Friday, June 03, 2011

DTN News: U.S. Department of Defense Contracts Dated June 3, 2011

DTN News: U.S. Department of Defense Contracts Dated June 3, 2011
(NSI News Source Info) WASHINGTON - June 3, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued June 3, 2011 are undermentioned;

CONTRACTS

DEFENSE INFORMATION SYSTEMS AGENCY

On May 31, the Joint Interoperability Test Command (JITC) multiple-award Omnibus contracts were extended as a modification to each of the three existing contracts: TASC-M, Andover, Mass. (NBCHC020002, modification 421); TASC-N, Andover, Mass. (NBCHC020001, modification 426); and Interop Joint Venture II, Chantilly, Va. (NBCHC020003, modification 429). 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, 2011. The extensions will add an additional 12-month period to each JITC Omnibus contract from Aug. 31, 2011 to Aug. 30, 2012. The total combined ceiling values for the extension period will be increased by $35,000,000 dollars, changing the total contract ceilings from $1,120,000,000 dollars to $1,155,000,000 dollars. The statutory authority for other than full and open competition is 10 U.S.C. 2304(c) (1). The intent to award this sole-source modification was posted to the Federal Business Opportunities website on April 21, 2011. Performance will be at the Joint Interoperability Testing Command, 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., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hamilton Sundstrand, Windsor Locks, Conn., was issued a modification exercising the third option year on the current contract SPM4AX-09-D-9405. Award is a fixed-price with economic price adjustment contract with a maximum $454,000,000 for aircraft propeller systems. There are no other locations of performance. Using services are Navy and Air Force. The date of performance completion is Dec. 31, 2014. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity.

Philips Healthcare Informatics, Inc., Foster City, Calif., was awarded contract SPM2D1-11-D-8301. The award is a firm-fixed-price contract with a maximum $40,000,000 for digital imaging network-picture archive and communication systems, components, system options and accessories, upgrades, training, maintenance services and installation. 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 June 2, 2013. 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 with a maximum $37,104,838 for aircraft tires. Other location of performance is Virginia. Using services are Army and Air Force. The date of performance completion is Sept. 13, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0088).

Michelin North America, Inc., Greenville, S.C., was awarded a fixed-price with economic price adjustment contract with a maximum $28,017,732 for aircraft tires. Other location of performance is North Carolina. Using services are Army and Air Force. The date of performance completion is Sept. 13, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0089).

Benco Dental Co., Pittston, Pa., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $7,200,000 for general dental supplies. 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 June 13, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DE-11-D-7454).

Bell Helicopter Textron, Inc., Hurst, Texas, was awarded a firm-fixed-price contract with a maximum $6,592,982 for helicopter parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is Nov. 5, 2015. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-004Y-0034).

MISSILE DEFENSE AGENCY

The Missile Defense Agency is awarding a cost-plus-award-fee, cost-plus-incentive-fee, and cost-plus-fixed-fee contract modification under contract HQ0276-11-C-0002 to Raytheon Missile Systems Co., Tucson, Ariz. The total value of this contract modification is $219,502,270, raising the total contract value to $294,502,270. Under this contract modification which definitizes the prior undefinitized contract action, the contractor will provide the engineering, development, testing, support and material necessary to deliver an SM-3 Block 1B missile for Flight Test Mission 16. Additional work to be performed throughout the 55-month performance period includes in service engineering support, production engineering and obsolecence, surveillance and flight test support, and travel. The work will be performed in Tucson, Ariz. The performance period is through Sept. 30, 2015. Fiscal 2011 research, development, test and evaluation funds in the amount of $32,000,000 will be provided for this effort. The Missile Defense Agency, Dahlgren Naval Base, Va., is the contracting activity.

NAVY

The Haskell Co., Jacksonville, Fla., is being awarded a $138,836,727 firm-fixed-price contract for the Marine Vertical 22 maintenance hangar, apron expansion, parallel taxiway, and hangar at Marine Corps Base Camp Lejeune. The work to be performed provides for the construction of an aircraft parking apron to support additional requirements created by the introduction of the MV-22 aircraft and the relocation of additional operational squadrons to Marine Corps Air Station New River, and the construction of an asphalt taxiway with connections to Runway 1/19, Alpha taxiway, and Delta taxiway, providing egress from runways to existing and proposed apron areas. The work to be preformed also provides for the design and construction of a multi-story modified Type II aircraft maintenance hangar to provide hangar bay, shop space, flight line operations, two aircraft wash racks, and maintenance functions. The contract also contains one unexercised option which, if exercised, would increase cumulative contract value to $142,536,071. Work will be performed in Jacksonville, N.C., and is expected to be completed by November 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 17 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-11-C-4019).

BAE Systems, Land & Armaments, LP, Minneapolis, Minn., is being awarded a $54,613,172 firm-fixed-price contract for MK 41 Vertical Launching System mechanical modules and related equipment and services. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants surface combatants, and Aegis Ashore requirements for the Missile Defense Agency’s Ground Ballistic Missile Defense Program. It is the primary missile launching system aboard Navy combatants used to store, safe, inventory and launch missiles of various types. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,501,612. Work will be performed in Aberdeen, S.D. (45 percent); Aiken, S.C. (25 percent); York, Pa. (20 percent); Louisville, Ky. (5 percent); and Fridley, Minn. (5 percent). Work is expected to be completed by September 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-5301).

Straub-Martin Harris, JV, Fallbrook, Calif., is being awarded a $45,952,000 modification under a previously awarded firm-fixed-price contract (N62473-10-C-5007) to exercise option one, which provides for the design and construction for a Bachelor Enlisted Quarters (BEQ) and parking garage at Marine Corps Air Ground Combat Center Twentynine Palms. The work to be performed under this option provides for design and construction of a 192-room BEQ and a parking garage providing 537 parking spaces. The total contract amount after exercise of this option will be $125,729,000. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by June 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Walsh Construction Co., Chicago, Ill., is being awarded a $21,350,872 firm-fixed-price contract for construction of waterfront restricted area emergency power and limited area emergency power at Naval Base Kitsap, Bangor. The work to be performed provides for a ballistically hardened structure to house two emergency generators and provide climate controlled space for all required switchgear and generator controls for security within the Strategic Weapons Facility Pacific, waterfront restricted area. Work also provides for a ballistically hardened structure to house one emergency generator, associated utility distribution systems, and site improvements for security of the Strategic Weapons Facility Pacific, Bangor limited area. Work will be performed in Silverdale, Wash., and is expected to be completed by June 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 six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-11-C-8010).

Sundt Construction, Inc., Tempe, Ariz., is being awarded $18,377,245 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62473-10-D-5408) for construction of a simulator facility at Marine Corps Air Station Yuma. The simulator building will also include a 49-person classroom, mission planning/rehearsal room, conference room, full mission simulators repair shop and spares, training devise database generation system, training system support center, flight equipment room, break room, and associated administrative, training support and security office areas. The public area of the project will comply with Americans with Disabilities Act. The proposed new construction will also include a garage area to house six deployable mission rehearsal trainers and six separate deployable AC power units. The task order also contains one planned modification which, if issued, would increase the cumulative task order value to $19,321,245. Work will be performed in Yuma, Ariz., and is expected to be completed by June 2012. Contract funds will not expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

San Juan Construction*, Montrose, Colo., is being awarded $13,817,643 for firm-fixed-price task order #0005 under a previously awarded multiple award construction contract (N44255-10-D-5006) for construction of a logistics support center and a two-story addition to the Consolidated Data Center at Naval Base Kitsap, Bangor. Work also includes support for the Consolidated Data Center, and to provide shipping/receiving area, covered loading dock, supply offices, and organizational support storage. Work will be performed in Silverdale, Wash., and is expected to be completed by Oct. 2012. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

S.B. Ballard Construction Co., Virginia Beach, Va., is being awarded $12,843,807 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N40085-09-D-5019) for the design and construction of Navy Ordnance Cargo Logistics Training Complex at Naval Weapons Station Yorktown, Cheatham Annex. The work to be performed provides for work at three sites with five structures, to design and construct administration offices, training classrooms, warehouse, maintenance shops, vehicle maintenance, support spaces, mock warehouse, mock pier, mock cargo hold and a chemical, biological, radiological test chamber. Work also includes site demolition and temporary office space renovations. The task order also contains one unexercised option which, if exercised, would increase cumulative task order value to $12,904,242. Work will be performed in Williamsburg, Va., and is expected to be completed by February 2013. Contract funds will not expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Sauer, Inc., Jacksonville, Fla., is being awarded $11,649,000 for firm-fixed-price task order #0008 under a previously awarded multiple award construction contract (N69450-09-D-1274) for design and construction of the Civil Engineering Administration and Readiness Center facilities at Charleston Air Force Base. The work to be performed provides for the design and construction of a new two-story engineering/operations facility and a new readiness center including parking. The facility and all site features shall be designed and constructed using U. S. Green Building Council (USGBC) Leadership in Energy and Environmental Design-New Construction (LEED-NC) and to achieve LEED-NC Silver with certification from USGBC as having met the USGBC LEED-NC requirement for the required rating level. Work will be performed in Charleston, S.C., and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

McCarthy Improvement Co., Davenport, Iowa, is being awarded an $11,600,000 firm-fixed-price contract for construction of flat lots at Marine Corps Support Facility Blount Island. The work to be performed provides for an extension to a hardstand staging area, a new container staging and loading lot, and a new container storage lot. Work will be performed in Jacksonville, Fla., and is expected to be completed by May 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 10 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-C-1255).

J. Kokolakis Contracting, Inc., Tarpon Springs, Fla., is being awarded a $10,872,700 firm-fixed-price contract for construction of the Joint Air Traffic Control Tower at Naval Air Station Joint Reserve Base New Orleans. The work to be performed provides for the construction of a seven level air traffic control tower (including the cab) that will provide day and night visual and instrumental operations and a reserve air traffic control facility. The new tower will be equipped with National Airspace System Modernization equipment. The project also includes demolition of the existing parking lot and several ancillary vacant buildings. Work will be performed in Belle Chaise, La., and is expected to be completed by December 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 nine proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-C-0756).

L-3 Communications Corp., Salt Lake City, Utah, is being awarded a $10,094,189 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-10-D-0013) for 21 Tactical Common Data Link Systems in support of the Naval Air Warfare Center Aircraft Division’s Surface/Aviation Interoperability Laboratory. Work will be performed in Salt Lake City, Utah, 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 Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

The Dynalectric Co., San Diego, Calif., is being awarded $8,779,006 for firm-fixed-price task order #0012 under a previously awarded multiple award construction contract (N62473-10-D-5480) for the design and construction of the energy initiative facility at Marine Corps Recruit Depot San Diego. The work to be performed provides for full engineering, procurement, and testing of a ground-based solar power facility. The power generating facility shall provide a turn-key solar photovoltaic power system. Work will be performed in San Diego, Calif., and is expected to be completed by June 2012. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Sauer, Inc., Jacksonville, Fla., is being awarded $8,635,700 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N69450-09-D-1277) for design and construction of a consolidated warehouse addition at Marine Corps Support Facility Blount Island. The work to be performed provides for design and construction of a new one-story enclosed, ventilated storage warehouse, including climate-controlled office areas, a covered, attached loading dock, and an attached covered container processing area. Work will be performed in Jacksonville, Fla., and is expected to be completed by August 2012. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Barlovento, LLC*, Dothan, Ala., is being awarded $7,540,500 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N69450-11-D-1259) for construction of a washrack expansion enclosure at Marine Corps Support Facility Blount Island. The work to be performed provides for construction of a 10-bay metal washrack with a standing seam metal roof, concrete catch basins, oil, water and sediment containment, closed-loop recycle system, pressure wash system and concrete pavement. Work will be performed in Jacksonville, Fla., and is expected to be completed by November 2012. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

AIR FORCE

Artesian Contracting Co., Inc., Albany, Ga. (FA8501-11-D-0001); Komada, LLC, Warner-Robins, Ga. (FA8501-11-D-0002); and Precision 2000, Inc., Atlanta, Ga. (FA8501-11-D-0003), are being awarded a maximum $50,000,000 contract for simplified acquisition of base engineering requirements. The acquisition is for a broad range of maintenance, repair and minor construction work on real property at Robins Air Force Base, Ga. At this point, $25,000 for each contract has been obligated. Work will be performed in Georgia. WRC-ALC/PKOC, Robins Air Force Base, Ga., is the contracting activity.

ARMY

Lockheed Martin Corp., Orlando, Fla., was awarded on June 1 a $48,766,679 firm-fixed-price contract. The award will provide for the six-month extension of logistical support for the AH-64 Apache modernized and legacy target acquisition designation sight assembly and Pilot Night Vision Sensor Assembly System. Work will be performed in Orlando, Fla., with an estimated completion date of Dec. 31, 2011. One bid was solicited, with one bid received. U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-07-C-0058).

Lockheed Martin Corp., Orlando, Fla., was awarded on May 31 a $38,300,000 firm-fixed-price contract. The award will provide for the acquisition of materials, fabrication, integration, system validation and verification, delivery, government acceptance testing, and contractor logistics support of the Multiple Integrated Laser System instrumentation and exercise control/after action review capability for the Saudi Arabia National Guard. Work will be performed in Orlando, Fla., and San Diego, Calif., with an estimated completion date of May 31, 2013. One bid was solicited, with one bid received. The U.S. Army Program Executive Office of Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-11-C-0004).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded on May 31 a $17,634,184 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the integration support of Post Deployment Build-7 software in the United Arab Emirates Patriot Advanced Capability-3 Ground System Engagement Control System. Work will be performed in Grand Prairie, Texas, and White Sands Missile Range, N.M., with an estimated completion date of May 31, 2014. One bid was solicited, with one bid received. U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-G-0001).

Classic Site Solutions, Wilbraham, Mass., was awarded on May 31 a $12,846,969 firm-fixed-price contract. The award will provide for the construction of Phase II of the Automotive Vehicle Test and Evaluation Facility at Aberdeen, Md. Work will be performed in Aberdeen, Md., with an estimated completion date of July 31, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-C-0022).

Raytheon Co., Marlborough, Mass., was awarded on June 1 an $11,978,820 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the development of Airport Surveillance Radar (ASR) and Precision Approach Radar (PAR) cabinets, including required boards to replace the existing ASR and PAR signal date processor cabinets, which have many hardware components that are obsolete for the Air Traffic Navigation Integration Coordination System. Work will be performed in Marlborough, Mass., and Waterloo, Ontario, Canada, with an estimated completion date of March 31, 2013. One bid was solicited, with one bid received. U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0177).

World Technical Services, Inc., Anchorage, Alaska, was awarded on May 31 a $9,995,973 cost-plus-award-fee contract. The award will provide for the transportation, supply and material maintenance support for the soldiers, units, organizations and tenant activities assigned and attached to Fort Sill, Okla. Work will be performed in Fort Sill, Okla., with an estimated completion date of Nov. 30, 2011. One bid was solicited, with one bid received. U.S. Army Mission and Installation Contracting Command, Fort Sill, Okla., is the contracting activity (W9124L-10-C-0004).

Hensel Phelps Construction Co., Austin, Texas, was awarded on May 31 a $9,175,000 firm-fixed-price contract. The award will provide for the construction of small tactical equipment maintenance facilities at Fort Bliss, Texas. Work will be performed in Fort Bliss, Texas, with an estimated completion date of Sept. 30, 2012. Five bids were solicited, with three bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912HN-09-D-0021).

Roche Constructors, Inc., Greeley, Colo., was awarded on June 1 an $8,137,770 firm-fixed-price contract. The award will provide for the design and build of a security forces operations facility at Buckley Air Force Base, Colo. Work will be performed in Buckley Air Force Base, Colo., with an estimated completion date of Oct. 23, 2012. The bid was solicited through the Internet, with 23 bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-C-0017).

U.S. SPECIAL OPERATIONS COMMAND

Vohne Liche Kennels, Inc., Denver, Ind, is being awarded an indefinite-delivery/indefinite-quantity contract in the amount of $11,309,648.70 for a base year and four option years. The contract is for Special Operations Forces multi purpose canine and handler training in support of U.S. Army Special Operations Command. The work will be performed in Denver, Ind., and is expected to be completed by 2016. U.S. Army Special Operations Command is the contracting activity (H92239-11-D-0002).

*Small business

*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

DTN News: Aerospace/Defense Headlines - News Dated June 3, 2011

DTN News: Aerospace/Defense Headlines - News Dated June 3, 2011
Source: DTN News - - This article compiled by Roger Smith from reliable sources including latest updates Defense News,Aerospace/Defense Headlines - News& Yahoo
(NSI News Source Info) TORONTO, Canada - June 3, 2011: Comprehensive daily news related to Aerospace/Defense for the world of TODAY.
*Comprehensive daily news related on Aerospace/Defense for the world of TODAY

Friday June 3, 2011

Thursday June 2, 2011

Wednesday June 1, 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