Saturday, September 11, 2010

DTN News: U.S. Department of Defense Contracts Dated September 8, 2010

DTN News: U.S. Department of Defense Contracts Dated September 8, 2010 Source: U.S. DoD issued No. 809-10 September 8, 2010 (NSI News Source Info) WASHINGTON - September 11, 2010: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 8, 2010 are undermentioned;

CONTRACTS

MISSILE DEFENSE AGENCY

The Missile Defense Agency is pleased to announce the award of advisory and assistance services contracts to Booz Allen Hamilton, McLean, Va (HQ0147-10-D-0018); Computer Sciences Corp., Huntsville, Ala. (HQ0147-10-D-0019); Paradigm Technologies, Inc., Arlington, Va. (HQ0147-10-D-0020); and Odyssey Systems Consulting Group, Wakefield, Mass. (HQ0147-10-D-0021). Each firm is being awarded an indefinite-delivery/indefinite-quantity contract to provide advisory and assistance services to the Business Financial Management Organization (DOB). The contractors will assist the DOB directorate in providing financial management services in support of the Ballistic Missile Defense system. This procurement is managed by the Missile Defense Agency Engineering and Support Services Program Office. This program office is responsible for centrally managing the acquisition of advisory and assistance services for the Agency. These contracts are being competitively awarded under the full and open, unrestricted, Request for Proposal HQ0147-09-R-0002. Each contract has a not-to-exceed ordering ceiling of $374,800,000. The companies will have the opportunity to bid on each individual task order. Work under these contracts will be performed in Huntsville, Ala.; Los Angeles, Calif.; Colorado Springs, Colo.; Indianapolis, Ind.; Dahlgren, Va.; Arlington, Va.; Albuquerque, N.M.; and Columbus, Ohio. The performance period is through August 2015. Obligations will be made by task orders using research, development, test and evaluation funds.

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a cost-plus-award-fee with technical/schedule performance incentive contract with a total value of $165,288,359 under contract HQ0276-10-C-0005. Under this contract, Raytheon will perform Preliminary design review efforts including, but not limited to, engineering services and material for systems engineering, design and development support, and initial hardware fabrication for the Standard Missile-3 Block IIA missile. The work will be performed in Tucson, Ariz., and is expected to be completed by March 31, 2011. Research, development, test and evaluation funds for fiscal 2010 will be used to for this effort with initial incremental funding in the amount of $40,000,000.

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $136,598,000 modification to a previously awarded advance acquisition contract (N00019-09-C-0022) to procure long-lead materials in support of P-8A low-rate initial production II aircraft. Work will be performed in Seattle, Wash. (63.8 percent); Greenlawn, N.Y. (11.7 percent); Baltimore, Md. (10.9 percent); North Amityville, N.Y. (8.3 percent); and McKinney, Texas (5.3 percent), and is expected to be completed in December 2013. 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.

CKY, Inc.*, Hagatna, Guam (N40192-10-D-0004); Donaldson Enterprises, Inc.*, Waikoloa, Hawaii (N40192-10-D-0005); Environet, Inc.*, Honolulu, Hawaii (N40192-10-D-0006); and Unitek Environmental Guam*, Barrigada, Guam (N40192-10-D-0007), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for remediation services at various locations in Guam and the Pacific Ocean area. The work to be performed provides for munitions response and incidental environmental remediation at sites which potentially contain munitions and explosives of concern and material potentially presenting an explosive hazard at various locations in Guam and the Pacific Ocean area. The maximum dollar value, including the base period and four option years, for all four contracts combined is $50,000,000. No task orders are being issued at this time. Work will be performed in Guam and the Pacific Ocean area. The term of the contract is not to exceed 60 months, with an expected completion date of September 2015. 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 five proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $37,329,835 cost-plus-fixed-fee contract for the designing, building and testing of an upgrade of an existing variant of the AN/AAS-53 Common Sensor Payload, including enhanced high definition/target location accuracy imaging capability. This contract shall provide engineering to surface issues relating to the development or integration of the high definition detectors into the AN/AAS-53 Common Sensor Payload to enhance high definition/target location accuracy imagining capability. Raytheon shall deliver a quantity of eight Common Sensor Payload high definition/target location configuration systems. Work will be performed in McKinney, Texas, and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-06-G-8555-0071).

Lockheed Martin Corp., Mission Systems and Sensors, Owego, N.Y., is being awarded a $10,077,448 modification to the previously awarded cost-plus-award-fee VH-71 system development and demonstration contract (N00019-05-C-0030), which was terminated for the convenience of the government. This modification provides funding for post-termination related expenses, including, but not limited to, the physical inventory of contractor acquired property, proposal preparation, security, disposition of contract inventory, subcontractor settlement costs, and termination management activities. Work will be performed in Owego, N.Y. (36 percent), and at various subcontractor facilities (64 percent) located in the United States, the United Kingdom and Italy. Work is expected to be completed by September 2011. Contract funds in the amount of $10,077,448 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Computer Sciences Corp., Washington, D.C., is being awarded a $6,659,408 firm-fixed-price contract for the design, fabrication, installation and testing of the Full Mission Bridge (FMB) 2 trainer, for the modification of FMB-2 from functionality currently existing in Conning Officer Virtual Environment (COVE) FMB-1, and for the modification of the existing COVE training systems located at the Surface Warfare Officers School Command in Newport, R.I. Work will be performed in the District of Columbia (65 percent) and Newport, R.I. (35 percent). Work is expected to be completed in September 2012. Contract funds in the amount of $478,267 will expire at the end of the fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61339-10-C-0038).

Sunland Builders, Inc.*, Newport, N.C., is being awarded $6,600,700 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N40085-09-D-9027) for the repair of concrete which includes air field surfaces 1, 2, 4, 5, 6, and 7 at Marine Corps Air Station New River. The work to be performed provides for the repair of damaged concrete located on the aircraft parking aprons. These air field surfaces are used for the parking, loading, and maintaining of rotary wing aircraft. The sealant between the concrete sections shall also be replaced. Aircraft tie-downs, storm drains, and expansion joints encased within the existing slabs shall also be replaced. The task order also contains one unexercised option which, if exercised, would increase cumulative task order value to $7,952,650. Work will be performed in Jacksonville, N.C., and is expected to be completed by August 2012. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Officer in Charge of Construction Marine Corps Installations East, Camp Lejeune, N.C., is the contracting activity.

Kalman & Co., Inc., Virginia Beach, Va., is being awarded $6,528,722 for task order #0031 under previously awarded contract (M67854-03-A-5158) to provide business and analytical support to the Joint Program Executive Office for Chemical and Biological Defense systems. Objectives of this initiative include risk analyses supporting enterprise-wide efforts and current programs of record, leading to concise business case analyses that identify cost and performance projections, schedule impacts, and sustainment/ lifecycle considerations. Work will be performed in Falls Church, Va. (95 percent); MacDill Air Force Base, Fla. (4 percent); and Fort Leonard Wood, Mo. (1 percent). Work is expected to be completed in September 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

AIR FORCE

JE Hurley Construction, Colorado Springs, Colo., was awarded a $25,000,000 contract which will provide roofing repair and replacement at the U.S. Air Force Academy in Colorado Springs, Colo. At this time, $50,000 has been obligated. 10 CONS/LGCA, U.S. Air Force Academy, Colo., is the contracting activity (FA7000-10-D-0013).

Battelle Memorial Institute, Columbus, Ohio, was awarded a $23,788,531contract which will assess and report on Marine Corps Protection, Mission Assurance, Homeland Defense and Chemical, Biological, Radiological, and Nuclear programs relative to readiness, viability, condition, procedures, and protocols; analyze assessment results for trends and identify corrective actions; and develop training and support documents to enhance readiness and protection. At this time, $700,000 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-3180; Delivery Order 676).

*Small business

No comments: