Monday, September 09, 2013

DTN News: U.S. Department of Defense Contracts Dated September 9, 2013

DTN News: U.S. Department of Defense Contracts Dated September 9, 2013
Source: K. V. Seth - DTN News + U.S. DoD issued No.  641-13 September 9, 2013
(NSI News Source Info) TORONTO, Canada - September 9, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  September 9, 2013  are undermentioned;


CONTRACTS
ARMY
Acciona Energy North America Corporation, Chicago, Ill. (W912DY-13-D-0049); Cobra Industrial Services, Inc., Houston, Texas (W912DY-13-D-0050); Dominion Energy, Inc., Richmond, Va. (W912DY-13-D-0051); Duke Energy, Charlotte, N.C. (W912DY-13-D-0052), EDF Renewable Energy, San Diego, Calif. (W912DY-13-D-0053); Emerald Infrastructure, San Antonio, Texas (W912DY-13-D-0054); Enel Green Power North America, Andover, Mass. (W912DY-13-D-0055); Everpower Wind Holdings, Inc.*, Pittsburgh, Pa. (W912DY-13-D-0056); First Wind, Boston, Mass. (W912DY-13-D-0057); Iberdrola Renewables, LLC, Portland, Ore. (W912DY-13-D-0081); LTC Federal, LLC, Detroit, Mich. (W912DY-13-D-0082); NorthlandPower, Inc., Toronto, Canada (W912DY-13-D-0083); Siemens Government Technologies, Inc., Arlington, Va. (W912DY-13-D-0084); Stronghold Engineering, Inc.*, Riverside, Calif. (W912DY-13-D-0085); Turn Key Power Consortium, LLC, Orlando, Fla. (W912DY-13-D-0086); VERT Investment Group*, Houston, Texas (W912DY-13-D-0087); West Texas Power Company*, San Antonio, Texas (W912DY-13-D-0088) were awarded potential multiple-vendor, indefinite-delivery/indefinite-quantity , firm-fixed-price, non-option, non-multi-year contracts with a cumulative maximum value of $7,000,000,000.  The government is awarding this contract for use in competing and awarding Power Purchase Agreement (PPA) task orders. These PPA orders will provide for the purchase of energy from renewable and alternative energy production facilities that are designed, financed, constructed, operated and maintained by private sector entities on private land or on installations under jurisdiction of the Department of Defense. These contracts are for the use of wind technology.  All awarded technologies will share a total estimated value of $7,000,000,000.  Performance location and funding will be determined with each order.  This contract was a competitive acquisition via the web with 45 bids received.  U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity.
         
Longbow LLC., Orlando, Fla., was awarded a $51,055,000 firm-fixed-price, non-option eligible, non-multi-year contract for acquisition of six Longbow fire control radar, associated parts, spares and support. This is a foreign military sale for the Republic of Korea.  Performance location will be Orlando, Fla., and funding will be from fiscal 2013 other authorization funds. This contract was a competitive acquisition via the web with one bid received.  The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala.,  is the contracting activity (W58RGZ-13-C-0105).

The Boeing Company, St. Louis, Mo., was awarded a $14,401,508 firm-fixed-price, option eligible, non-multi-year contract for acquisition of four Longbow crew trainers for the Apache helicopter program.  Performance location will be St. Louis, Mo., and funding will be from fiscal 2011 other authorization funds. This contract was a competitive acquisition via the web with one bid received.  The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0086).

Raytheon IDS, Andover, Mass., was awarded a $9,727,092 cost-plus-fixed-fee, option-eligible, multi-year contract modification (P00003) of contract (W31P4Q-13-C-0111) for foreign military sales for repair and return of Patriot missile parts. This contract was a foreign military sale to: Israel, Kuwait, Taiwan, Japan, Saudi Arabia, Korea, Republic of the Netherlands and United Arab Emirates. Performance location will be Andover, Mass., with funding from fiscal 2013 other authorizations funds. This contract was a non-competitive contract one bid received.  The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala.,  is the contracting activity.

AIR FORCE
Northrop Grumman Amherst Systems, Buffalo, N.Y., was awarded a $219,147,421 firm-fixed and cost-type contract for Joint Threat Emitter (JTE) follow-on production.  This contract provides for JTE first article and production units, and associated drawings, technical orders, retrofit kits, provisioning, and software.  Work will be performed at Buffalo, N.Y., with an expected completion date of March 2016.  This contract involves foreign military sales to Saudi Arabia.  Fiscal 2012 and fiscal 2013 Air Force procurement funds, fiscal 2013 Air Force research and development funds, and foreign military sales funds in the amount of $44,007,131 are being obligated at time of award.  This contract was a competitive acquisition and two offers were received.  The Air Force Life Cycle Management Center/PZZK, Hill Air Force Base, Utah, is the contracting activity (FA8210-13-C-0001).

Noblis Inc., Falls Church, Va. (FA8903-13-D-0016); and Logistics Management Institute (LMI), McLean, Va. (FA8903-13-D-0017) have been awarded a $40,000,000 (maximum) multiple-award, indefinite-delivery/indefinite-quantity contract with provisions to issue firm-fixed-price and cost-plus-fixed-fee task orders.  The contractors shall provide for advisory and assistance services contract to provide independent systems engineering and acquisition support (ISEAS) and advisory and assistance services (A&AS) to Air Force Civil Engineer (AFCEC) in its efforts to carry out its mission to assist headquarters Air Force, major commands and individual bases, and other AFCEC customers and government entities performing similar missions in planning and executing their programs.  The contractors providing the ISEAS services shall support current and emerging AFCEC activities included but not limited to the environmental restoration program; base realignment and closure program; environmental quality programs; pollution prevention/waste minimization program; environmental impact analysis program; design and construction management program; operational ranges cleanup; unexploded ordinance remediation; military munitions response program; Nuclear Biological Chemical, (11) Homeland Defense Act of 2002-related initiatives; enhanced use leasing program; heavy industrial construction; sustainability, and resource conservation.  Work will be performed at various Air Force installations, and the ordering period is 60 months from date of award with an additional 12 months of performance for completion of task orders.  Fiscal 2013 environmental restoration account funds in the amount of $3,000 are being obligated on task order 0001 for each contract at the time of award.  This contract was a limited competition acquisition.  The 772 Enterprise Sourcing Squadron (722 ESS/PKJ), Lackland Air Force Base, Texas, is the contracting activity.

NAVY
Mects Services Joint Venture,* New Town, N.D., is being awarded a $47,974,289 cost-plus-fixed-fee contract for logistical services and spare/repair parts for the Persistent Ground Surveillance System program in Afghanistan.  Work will be performed in Fairfax, Va. (59 percent); Afghanistan (24 percent); Yuma, Ariz. (7 percent); China Lake, Calif. (5 percent); and Point Mogu, Calif. ( 5 percent), and is expected to be completed in September 2014.  Fiscal 2013 operations and maintenance, Army contract funds in the amount of $47,974,289 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0292).

Battelle Memorial Institute*, Columbus, Ohio, is being awarded a $16,649,854 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Man Transportable Robotic System MK 2 battery boxes.  Work will be performed in Columbus, Ohio, and is expected to be completed by September 2017.  No funding will be obligated at the time of the award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-12-D-0008).

Lockheed Martin Canada, Ottawa, Canada, is being awarded a $10,157,112 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide development, maintenance and upgrade of the Visual Interactive Simulated Training Application (VISTA) computer based synthetic operations and maintenance trainers in support of the Center for Surface Combat Systems.  VISTA is a flexible high-fidelity computer based networked system that provides a training environment for both operation and corrective maintenance tasks on selected combat systems.  This contract combines purchases for the U.S. Navy (25 percent), Japan (20 percent), Pakistan (20 percent), Spain (20 percent) and Norway (15 percent) under the Foreign Military Sales (FMS) Program.  Work will be performed in Dahlgren, Va. (25 percent), Norway (20 percent), Pakistan (20 percent), Spain (20 percent) and Japan (15 percent), and is expected to be completed by September 2016.  Fiscal 2013 research, development, test and evaluation, Navy and FMS funding in the amount of $2,692,158 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Dahlgren Division is the contracting activity (N00178-13-D-2002). 

Helber Hastert & Fee Planners Inc.*, Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer services contract for architect-engineering services for the preparation of planning documents and related technical services for projects and activities at various locations worldwide, but primarily in the Pacific and Indian Ocean areas.  The work to be performed provides for the preparation of facilities and land use planning studies and project programming documents, environmental impact documents, cultural resources management plans, natural resources management plans, environmental studies and documents.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Pacific area of responsibility including but not limited to Hawaii (40 percent), Guam (30 percent), Far East (30 percent), and is expected to be completed by September 2018.  Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received.  The Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-13-D-0201)
.
*Small Business

*Link for This article compiled by K. V. Seth from reliable sources 
U.S. DoD issued No. 641-13 September 9, 2013
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS