Tuesday, August 30, 2011

DTN News: U.S. Department of Defense Contracts Dated August 30, 2011

DTN News: U.S. Department of Defense Contracts Dated August 30, 2011
(NSI News Source Info) WASHINGTON - August 30, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued August 30, 2011 are undermentioned;

CONTRACTS

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) is announcing the award of an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to Teledyne Brown Engineering, Incorporated, Huntsville, Alabama under contract HQ0147-11-D-0015. The maximum ceiling value of this action is $595,000,000 in Research, Development, Test & Evaluation funds. This IDIQ contract allows the award of orders using Cost-Plus-Incentive-Fee, Cost-Plus-Fixed-Fee, Fixed-Price-Incentive-Firm Target and Firm-Fixed-Price Contract Line Items. Under this contract award, Teledyne Brown Engineering, Incorporated will develop a single objective simulation framework system with a modular, scalable, reconfigurable, and composable architecture to replace the existing digital simulation architecture and hardware-in-the-loop single stimulation framework systems. The work will be performed primarily in Huntsville, Ala. The performance period is from September 01, 2011 through September 01, 2016. FY2011 RDT&E funds to be obligated under two initial Task Orders will not expire at the end of the current fiscal year. The MDA in Huntsville, Ala. is the contracting activity.

ARMY

Lockheed Martin Corporation, Orlando, Fla., (W56HZV-11-D-0146); Action Target Inc., Provo, Utah, (W56HZV-11-D-0147); Meggitt Training Systems, Suwanee, Ga., (W56HZV-11-D-0148); Strategic Systems Inc., Decatur, Ala., (W56HZV-11-D-0149); and Saab Training USA LLC, Orlando, Fla., (W56HZV-11-D-0150); were awarded a $475,000,000 firm-fixed-price indefinite-delivery / indefinite-quantity multiple-award-task-order contract. The award will provide for the procurement of the Army Targetry Systems program. Work location will be determined with each task order, with an estimated completion date of May 31, 2016. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity.

University of Southern California, Los Angeles, Calif., was awarded a $135,500,000 cost-plus-fixed-fee contract. The award will provide for the research services in advanced modeling and simulation, capitalizing on research and development in disciplines with the entertainment industry. Work will be performed in Los Angeles, Calif., with an estimated completion date of Sept. 29, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Durham, N.C., is the contracting activity (W911NF-04-D-0005).

Unified Business Technologies, Troy, Mich., was awarded a $42,000,000 firm-fixed-price level-of-effort contract. The award will provide for the information technology services for the Corporate Information Office/G-6. Work will be performed in Warren, Mich., and Anniston, Ala., with an estimated completion date of Sept. 28, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-L555),

The Damon Company, Newport, R.I., (W912LD-11-D-0031); ADS Construction Inc., East Providence, R.I., (W912LD-11-D-0030); Tower Construction Corporation, Cranston, R.I., (W912LD-11-D-0029); E. Turgeon Construction Corporation, Cranston, R.I., (W912LD-11-D-0028); Nadeau Construction Corporation, South Attleboro, Mass., (W912LD-11-D-0027); Enfield Enterprises Inc., Springfield, Mass., (W912LD-11-D-0026); TRAC Builders Inc., Johnston, R.I., (W912LD-11-D-0025); City Enterprises Inc., Springfield, Mass., (W912LD-11-D-0024); Tricore Inc., Hingham, Mass., (W912LD-11-D-0023); Iron Construction Group LLC, Warwick, R.I., (W912LD-11-D-0022); Advantage Services and Solution LLC, Providence, R.I., (W912LD-11-D-0021); Campbell Construction Group LLC, Peabody, Mass., (W912LD-11-D-0020); J E Prenosil & Company, Thorndike, Mass., (W912LD-11-D-0019); Alares LLC, Quincy, Mass., (W912LD-11-D-0018); The Nutmeg Companies Inc., Norwich, Conn., (W912LD-11-D-0017); J J Cardosi Inc., East Providence, R.I., (W912LD-11-D-0016); Five Star Building Corporation, Easthampton, Mass., (W912LD-11-D-0015); Northwind Engineering LLC, Shelocta, Penn., (W912LD-11-D-0014); The Cherokee 8a Group Inc., Newark, N.J., (W912LD-11-D-0013); Icarus Construction Services LLC, Worcester, Mass., (W912LD-11-D-0012); KMK Construction Inc., Eliot, Maine, (W912LD-11-D-0011); International Ventures Inc., North Smithfield, R.I., (W912LD-11-D-0010); Piquette and Howard Electric Service Inc., Plaistow, N.H., (W912LD-11-D-0009); E.W. Burman Inc., Warwick, R.I., (W912LD-11-D-0008); Pride Enterprises Inc., Norristown, Penn., (W912LD-11-D-0007); Janki Construction Inc., Lawrence, Mass., (W912LD-11-D-0006); Cornerstone Electrical Services, Salem, N.H., (W912LD-11-D-0005); Wampworx Inc., Mashpee, Mass., (W912LD-11-D-0004); Pezzuco Construction Inc., Cranston, R.I., (W912LD-11-D-0003); KGCI Inc., Saugus, Mass., (W912LD-11-D-0002); and Maron Construction Company Inc., Providence, R.I., (W912LD-11-D-0001); were awarded a $20,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction and repair of federal buildings and facilities. Work location will be determined with each task order, with an estimated completion date of Aug. 18, 2016. There were 32 bids solicited, with 32 bids received. The National Guard Bureau, Providence, R.I., is the contracting activity.

North Carolina Business Enterprise Program, Raleigh, N.C., was awarded a $17,651,696 cost-plus-award-fee contract. The award will provide for the modification of an existing contract to provide food services at Fort Bragg, N.C. Work will be performed in Fort Bragg, N.C., with an estimated completion date of Aug. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Mission and Installation Contracting Command, Fort Bragg, N.C., is the contracting activity (W91247-09-C-0035).

The Boeing Company, Mesa, Ariz., was awarded a $16,017,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide for the procurement of AH-64D Apache Block III Low Rate Initial Production for Lot 1A and 1B support. Work will be performed in Mesa, Ariz., with an estimated completion date of Feb. 28, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0161).

North Wind Services LLC, Idaho Falls, Idaho, was awarded a $14,000,000 firm-fixed-price indefinite-delivery / indefinite-quantity contract. The award will provide for the environmental services for White Sands Missile Range, N.M. Work will be performed in White Sands Missile Range, N.M., with an estimated completion date of Aug. 25, 2016. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-D-0028).

Wolverine Services LLC, Fort Knox, Ky., was awarded a $10,442,038 firm-fixed-price contract. The award will provide for the logistics support services to Fort Knox, Ky. Work will be performed in Fort Knox, Ky., with an estimated completion date of May 31, 2012. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Mission and Installation Command, Fort Knox, Ky., is the contracting activity (W9124D-11-D-0056).

Quantum Dynamics Inc., McLean, Va., was awarded a $10,000,000 firm-fixed-price contract. The award will provide for the information technology services to the National Guard nationwide. Work location will be determined with each task order, with an estimated completion date of March 11, 2012. One bid was solicited, with one bid received. The National Guard Bureau, Lansing, Mich., is the contracting activity (W912JB-11-D-4020).

PACE Pacific Corporation, Phoenix, Ariz., was awarded an $8,868,000 firm-fixed-price contract. The award will provide for the construction project on Cannon Air Force Base, N.M. Work will be performed in Cannon Air Force Base, Curry County, N.M., with an estimated completion date of Jan. 12, 2013. Sixteen bids were solicited, with eight bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-11-C-0013).

Smiths Detection, Edgewood, Md., was awarded an $8,559,840 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 1,440 joint chemical agent detectors and 1,400 communication adapter kits. Work will be performed in Edgewood, Md., with an estimated completion date of Sept. 30, 2016. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-07-C-0080).

Hospital Klean of Texas Inc., San Antonio, Texas, was awarded a $7,239,948 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide hospital housekeeping services. Work will be performed in Madigan Army Medical Center, Tacoma, Wash., with an estimated completion date of Aug. 31, 2012. One bid was solicited, with one bid received. The U.S. Medical Command, Regional Contracting Office, Fort Sam Houston, Texas, is the contracting activity (W81K04-07-D-0012).

NAVY

Lockheed Martin Corporation Missiles and Fire Control, Orlando, Fla., is being awarded a $49,950,000 firm-fixed-price contract for procurement of 18 AN/AAQ-30 target sight systems (TSS) that will be integrated into the AH-1Z Cobra attack helicopter. This integration is part of the USMC H-1 upgrade program to remanufacture legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1W’s, converting them to AH-1Z. The TSS provides 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), Ocala, Fla. (10 percent), and is expected to be completed by August 2014. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. Sole source basis in accordance with 10 U.S.C. 2304(c)(1), as set forth in FAR 6.203-1(b)(1)(ii), only one responsible source and no other supplies or services will satisfy agency requirements . Lockheed Martin is the only vendor that can provide AN/AAQ-30 TSS in time to meet the Government required schedule. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-C-JQ77).

Vigor Shipyards, Inc., Seattle, Wash., is being awarded a $19,006,086 option exercise modification to previously awarded contract (N00024-11-C-4401) for repair and modernization of naval assets. For modernization of U.S. naval assets typical work performed may include ship alterations, blasting, painting, and surface preparation for complete or touch-up preservation of the underwater hull, freeboard, struts, rudders, running gear, ground tackle, and sea-chest, as well as various interior tanks. Work will be performed in Seattle, Wash., and Naval Station Everett, Wash., and is expected to be completed by January 2012. Contract funds in the amount of $19,006,086 will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Northwest Regional Maintenance Center, Bremerton, Wash., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $16,881,855 modification to a previously awarded firm-fixed-price, fixed-price -incentive contract (N00019-09-C-0019) for non-recurring and recurring engineering in support of Engineering Change Proposal 6213R2, “Trailing Edge Flap Honeycomb Redesign” of the F/A-18 E/F and EA-18G aircraft. 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.

Alloy Surfaces Company, Aston Pa., is awarded a $12,971,839 firm-fixed-price modification under a previously awarded Basic Ordering Agreement (N00104-10-G-0726) to exercise an option to manufacture MJU-64/B Decoy Devices. Work will be performed in Aston, Pa., and work is expected to be completed by April 2013. The procurement of ammunition Navy and Marine Corp contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured. One company was solicited for this requirement and one offer was received in response to the solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg Pa., is the contracting activity.

Sauer Incorporated, Jacksonville, Fla., is being awarded $9,441,100 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N40085-09-D-5026) for the design and construction of a Special Operations Forces Cafeteria at Naval Air Station Oceana, Dam Neck Annex. The work to be performed provides for the design and construction of a command cafeteria facility and will serve personnel, from command staff, both military and civilian, to operators involved in extraordinarily physically demanding training. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $9,536,100. Work will be performed in Virginia Beach, Va., and is expected to be completed by Dec. 2012. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Impact Resources Technologies, Bethesda, Md., is being awarded an $8,896,823 firm-fixed-price contract for Marine Air Ground Task Force (MAGTF) logistic support system comprised of Common Logistics Command and Control System Support Services and Transportation Capacity Planning Tool that are tactical web-enabled logistics information management systems to provide the MAGTF commander with "planning, executing, and tasking" capabilities, and tactical logistics situational awareness of the battlefield. Battle Command Sustainment Support System is a workstation which the Marine Corps utilizes for its in transit visibility capability. This contract contains four options which, if exercised, will bring the total contract value to $47,232,710. Work will be performed in Camp LeJeune, N.C. (25 percent); Albany, Ga. (25 percent); Dumfries, Va. (25 percent); Afghanistan (15 percent), Okinawa (5 percent), and Marine Corps Base, Hawaii (5 percent), and work is expected to be completed by Aug. 29, 2016. Contract funds in the amount of $8,896,823 will expire at the end of the current fiscal year. This contract was competitively procured via the General Service Administration, with three proposals received. Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-F-4683).

DEFENSE LOGISTICS AGENCY

Raytheon Company, Andover, Mass., was awarded contract SPRRA2-11-D-0012/P00001. This delivery order is for fifteen additional NSN’s being added to the basic firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $37,607,589 in support of the Patriot Missile System. There are no other locations of performance. Using service is Army. The date of performance completion is May 1, 2014. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

Woodward, Inc., Loves Park, Ill., was awarded contract SPRRA1-11-C-0071. The award is a firm fixed price contract for a maximum $15,889,000 for main fuel control. There are no other locations of performance. Using service is Army. The date of performance completion is August 31, 2012. The contracting activity is the Defense Logistics Agency, Redstone Arsenal, Ala.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The President and Fellows of Harvard College, Cambridge, Mass., are being awarded a $6,668,082 cost reimbursement contract (HR0011-11-C-0093). DARPA is funding the president and fellows of Harvard College for research to develop technologies and approaches to predict natural viral evolution. Work will be performed in Cambridge, MA (39%); Laurel, MD (37%); Baltimore, MD (9%); Ann Arbor, MI (9%); and Pittsburgh, PA (5%). The work is expected to be completed by Aug. 31, 2012. The Defense Advanced Research Projects Agency is the contracting activity.

*Link for This article compiled by Roger Smith from reliable sources
U.S. DoD issued No. 749-11 August 30, 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

No comments: