Monday, September 26, 2011

DTN News: U.S. Department of Defense Contracts Dated September 26, 2011

DTN News: U.S. Department of Defense Contracts Dated September 26, 2011
(NSI News Source Info) WASHINGTON - September 26, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 26,2011 are undermentioned;

CONTRACTS

NAVY

Huntington Ingalls, Inc., Pascagoula, Miss., is being awarded a $697,629,899 fixed-price-incentive contract for DDG 114 construction. On June 15, 2011, Huntington Ingalls was awarded a $783,572,487 fixed-price-incentive contract for DDG 113 construction. At the time of contract award, the Navy did not release the contract award amount because it was considered source selection information. For DDG 114 construction, significant amounts of work will be performed in Pascagoula, Miss.; Cincinnati, Ohio; Walpole, Mass.; York, Pa.; Charlottesville, Va.; Erie, Pa.; and Burns Harbor, Ind. Work is expected to be completed by July 2018. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls and Bath Iron Works. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-2305).

Bath Iron Works, Bath, Maine, is being awarded a $679,600,348fixed-price-incentive contract for DDG 115 construction. This contract includes options for DDG 116 construction valued at $665,016,688. Significant amounts of work will be performed in Bath/Brunswick, Maine; Cincinnati, Ohio; Walpole, Mass.; Brunswick, Ga.; Coatesville, Pa.; Falls Church, Va.; Indianapolis, Ind.; York, Pa.; South Portland, Maine; Charlottesville, Va.; Tulsa, Okla.; Anaheim, Calif.; and Portland, Maine. Work is expected to be completed by August 2017. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Bath Iron Works and Huntington Ingalls. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-2305).

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $92,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical, and manufacturing services to support various aging aircraft. Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), and is expected to be completed in September 2012. No funds will be 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.

S.T. Wooten, Wilson, N.C., is being awarded a $65,787,840 firm-fixed-price contract for roadwork and utilities expansion for the Hadnot Point and French Creek areas at Marine Corps Base Camp Lejeune. The work to be performed provides for the expansion and upgrade of the water, sanitary sewer, steam, electrical, telephone, communication systems, and roadway networks. This also includes future growth impacting the existing utility systems and road networks serving the French Creek area. The contract also contains 10 unexercised options, which, if exercised, would increase cumulative contract value to $83,779,094. Work will be performed in Jacksonville, N.C., and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (contract number N40085-11-C-4030).

Northrop Grumman Systems Corp., Information System Sector, Defense Technologies Division, Herndon, Va., is being awarded a $49,900,000 indefinite-delivery/indefinite-quantity contract forthe design, development, and installation of PC-based open-architecture for reconfigurable training systems applications for the naval surface training community to be run in automated electronic classrooms and team training system environments with networked PCs running under the Windows operating system. Work will be performed in Newport, R.I. (85 percent); Orlando, Fla. (5 percent); Mayport, Fla. (5 percent); and San Diego, Calif. (5 percent). Work is expected to be completed in September 2016. Contract funds in the amount of $1,000,000 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, with one offer received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-D-0005).

The Boeing Co., Seattle, Wash., is being awarded a $32,769,084 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for one operational flight trainer and one weapons tactics trainer in support of the low rate initial production, lot two, P-8A multi-mission maritime aircraft. Work will be performed in St. Louis, Mo. (75 percent), and Seattle, Wash. (25 percent), and is expected to be completed in April 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

Archer Western Contractors, Ltd., Atlanta, Ga., is being awarded $29,650,047for firm-fixed-price task order 0005 under a previously awarded multiple-award construction contract (N40085-08-D-9739) for the design and construction to relocate personnel to vacated buildings and spaces of the disestablished Joint Forces Command at Naval Station Norfolk and Naval Support Activity. It involves relocating Naval Air Force Atlantic, United States Fleet Forces, Naval Surface Force Atlantic, and Naval Submarine Force Command to 13 buildings at Naval Support Activity and Naval Station Norfolk. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $29,725,047. Work will be performed in Norfolk, Va., and is expected to be completed by August 2014. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

MWH Americas, Inc., Arcadia, Calif., is being awarded a maximum amount $28,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architectural/engineering services for various projects involving civil engineering for water and wastewater system projects at various Marine Corps facilities within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of design plans and specifications for a multiple-year, multiple-phased design of a comprehensive water and wastewater treatment system program specifically for the Marine Corps Base Camp Pendleton, and also other Marine Corps bases within the California and Arizona geographical areas. Task order 0001 is being awarded at $4,408,495 for studies for a new potable water conveyance system and wastewater conveyance and recycled water distribution at Marine Corps Base Camp Pendleton, Oceanside, Calif. Work for this task order is expected to be completed by June 2012. All work will be performed at Marine Corps bases within the NAVFAC Southwest AOR including, but not limited to, California (90 percent) and Arizona (10 percent). Work is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (contract number N62473-11-D-0443).

Tompco-Triton, Inc., Bremerton, Wash., is being awarded $19,541,449 for firm-fixed-price task order 0006 under a previously awarded multiple-award construction contract (N44255-08-D-3018) for maintenance construction for the renovation of two bachelor enlisted quarters at Naval Base Kitsap-Bangor. The work to be performed provides for the repair and modernization of a three-story concrete structure, Building 2302; and the repair and modernization of a second concrete structure, Building 2102. The effort requires correcting building deficiencies, including upgrades to mechanical systems, electrical systems, roofing structural components, seismic upgrades, interior finishes, and life safety issues. Work will be performed in Silverdale, Wash., and is expected to be completed by March 2014. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Manson-Nan Hawaii, J.V., Honolulu, Hawaii, is being awarded $18,781,182 for firm-fixed-price task order 0005 under a previously awarded multiple-award construction contract (N62478-09-D-4016) for the repair and renovation of Building 9 at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor. The work to be performed provides for repairing portion of the first floor, and all of the second and third floors. The project includes architectural, structural, mechanical and electrical work, and will include offices, conference rooms, equipment rooms, bathrooms, and other areas required to meet current design standards and safety standards and codes. Repair work includes, but is not limited to, the repair of interior and exterior walls, ceilings, lighting, electrical power systems, air conditioning, bathrooms, fire alarm system, and fire sprinkler systems. The building will be structurally reviewed and modified as required to meet current seismic requirements. Supporting facility work includes replacing electrical substation/transformer, fresh water distribution system, fire sprinkler water lateral, and sanitary sewer laterals. Anti-terrorism/force protection measures for the site include standoff distances, access control gates, and signage. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $22,385,832. Work will be performed in Oahu, Hawaii, and is expected to be completed by November 2013. Contract funds will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

ARMTEC Countermeasures Co., Coachella, Calif., is being awarded a $14,700,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to manufacture the SM-875B/ALE simulator flare. The SM-875B/ALE is a flare used by the Navy to train aircrew on the use of airborne expendable infrared countermeasures. Work will be performed in Milan, Tenn., and is expected to be completed by September 2014. Contract funds will not expire before the end of the current fiscal year. This contract was competitively procured, with two firms solicited and two offers received in response to the solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-D-K095).

K.O.O. Construction, Inc., Sacramento, Calif., is being awarded $12,161,316 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-09-D-1655) for the renovation of bachelor enlisted quarters (BEQ) Buildings 57 and 59 at San Nicholas Island, Naval Base Ventura County. The work to be performed provides for the renovation of two, two-story, multi-unit BEQ structures completed in 1990 on San Nicholas Island. BEQ Building 57 contains 26 rooms; BEQ Building 59 contains 42 rooms. Work will be performed in Ventura, Calif., and is expected to be completed by April 2013. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BE Meyers & Co., Inc., Redmond, Wash., is being awarded a $9,099,026 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for handheld high-power infrared lasers, high-power crew-served weapon mount infrared pointer/illuminator lasers, aircraft-mounted infrared lasers, spare parts, engineering services, and travel in support of the Marine Corps and Navy. Work will be performed in Redmond, Wash., and is expected to be complete by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JQ76).

Syn-Tech Systems, Inc., Tallahassee Fla., is being awarded an estimated $8,169,882 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee/firm-fixed-price, performance-based contract to provide technical support, standardization, installation, real-time control of fuel operations, and maintenance capabilities for FuelMaster automated fuel service stations and automated data collection equipment at more than 525 sites, worldwide, operated by the Navy, Air Force, Army, and Marine Corps. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $35,222,637. Work will be performed in the continental United States (75 percent), with varied locations dependent upon work requirements, and outside the continental United States (25 percent). Work is expected to be completed by September 2012. If all options are exercised, work could continue until September 2015. Contract funds will not expire at the end of the current fiscal year.This contract was not competitively procured because it is sole-source. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-3231)

Ehresmann Engineering, Inc.*, Yankton, S.D., is being awarded an $8,148,810 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide telecommunication monopole towers for the Force Training Assessment Department at the Naval Surface Warfare Center, Corona Division, Corona, Calif. Work will be performed in Yankton, S.D., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities, with four offers received. Naval Surface Warfare Center, Port Hueneme Division, Hueneme, Calif., is the contracting activity (N63394-11-D-5080).

Raass Brothers, Inc.*, Provo, Utah, is being awarded $7,970,811 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N62748-10-D-4022) to repair and renovate Warehouse Buildings 490 and 491 at the Defense Logistics Agency Disposition Services, Joint Base Pearl Harbor-Hickam. The existing asphaltic concrete and reinforced concrete interior slabs-on-grade floors shall be removed and replaced with a new reinforced concrete slab, vapor barrier, soil termite treatment, and fill material. The building structure work will include repair and replacement existing wood roof decking, roof trusses, roof and wall framing, columns and reinforced concrete bases and perimeter concrete curbs. The roofing system on Building 491 shall be removed and replaced with fluid applied roofing system, including replacement of all skylights. The building interior work shall include the demolition of the existing offices, restrooms and storage room areas and the installation of new offices, restrooms, conference and utility rooms in both warehouses, and upgrades to the existing fire sprinkler system and fire alarm system will be made. The electrical systems work shall include replacement and new installation of the building electrical distribution system, power systems, lighting systems, and voice and data communication services. The exterior site work includes constructing accessible parking stalls, building entry concrete landings and re-grading, swale and motorized chain link entrance gates installation, and termite fumigation. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2012. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Stan Palmer Construction, Bremerton, Wash., is being awarded a $6,891,100 firm-fixed-price contract for the installation and supply of four “turn key” Dry Dock Wastewater Treatment Systems. This contract contains options, which, if exercised, will bring the contract value to $13,445,100. Work will be performed at the Puget Sound Naval Shipyard, Bremerton, Wash., and is expected to be completed by September 2012. If options are exercised, the work will continue through May 2013. The fiscal 2009 OPN contract funds in the amount of $3,557,600 will expire at the end of the current fiscal year. This contract was competitively procured, with seven offers received. The NAVSUP Fleet Logistics Center, Puget Sound, Wash., is the contracting activity (N00406-11-C-003).

GE Aviation Systems, L.L.C., doing business as Dowty Propellers, Sterling, Va., is being awarded a not-to-exceed $6,699,060 undefinitized contractual action against an existing basic ordering agreement (N00104-11-G-A004) to repair marine propellers used onboard landing craft air cushion vessels. Work will be performed in Sterling Va. (85 percent), and in the United Kingdom (15 percent), and is expected to be completed by February 2014. Contract funds will not expire before the end of the current fiscal year. The obligated funds used on this action will be $3,349,530. One company was solicited for the non-competitive requirement and one offer was received in response to the solicitation. NAVSUP Weapons System Support, Mechanicsburg, Pa., is the contracting activity.

Northrop Grumman Guidance and Electronics Co., Inc., Apopka, Fla., is being awarded a $6,555,395 firm-fixed-price, basic ordering agreement for the procurement of lasertransmitters, failure analysis, repairs, test equipment, provisioned item order spares, and related technical services and documentation for the laser transmitter used in the support of the multispectral targeting system family of systems. The purchase of the laser transmitter as spare/replacement items, failure analysis and repair/revision/upgrade of failed units received from field users of the multispectral targeting system (MTS), and organic depot training/specialized test equipment, will facilitate shortened repair turnaround time for return of the MTSs to operational use. Only one responsible source and no other supplies or services will satisfy agency requirements. Work will be performed in Apopka, Fla., and is expected to be completed by September 2016. Contract funds in the amount of $311,305 will expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-G-JQ01).

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., Fairfield, N.J., was issued a modification exercising the seventh option year on the current contract SPM500-02-D-0121/P00029. Award is an indefinite-delivery/indefinite-quantity, prime vendor contract with a maximum $105,000,000 for maintenance, repair, and operations for the Southeast region, zone one. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 17, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

The Goodyear Tire and Rubber Co., Akron, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $61,409,317 for pneumatic tires. Other locations of performance are Virginia, Kansas, and Alabama. Using services are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0166).

Michelin North America, Inc., Greenville, S.C., was awarded a fixed-price with economic price adjustment contract for a maximum $35,987,004 for pneumatic tires. Other locations of performance are Italy, France, and Canada. Using services are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0165).

Zoll Medical Corp., Chelmsford, Mass., was issued a modification exercising the second option year on the current contract SPM2D1-09-D-8017/P00002. Award is a firm-fixed-price contract with a maximum $10,170,000 for airworthy M-series CCT defibrillators. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 27, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Bell Helicopter Textron, Inc., Fort Worth, Texas, was awarded a firm-fixed-price contract for a maximum $8,622,105 for cuff assemblies. There are no other locations of performance. Using service is Navy. The date of performance completion is Dec. 31, 2016. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (W58RGZ-06-G-0003-THLN).

Philips Healthcare, Andover, Mass., was issued a modification exercising the second option year on the current contract SPM2D1-09-D-8018/P00005. Award is a firm-fixed-price contract with a maximum $8,353,887 for airworthy HeartStart MRx defibrillators and related accessories. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 27, 2012. The \ Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Impact Instrumentation, Inc.*, West Caldwell, N.J., was issued a modification exercising the fourth option year on the current contract SPM2D0-07-D-0007/P00007. Award is a firm-fixed-price contract with a maximum $7,089,398 for airworthy ventilators. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 27, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $94,770,783 cost-plus-award-fee contract modification to the existing engineering, manufacturing, and development contract for the Space Based Infrared System high component. This action will exercise two options that deliver logistics and sustainment support in fiscal 2012. Work will be performed in Boulder, Colo. Space and Missile Systems Center, Space Based Infrared Systems Directorate, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-95-C-0017 P00710).

The Boeing Co., Defense, Space & Security, Long Beach, Calif., is being awarded a $39,855,050 firm-fixed-price contract modification for 17 landing gear overhauls for C-17 aircraft. Work will be performed in Long Beach, Calif. ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004 P00401).

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $36,887,906 cost-plus-fixed-fee, indefinite-delivery and requirements contract to collect, analyze, interpret, and evaluate data from several external and internal pandemic influenza project activities that are designed as Center for Disease Control and Preventions’ primary responsibility in the overall national response to a potential influenza pandemic. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180, Delivery Order 0730).

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $24,363,993 cost-plus-fixed-fee contract modification for the F-22 Program to provide sustaining engineering and depot partnering task associated with non-destructive inspection organic capability, hypoxia root cause analysis, titanium crack growth, site activation, slider seals, and radar cross section turntable. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 P00098).

DOSS Aviation, Inc., Colorado Springs, Colo., is being awarded an estimated $23,903,598 contract modification to provide flight screening for Air Force pilot candidates. Work will be performed at Pueblo, Colo. Air Education and Training Command Contracting Squadron/LGCU, Randolph Air Force Base, Texas, is the contracting activity (FA3002-06-D-0010 PO0029).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $15,149,310 cost-plus-fixed-fee contract perform research and development in order to complete and deliver survivability and vulnerability reports such as the Weapon System Gap and Deficiency Analysis Study; the Weapon System Requirements Lifecycle Analysis Study; the Weapon System Requirements Lifecycle Analysis Study; and the Weapon System Office Cost Benefit Analysis Study. Air Force Intelligence, Surveillance, Reconnaissance Agency Weapon System’s Office will use these reports to enhance the enterprise’s ability to improve the effectiveness of technology assessments, developments, and evaluations. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 DO 0441).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an estimated $12,200,000 cost-plus-award-fee contract to upgrade the two existing highly elliptical orbit (HEO) strings to be capable of operating two or three HEO satellites while maintaining the health and safety of the offline HEO-using software based on geosynchronous orbit initial operations software baseline that is in use at the Interim Test Center. SMC/ISK, Los Angeles Air Force Base, Calif., is the contracting activity (FA8810-08-C-0002 PO0033).

Chicka-Tay, Inc., doing business as US Aviation Groups, Denton, Texas, is being awarded an $11,775,432 indefinite-delivery/indefinite-quantity contract for Type 1 Special training (flight training) for multiple countries. This contract is 100-percent foreign military sales. Air Education and Training Command Contracting Squadron/LGCI, Randolph Air Force Base, Texas, is the contracting activity (FA3002-11-D-0010).

L-3 Communications Vertex Aerospace, Madison, Miss., is being awarded an $11,345,639 firm-fixed-price contract modification for trainer maintenance at Sheppard Air Force-Base, Texas, and satellite site at Naval Air Station Pensacola, Fla. This action is to exercise option period one, Oct. 1, 2011 through Sept. 30, 2012. 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-ll-C-0001 A00009).

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $6,930,630 cost-plus-fixed-fee, indefinite-delivery, requirements contract to further enhance the knowledge base supporting EPA’s risk-informed approach to preparing for, and responding to, releases of chemical, biological, radiological and nuclear materials. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180, Delivery Order 0729).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Vision Systems, Goleta, Calif., is being awarded a $13,488,582 cost-plus-fixed-fee contract. The award is for development of a manufacturing process for low-cost, high-performance, ultra-low form factor thermal cameras. Raytheon’s effort aims to reduce the cost of uncooled infrared sensors by 10 times, to enable widespread use of this technology in the modern battlefield. Work will be performed in Goleta, Calif., and is expected to be completed by March 24, 2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0125).

BAE Systems, Arlington, Va., is being awarded a $13,773,910 cost-plus-fixed-fee contract. This work seeks to develop a wafer-scale integrated thermal imager manufacturing capability to produce very low-cost and hig-throughput thermal camera components. Also, the performer will facilitate technology transition of a very compact fully integrated thermal camera interfaced to a small handheld platform, such as a cell phone. Work will be performed in Columbia, Md. (48 percent); Newport Beach, Calif. (22 percent); Yorktown Heights, N.Y. (14 percent); San Jose, Calif. (11 percent); Santa Barbara, Calif. (2 percent); Manchester, N.H. (2 percent); and Atlanta, Ga. (1 percent). Work is expected to be completed by Sept. 23, 2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0126).

DEFENSE HUMAN RESOURCE ACTIVITY

Data Recognition Corp., Maple Grove, Minn., is being awarded an estimated $7,630,127 firm-fixed-price, requirements contract for 2011 Operational Survey support for the Defense Manpower Data Center Human Resources Strategic Assessment Program. Work will be performed at Maple Grove, Minn., and is expected to be completed in September 2012. Contract funds will be obligated on individual delivery orders that will be placed in fiscal 2011 and fiscal 2012. This requirement was solicited on the Federal Business Opportunities website on a sole-source basis. One bid was received. The Defense Human Resources Activity Procurement Support Office, Alexandria, Va., is the contracting activity (H98210-11-D-0006).

*Small business

*Link for This article compiled by Roger Smith from reliable sources
Source: U.S. DoD issued No. 822-11 September 26, 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: