Monday, August 16, 2010

DTN News: U.S. Department of Defense Contracts Dated August 16, 2010

DTN News: U.S. Department of Defense Contracts Dated August 16, 2010 Source: U.S. DoD issued August 16, 2010 (NSI News Source Info) WASHINGTON - August 16, 2010: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued August 16, 2010 are undermentioned;

CONTRACTS

ARMY

Northrop Grumman Corp., Rolling Meadows, Ill., was awarded on Aug. 12 a $457,125,797 five-year, firm-fixed-price contract. This requirement is for the procurement of the APR-39A/B/C Radar Signal Detection Set (RSDS) including upgrade kits; and repair, integration, interim software support and field support. The RSDS identifies different types of threats on a display, prioritize those threats on a display, identifies the threat posing the most immediate danger to an aircraft and provide audible information to the pilot. Work is to be performed in Rolling Meadows, Ill., with an estimated completion date of Dec. 31, 2014. One bid was solicited with one bid received. U.S. Army Contracting Command, CECOM, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-10-D-R802).

Oshkosh Corp., Oshkosh, Wis., was awarded on Aug. 12 a $201,545,286 firm-fixed-price contract. This contract is for the production of 1,288 Family of Medium Tactical Vehicles. Work is to be performed in Oshkosh, Wis., with an estimated completion date of March 31, 2012. Bids were solicited on the World Wide Web with three bids received. TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Centerre Government Contracting Group, Glendale, Colo., was awarded on Aug. 12 a $7,380,000 firm-fixed-price contract. This project is required to provide adequate permanent facilities to support the healing process of Warriors in Transition soldiers. The scope of this project is for the construction of Warrior in Transition standard design dining facility. Sustainable design and development and Energy Policy Act of 2005 features will be included. Supporting facilities include special foundations, facility specific parcel site work, all necessary utilities, lighting, information systems, parking, sidewalks, roads, curbs, and gutters, storm drainage and storm water retention measures, site accessories, and other site improvements. Force protection measures include all current criteria minimums, building access control, surveillance and mass notification systems, site restricting features and landscaping and area lighting. Access for individuals with disabilities will be provided. Comprehensive building and furnishings related interior design services are required. The heating and cooling system should be provided by self-contained systems. Work is to be performed in Fort Bragg, N.C., with an estimated completion date of Dec. 5, 2011. Three bids were solicited with three bids received. U.S. Army Corps of Engineer District, Savannah, Ga., is the contracting activity (W91236-10-D-0012).

NAVY

DCK North America, LLC, Clairton, Pa. (N40085-10-D-5329); The Whiting-Turner Contracting Co., Baltimore, Md. (N40085-10-D-5330); Walbridge Aldinger Co., Detroit, Mich. (N40085-10-D-5331); Sundt Construction, Inc., Tempe, Ariz. (N40085-10-D-5332); and Hardin Construction Co., LLC/Whitsell-Green, Inc., JV, Atlanta, Ga. (N40085-10-D-5333) are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for a wide range of general construction service type projects at Camp Lejeune and Cherry Point, N.C. The work may also include demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure. The maximum dollar value, including the base period and four option years, for all five contracts combined is $750,000,000. DCK is being awarded Task Order 0001 at $22,176,000 for the design and construction of a School of Infantry East Facilities, Camp Geiger, Camp Lejeune, N.C. Work for this task order is expected to be completed by December 2012. All work on this contract will be performed in Camp Lejeune and Cherry Point, N.C. The term of the contract is not to exceed 60 months, with an expected completion date of August 2015. Contract funds for Task Order 0001 will not 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. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Va., is the contracting activity.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $23,178,898 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0060) for the procurement of 12 AE1107C CV-22 spare engines. Work will be performed in Indianapolis, Ind., and is expected to be completed in December 2011. 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.

Marine Hydraulics International, Inc., Norfolk, Va., is being awarded a $13,540,957 firm-fixed-price contract for a 135-calendar day mid-term shipyard availability for Military Sealift Command’s fast combat support ship USNS Supply. The ship’s primary mission is to provide fuel, cargo and ammunition to Navy ships at sea and fuel to aircraft assigned to aircraft carriers. This shipyard availability is primarily for ship maintenance and voyage repairs, including major work on the replacement of high-speed gear and other key equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $16,250,115. Work will be performed in Norfolk, Va., and is expected to be completed by January 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an unrestricted solicitation posted to the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting activity (N40442-10-C-2003).

BAE Systems Technologies, Inc., Rockville, Md., is being awarded an $11,656,003 modification to a previously awarded cost-plus-fixed-fee contract (N00421-07-C-0019) to exercise an option for engineering and technical products and services in support of the Naval Air Warfare Center Aircraft Division’s Air Traffic Control and Landing Systems. The estimated level of effort for this option is 136,000 man-hours. Work will be performed at the Naval Air Warfare Center Aircraft Division, St. Inigoes, Md. (80 percent), San Diego, Calif. (10 percent), and various shipboard locations (10 percent), and is expected to be completed in August 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

L-3 Communications Corp., Cape Canaveral, Fla., is being awarded a $7,448,721 indefinite-delivery/indefinite-quantity contract to repair items used in support of the H-1 helicopter. Work will be performed in Cape Canaveral, Fla., and work is expected to be completed by August 2015. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively awarded. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity (N00383-10-D-005N).

AIR FORCE

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., was awarded a $90,544,706 contract modification which will provide continued sustainment of the contractor logistics support and legacy effort. At this time, no money has been obligated. ISSW/PKS, El Segundo, Calif., is the contracting activity (F04701-95-C, Modification P00645).

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., was awarded a $15,996,804 contract which will enable continued study on the Advanced Extremely High Frequency Satellite enhancement options. At this time, $15,996,804 has been obligated. SMC/MCSW, El Segundo, Calif. is the contracting activity (F04701-02-C-0002, P00443).

General Dynamics C4 Systems, Inc., Needham Heights, Mass., was awarded an $11,117,885 contract for 47 Low Rate Initial Production. At this time, $1,384,850 has been obligated. ESC/HNCK, Lackland Air Force Base, Texas, is the contracting activity (FA8307-10-C-0016).

Ametek Aerospace, Sellersville, Pa., was awarded a $7,334,709 contract which will provide fuel quantity indication systems. At this time $2,284,852 has been obligated. OC-ALC/GKAKB, Tinker Air Force Base, Okla., is the contracting activity (FA8102-10-D-0002-0001).

Lockheed Martin Corp., Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $6,810,188 contract modification which will provide for interim contractor support for the common organizational level tester unit and common accessory kit. At this time, $4,127,559 has been obligated. ASC/WNQK, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8626-04-C-2060 P00064).

DEFENSE LOGISTICS AGENCY

Aviall Services, Inc., Dallas, Texas, is being awarded a maximum $23,760,150 firm-fixed-price, sole-source contract for fuel control. There are no other locations of performance. Using service is Department of Defense. There was originally one proposal solicited with one response. The date of performance completion is July 31, 2016. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-10-D-0048).

L3 Communications Corp., Sarasota, Fla. is being awarded a maximum $17,530,000 firm-fixed-price, sole-source contract for flight data recorders and interconnection boxes. There are no other locations of performance. Using service is Army. The original proposal was Web-solicited with one response. The date of performance completion is Aug. 15, 2015. The Defense Logistics Agency (DLA) Land (formerly DLA, Warren, Mich.), Warren, Mich., is the contracting activity (SPRBL1-10-D-0012).

No comments: