $23,496,225.  Delivery Order 0001 will be issued upon award of the contract in the amount of $637,558 for completion of first article requirements, production of three CDS consoles with configuration options and spares.  Work will be performed in Johnstown, Pa., and is expected to be completed by May 2013.  Contract funds in the amount of $637,558 will expire at the end of the current fiscal year.  This contract was competitively procured through the Navy Electronic Commerce Online and Federal Business Opportunities websites with three offers received.  The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-12-D-5226).

Dynalec Corp., Sodus, N.Y., is being awarded a $9,518,850 indefinite-delivery/indefinite-quantity for the testing and production of the fire detection and actuation systems for shipboard firefighting systems.  The fire detection and actuation systems covers the performance requirements for an electronic, restorable, fixed temperature, spot-type heat detector; a spot-type photoelectric smoke detector; a spot-type ionization smoke detector; isolator bases for the smoke and heat detectors; an input/output device; a fire alarm control unit; and a repeater alarm panel.  Collectively, these components shall form a system for use in detecting shipboard fire conditions and actuating a shipboard fire suppression system.  Work will be performed in Sodus, N.Y., and is expected to complete by May 2017.  Contract funds in the amount of $271,490 will expire at the end of the current fiscal year.  This contract was competitively procured through Navy Electronic Commerce Online and Federal Business Opportunities websites with four offers received.  Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-12-D-0004).

AIR FORCE

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $33,280,877 cost-plus-fixed-fee contract for integrated sensor suite theater evaluation and test effort to develop an innovative counter-improvised explosive device capability.  The location of the performance is San Diego, Calif.  Work is to be completed by May 20, 2014.  AFRL/PKDA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-12-C-7227).

Science Applications International Corp., San Diego, Calif., is being awarded a $6,961,768 firm-fixed-price contract for advisory and assistance services for the Weather Sustainment Division. Space-based infrared systems and military satellite communications must sustain effective and responsive consolidated logistics management support for mission-critical national defense weapons ground/command and control systems.  The location of the performance is Peterson Air Force Base, Colo., and McLean, Va.  Work is to be completed by Dec. 31, 2012.  AFSPC SMC/PKL, Peterson Air Force Base, Colo., is the contracting activity (GS23F0107J, TO FA8823-12-F-0001).

ARMY

Godwin Corp., Langley Park, Md., was awarded a $492,000,000 firm-fixed-price contract between 10 contractors.  The award will provide for the personal and non-personal services for medical specialties to include physician, nursing and ancillary services.  Work location will be determined with each task order, with an estimated completion date of March 13, 2016.  The bid was solicited through the Internet, with 40 bids received.  The Healthcare Acquisition Activity, Fort Detrick, Md., is the contracting activity (W91YTZ-12-D-0016).

Turner Construction Co., Washington, D.C., was awarded a $159,834,183 firm-fixed-price contract.  The award will provide for the construction of a hospital and the renovation of the existing Mary Walker Clinic at Fort Irwin, Calif.  Work will be performed in Fort Irwin, Calif., with an estimated completion date of May 9, 2015.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0005).

URS Group, Inc., Germantown, Md. (W912DR-12-D-0011); MACTEC Engineering and Consulting, Alpharetta, Ga. (W912DR-12-D-0012); SHAW Environmental Group, Edgewood, Md. (W912DR-12-D-0013); and AECOM Technical Services, Glen Allen, Va. (W912DR-12-D-0014), were awarded a $100,000,000 firm-fixed-price contract between four contractors.  The award will provide for the wide range of environmental services at sites throughout the United States.  Work location will be determined with each task order, with an estimated completion date of May 7, 2017.  The bid was solicited through the Internet, with 13 bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity.

Alliant Techsystems, Inc., Plymouth, Minn., was awarded a $58,272,447 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure Spider XM-7 networked munitions systems.  Work will be performed in Plymouth, Minn.; Wilmington, Mass.; and Rocket Center, W.Va., with an estimated completion date of April 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-C-0126).

Luhr Bros., Inc./Pine Bluff Sand and Gravel Co., J.V., Columbia, Ill., was awarded a $52,921,750 firm-fixed-price contract.  The award will provide for the flood control services for areas on the Mississippi River.  Work location will be determined with each task order, with an estimated completion date of May 10, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-12-D-0006).

Mortenson Construction, Minneapolis, Minn., was awarded a $43,466,000 firm-fixed-price contract.  The award will provide for the alteration of the Blanchfield Army Community Hospital in Fort Campbell, Ky.  Work will be performed in Fort Campbell, Ky., with an estimated completion date of Nov. 23, 2014.  The bid was solicited through the Internet, with 19 bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0036).

Trend Construction, Inc., Orlando, Fla., was awarded a $25,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract.  The award will provide for the paving services at Fort Bragg, N.C.  Work will be performed in Fort Bragg, N.C., with an estimated completion date of May 10, 2017.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-12-D-0026).

Thales Raytheon Systems, Fullerton, Calif., was awarded a $22,500,000 firm-fixed-price contract.  The award will provide for the procurement of improved sentinel radar kits.  Work will be performed in Fullerton, Calif., with an estimated completion date of July 31, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0314).

Herve Cody Contractor, Robbinsville, N.C., was awarded a $19,547,000 firm-fixed-price contract.  The award will provide for the dredging services in Jacksonville, Fla.  Work will be performed in Jacksonville, Fla., with an estimated completion date of March 11, 2014.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-12-C-0012).

Rolls Royce Corp., Indianapolis, Ind., was awarded a $17,000,000 firm-fixed-price and cost-no-fee contract.  The award will provide for the production of MH-47G helicopter infrared exhaust suppressors, systems components, initial fielding spares and sustainment spare parts.  Work location will be determined with each task order, with an estimated completion date of May 10, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W91215-12-D-0001).

AM General, L.L.C., South Bend, Ind., was awarded a $13,473,165 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure High Mobility Multi-Purpose Wheeled Vehicles for Iraq.  Work will be performed in South Bend, Ind., with an estimated completion date of Oct. 31, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0405).

J & S Construction Co., Inc., Cookeville, Tenn., was awarded a $12,240,970 firm-fixed-price contract.  The award will provide for the construction of a vehicle maintenance facility at Fort Campbell, Ky.  Work will be performed in Fort Campbell, with an estimated completion date of June 30, 2013.  The bid was solicited through the Internet, with 17 bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0012).

SUR, J.V., Pomona, N.Y., was awarded a $12,000,000 firm-fixed-price contract.  The award will provide for the architectural and engineering services.  Work will be performed in Pomona, N.Y., with an estimated completion date of May 8, 2017.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-12-D-0003).

Oshkosh Corp., Oshkosh, Wis., was awarded a $10,313,101 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure Family of Medium Tactical Vehicles and armor B-kits.  Work will be performed in Oshkosh, Wis., with an estimated completion n date of Sept. 30, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Goldbelt Hawk, L.L.C., Newport News, Va., was awarded a $9,500,000 firm-fixed-price contract.  The award will provide for the electrical and communication services for U.S. forces throughout Afghanistan.  Work will be performed in Afghanistan, with an estimated completion date of May 8, 2013.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-12-D-0017).

Parker Hannifin, Irvine, Calif., was awarded a $9,482,700 firm-fixed-price contract.  The award will provide for the procurement of a minimum-maximum quantity of UH-60 helicopter valves.  Work will be performed in Irvine, Calif., with an estimated completion date of May 31, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-D-0133).

Kipper Tool Co., Gainesville, Ga., was awarded a $9,364,255 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure the hydraulic, electric, pneumatic and petroleum operated equipment.  Work will be performed in Gainesville, Ga., with an estimated completion date of July 15, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52H09-08-D-0437).

Strategic Resources, Inc., McLean, Va., was awarded a $9,346,507 firm-fixed-price contract.  The award will provide for the mobilization and demobilization support to the Army at Camp Atterbury, Ind.  Work will be performed in Camp Atterbury, Ind., with an estimated completion date of Aug. 31, 2012.  One bid was solicited, with one bid received.  The U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wis., is the contracting activity (W911SA-11-C-0010).

The Ross Group Construction Corp., Tulsa, Okla., was awarded a $9,236,200 firm-fixed-price contract.  The award will provide for the construction of a scout reconnaissance gunnery range at Fort Campbell, Ky.  Work will be performed in Fort Campbell, Ky., with an estimated completion date of July 29, 2013.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0034).

The Resource Center, Jamestown, N.Y., was awarded a $7,637,550 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure A-22 cargo bags.  Work will be performed in Jamestown, N.Y., with an estimated completion date of May 30, 2015.  Three bids were solicited, with three bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0391).

TRICARE MANAGEMENT ACTIVITY

Ke’aki Technologies, Honolulu, Hawaii (HT0011-12-D-0001); LongView, Bethesda, Md. (HT0011-12-D-0002); Smartronix, Inc., Hollywood, Md. (HT0011-12-D-0003); Northrop Grumman Systems Corp., McLean, Va. (HT0011-12-D-0004); Eleu Pacific Partners, Fulton, Md. (HT0011-12-D-0005); Akimeka, L.L.C., Kihei, Hawaii (HT0011-12-D-0006); and ASM Research, Inc., Fairfax, Va. (HT0011-12-D-0007), were awarded indefinite-delivery/indefinite-quantity contracts for the purpose of supporting information management/information technology demonstrations for Pacific Joint Information Technology Center, Kihei, Maui, Hawaii, to include medical information management/information technology (IM/IT) research studies; proof of concept demonstrations; prototyping of IM/IT products; creating related advanced concept technology demonstrations (ACTD); and working with other programs of record to transition successful ACTDs to acquisition programs.  The value of this action is not to exceed $300,000,000.  The guaranteed minimum per contract is $200,000.  The performance period is from May 17, 2012 through May 16, 2017.  The work will be performed primarily in Kihei, Maui, Hawaii. These contracts were competitively procured with 12 offers received.  TRICARE Management Activity, Contract Operations Division, Falls Church, Va., is the Contracting Activity.

DEFENSE LOGISTICS AGENCY

National Optronics, Charlottesville, Va., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $15,000,000 for edging machines.  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.  There were 455 proposals with 80 responses.  The date of performance completion is May 15, 2017.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DH-12-D-8210).

BAE Systems, Nashua, N.H., was awarded a firm-fixed-price, sole-source contract with a maximum $7,584,183 for B-1 aircraft AN/ALQ-161 oscillating group.  There are no other locations of performance.  Using service is Air Force.  Type of appropriation is fiscal 2012 Material Support Division funds.  The date of performance completion is June 30, 2014.  The Defense Logistics Agency Aviation Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPM4AX-11-D-9402-XE02).

Graybar Electric Co., Inc., St. Louis, Mo., was issued a modification exercising the seventh option year on contract SPM500-04-D-BP07/P00024.  The award is a firm-fixed-price, prime-vendor, indefinite-delivery/indefinite-quantity contract with a maximum $451,524,862 for maintenance, repair, and operations for the Southwest Zone 1 Region.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 18, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Science Application International Corp., Fairfield, N.J., was issued a modification exercising the seventh option year on contract SPM500-04-D-BP08/P00026.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $208,041,601 for maintenance, repair, and operations for the Southwest Zone 2 Region.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is May 18, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Flir Systems, Inc., Wilsonville, Ore., was awarded a firm-fixed-price contract with a maximum $37,975,358 for infrared/control infrared electronic units.  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-D-0078).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a firm-fixed-price contract with a maximum $7,877,992 for landing drag braces.  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 Dec. 20, 2014.  The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPM4AX-12-D-9402/ZB08).

NAVY

Huntington Ingalls Industries, Inc., Pascagoula, Miss., is being awarded a $133,751,000 cost-plus-fixed-fee not-to-exceed modification to previously awarded contract (N00024-06-C-2222) for advance procurement of long-lead-time materials and pre-construction activities in support of Landing Platform Dock 27.  Work will be performed in Pascagoula, Miss., and is expected to complete by June 2017.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Insitu, Inc., Bingen, Wash., is being awarded a $35,507,379 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) for additional operational and maintenance services in support of the ScanEagle unmanned aerial system.  These services will provide electro-optical/infrared and mid-wave infrared imagery in support of land-based operations in Operation Enduring Freedom to provide real-time imagery and data.  Work will be performed in Bingen, Wash., and is expected to be completed in December 2012.  Contract funds in the amount of $35,507,379 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Bechtel Plant Machinery, Inc., Monroeville, Pa., is being awarded a $20,013,153 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2106) for Naval Nuclear Propulsion components.  Work will be performed in Monroeville, Pa. (96.33 percent), and Schenectady, N.Y. (3.67 percent).  No funds will expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bulova Technologies Ordnance Systems, L.L.C., Mayo, Fla., is being awarded a $9,835,448 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK 80 distress signals and MK 79 distress signal kits.  The MK 80 is an illuminated signal used by downed aircrews or personnel in life rafts as a distress signal.  The MK 79 consists of 7 MK 80 signals in a lightweight kit that can be carried in pockets of flight suits or rafts.  Work will be performed in Mayo, Fla., and is expected to be completed by May 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured with four offers received via Federal Business Opportunities.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

On May 10, extensions for the Joint Interoperability Test Command (JITC) multiple-award Omnibus contracts were issued as a modification to each of the three existing contracts:  TASC-M, Andover, Mass. (NBCHC020002 Modification 0487); TASC-N, Andover, Mass. (NBCHC020001 Modification 0488); and Interop Joint Venture II, Chantilly, Va. (NBCHC020003 Modification 0497).  The three JITC Omnibus multiple-award contracts are time-and-material contracts that provide a full-range of test, evaluation, and certification services to support rapid acquisition and fielding of global net-centric war fighting capabilities.  The current contracts expire Aug. 30, 2012.  The extensions will add an additional six-month period to each JITC Omnibus contract from Aug. 31, 2012, to Feb. 28, 2013.  The total combined ceiling values for the extension period will be increased by $35,000,000, changing the total contract ceilings from $1,219,000,000 to $1,254,000,000.  The statutory authority for other than full and open competition is 10 U.S.C. 2304(c)(1).  Only one responsible source and no other supplies or services will satisfy agency requirements.  The intent to award this sole-source modification was posted to the Federal Business Opportunities website on March 30, 2012.  Performance will be at the JITC located at Fort Huachuca, Ariz., Fort Meade, Md., and Indian Head, Md.  The original solicitation was issued as a full and open competitive action and eight proposals were received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Ill. (satellite section JITC, Fort Huachuca, Ariz.), is the contracting activity.

AIR FORCE

United Launch Services, L.L.C., Littleton, Colo., is being awarded a $398,000,000 firm-fixed-price contract for Atlas V EELV launch service in support of a Mobile User Objective System-4 mission and Delta IV EELV launch service in support of a Global Positioning System mission.  The location of the performance is Decatur, Ala.  Work is to be completed by Nov. 30, 2014.  SMC/LRK, El Segundo, Calif., is the contracting activity (FA8811-11-C-0001 P00018).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $9,861,872 firm-fixed-price contract for the Survivability/Vulnerability Information Analysis Center to perform research and development in order to complete/deliver critical infrastructure facilities assessments to determine infrastructure vulnerability and survivability profile reports, critical infrastructure gap scenarios, and total life cycle management technology analysis reports.  The location of the performance is McLean, Va.  Work is to be completed by May 13, 2013.  ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380).

NAVY

Lockheed Martin Corp., Marietta, Ga., is being awarded an $18,433,384 firm-fixed-price contract for the manufacture and testing of three Harvest Hercules Airborne Weapons Kits (HAWK) for installation onboard Marine Corps KC-130J aircraft.  In addition, this contract provides for the modification of seven KC-130J aircraft for installation of the Harvest HAWKs.  Work will be performed in Palmdale, Calif. (90 percent), and Marietta, Ga. (10 percent), and is expected to be completed in June 2014.  Contract funds in the amount of $18,433,384 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0094).

Praemittias Group, Inc., Lorton, Va., is being awarded an $11,447,070 firm-fixed-price contract for the procurement of 100 Wolfhound electronic warfare systems.  These systems will be used at Marine Corps Bases in Twentynine Palms, Calif., Camp Pendleton, Calif., Camp Lejeune, N.C., and Kaneohe Bay, Hawaii, for hands on Block I through Block IV training for users prior to deployment into the theater of operation.  The work will be performed in Lorton, Va., and is expected to be completed October 1, 2012.  Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured.  The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-12-C-8020).

UEC Electronics, L.L.C., Hanahan, S.C., is being awarded an estimated $9,300,000 firm-fixed-price contract for the full rate production of the team portable collection system multi-platform capable modifications.  Work will be performed in Hanahan, S.C., and is expected to be completed by May 2013.   Minimum guarantee of $20,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole source acquisition.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-12-C-3220).

DEFENSE LOGISTICS AGENCY

Sysco Central Florida, Ocoee, Fla., was awarded a fixed-price with economic price adjustment, sole-source, prime vendor contract with a maximum $6,750,000 for food and beverage support.  There are no other locations of performance.  Using services are Army, Navy, and Air Force.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  There was one response to the Web solicitation.  The date of performance completion is May 11, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3557).

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

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: