Friday, January 15, 2010

DTN News: U.S. Department of Defense Contracts Dated January 15, 2010

DTN News: U.S. Department of Defense Contracts Dated January 15, 2010
*Source: DoD issued January 15, 2010
(NSI News Source Info) WASHINGTON - January 15, 2010: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued January 15, 2010 are undermentioned;
CONTRACTS
DEFENSE LOGISTICS AGENCY ~AM General, LLC, Mishawaka, Ind., is being awarded a maximum $93,400,918 firm-fixed-price, sole-source, requirements-type contract in support of HMMWV industrial base requirements. Other locations of performance are in Pennsylvania and Texas. Using service is Army. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. This contract is for one base year and four possible one-year option periods. The date of performance completion is January 2012. The Defense Supply Center Columbus, Columbus, Ohio, is the contracting activity (SPM7LX-09-D-9001). ~The Merchants Co., Hattiesburg, Miss., is being awarded a maximum $30,420,000 firm-fixed-price, prime vendor contract for full line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies and Coast Guard. The original proposal was Web solicited with three responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the first 18-month option period. The date of performance completion is July 17, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM300-08-D-3242). NAVY ~Michael Baker, Jr., Inc., Virginia Beach, Va., is being awarded a $75,000,000 maximum value, indefinite-delivery/indefinite-quantity contract for multimedia environmental compliance engineering support for Navy and other Department of Defense installations within the Naval Facilities Engineering Command Atlantic area of responsibility, primarily including the Northeast, Southeast and Mid-Atlantic continental United States and some overseas locations. The work to be performed provides for preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of the various environmental compliance programs, including: Clean Air Act compliance; Safe Drinking Water Act compliance; stormwater pollution prevention plans and Clean Water Act compliance studies; wastewater plans and compliance studies; laboratory services; petroleum storage tank; oil spill preparedness and planning; waste management; environmental condition of property programs; pesticide management; radon and related products; and sustainability services. The maximum dollar value includes the base period and four option years. Work will be performed predominately in the following states: Virginia; West Virginia; Washington, D.C.; Alabama; Connecticut; Delaware; Florida; Georgia; Maine; Maryland; Massachusetts; New Hampshire; New Jersey; New York; North Carolina; Pennsylvania; Rhode Island; South Carolina; and Vermont, as well as locations outside the contiguous United States such as Africa, Europe, Southwest Asia, Bahrain, Puerto Rico and Guantanamo Bay. Also included to a lesser extent are Alaska, Idaho, Illinois, Indiana, and Louisiana, as needed. The term of the contract is not to exceed 60 months, with an expected completion date of January 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-3000). ~WTAK-2, Inc., Mobile, Ala., is being awarded $28,000,000 to exercise an option under a previously awarded firm-fixed-price contract (N00033-82-C-1021) for the purchase of maritime prepositioning ship MV PFC Eugene A. Obregon. WTAK-2, which held Military Sealift Command’s (MSC) previous long-term charter for Obregon, is executing the sale on behalf of Bell Atlantic Tricon Leasing. The ship’s new name will be USNS PFC Eugene A. Obregon. The ship has been under long-term charter to MSC since 1985. The ship will remain crewed by about 26 U.S. merchant mariners employed by Waterman Steamship Corp., Mobile, Ala. Obregon is one of 15 maritime prepositioning ships that strategically place Marine Corps equipment and supplies at sea around the world, making the cargo readily available to warfighters who are flown into a theater of operations. The ship will transfer to U.S. government ownership on Jan. 15, 2010, and will continue to operate worldwide. Contract funds will not expire at the end of the current fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity. ~American Overseas Marine, Quincy, Mass., is being awarded a $27,196,706 firm-fixed-price contract for the operation and maintenance of seven government-owned Bob Hope-class large, medium-speed roll-on/roll-off ships, also called LMSRs. These civilian-crewed ships with their more than 380,000 square feet of cargo-carrying capacity, reinforced decks, shipboard cranes, interior ramps, slewing stern ramp and a movable ramp that services two side ports are ideal for fast loading and off-loading of out-sized military equipment, including tanks, trucks, Humvees and other rolling stock. This contract includes options which, if exercised, would bring the cumulative value of this contract to $238,165,698. The contract includes four one-year option periods and five six-month award term periods. For six of the seven LMSRs, work will be performed at East Coast, Gulf Coast and West Coast ports where the ships will be primarily maintained in reduced operating status. When needed, these six ships may be activated and fully crewed to transport Department of Defense equipment in support of deployed U.S. military forces worldwide. For the seventh LMSR, work will be performed at sea in support of the Marine Corps’ afloat prepositioning mission. The contract is expected to be completed in February 2011, if all option periods are exercised, completion date will be September 2017. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Military Sealift Command, Navy Electronic Commerce Online and the Federal Business Opportunities Web site, with more than 50 proposals solicited and seven offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-10-C-5300). ~Universal Propulsion Co., Fairfield, Calif., is being awarded a $16,015,378 firm-fixed-price, definite-delivery/definite-quantity contract for the manufacture of digital recovery sequencer kits, power modules and electronic modules in support of the F-15, F-16 F-17 and F-117 aircraft. Work will be performed in Fairfield, Calif., and work is expected to be completed by July 2011. Contract funds will not expire before the end of the current fiscal year. This announcement includes foreign military sales to the governments of Taiwan (11 percent); the Netherlands (10 percent); Saudi Arabia (4 percent); Singapore (3 percent); Korea (3 percent); Thailand (2 percent); Norway (2 percent); Egypt (2 percent); Israel (1 percent); Denmark (1 percent); Oman (1 percent); and Pakistan, Jordan, Italy, Poland, Chile and United Arab Emirates (less than one percent). This contract was not competitively awarded. The Naval Inventory Control Point is the contracting activity (N00104-10-C-K026). ~SRI International, Menlo Park, Calif., is being awarded an $8,957,506 cost-plus-fixed-fee completion contract for the research and development for low frequency, high power satellite calibration service and software development support. This research and development covers the effort required to support the development of various ground support systems which provide support to space and airborne systems. Work will be performance in State College, Pa. (81 percent) and Menlo Park, Calif. (19 percent), and work is expected to be completed January 2015. Contract funds in the amount of $22,000 will expire at end of current fiscal year. The contract was procured under Request for Proposal Number N000173-09-R-RS02 on the basis of other than full and open competition in accordance with FAR 6.302-1 and one offer was received. The Naval Research Laboratory, Washington, D.C., is the contracting activity (N000173-10-C-6005). AIR FORCE ~Boeing Co., Seal Beach, Calif., was awarded a $30,879,365 contract which will exercise the option for CY2010 maintenance and operations services to provide the requirements for the development and delivery of the logistics infrastructure for the Space Based Space Surveillance Block 10 system. At this time, $7,756,737 has been obligated. SMC/SYSW, El Segundo, Calif., is the contracting activity (FA8819-08-C-0006, P00014). ~Northrop Grumman Systems Corp., San Diego, Calif., was awarded an $8,241,332 contract which will provide data rates communications upgrade Phase II to the Aircraft Structural Integrity Program. At this time, $2,000,000 has been obligated. 303 AESG/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600). ~Unison Engine Components, Manchester, Conn., was awarded an $8,246,798 contract which will provide 455 synchronization rings to support the F100_PW-200/20/220E engines. 448 SCMG/PKBCB Tinker Air Force Base, Okla., is the contracting activity (FA8121-10-C-C-0002).

No comments: