Thursday, July 28, 2011

DTN News: U.S. Department of Defense Contracts Dated July 28, 2011

DTN News: U.S. Department of Defense Contracts Dated July 28, 2011
(NSI News Source Info) WASHINGTON - July 28, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued July 28, 2011 are undermentioned;

CONTRACTS

NAVY

Raytheon Co., Tucson, Ariz., is being awarded an $85,619,066 firm-fixed-price contract for the procurement of 225 full rate production, lot seven, (FRP-7) AGM-154C-1 unitary joint stand-off weapon missiles, including associated support equipment. In addition, this contract provides for one AGM-154C-1 for performance characterization test. Work will be performed in Dallas, Texas (44 percent); Cedar Rapids, Iowa (24 percent); Tucson, Ariz. (22 percent); and McAllester, Okla. (10 percent). Work is expected to be completed in June 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command,Patuxent River, Md., is the contracting activity (N00019-11-C-0032).

Harris Corp., Rochester, N.Y., is being awarded a $29,119,944 firm-fixed-price delivery order under previously awarded contract (N00164-11-F-0142) for support to the Air Force Tactical Air Control Party Modernization Program. The equipment being purchased includes the AN/PRC-117G man-pack radio and accessories. Work will be conducted in Rochester, N.Y., and is expected to complete by October 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via E-Buy, with one offer received. Naval Surface Warfare Center Crane Division, Crane, Ind., is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $24,932,926 modification to previously awarded contract (N00024-10-C-4302) to exercise option year two to continue providing Nuclear Regional Maintenance Department support to operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn. Work will be performed in New London, Conn., and is expected to be completed by July 30, 2012. Contract funds in the amount of $7,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems, Minneapolis, Minn., is being awarded a $20,967,602 modification to previously awarded contract (N00024-05-C-5117) to establish new cost-plus-incentive-fee contract line item number for the procurement of the Advanced Gun System (AGS) Intra-Ship Rearmament System to be incorporated on DDG 1000 and DDG 1001. The Intra-Ship Rearmament System (AIRS) provides a safe method of moving AGS pallets between the DDG 1000 flight deck and the AGS magazine pallet hoist. AIRS is designed to operate with full performance in ship motion conditions up to sea state three. Work will be performed in Minneapolis, Minn. (90 percent), and Louisville, Ky. (10 percent), and is expected to be completed by December 2015. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Brady G2*, San Diego, Calif. (N62583-09-D-0142); Enviro Compliance Solutions, Inc.*, Tustin, Calif. (N62583-09-D-0143); Accord Engineering, Inc.*, Santa Ana, Calif. (N62583-09-D-0144); RORE-ITSI, J.V., L.L.C.*, San Diego, Calif. (N62583-09-D-0145); and Environmental Cost Management, Inc.*, Costa Mesa, Calif. (N62583-09-D-0146), are being awarded option year two under previously awarded firm-fixed-price multiple award contract for performance-based environmental consulting services in support of various Navy, Marine Corps, and federal government programs requesting assistance throughout the United States and its territories from the environmental restoration division of the Naval Facilities Engineering Service Center, Port Hueneme, Calif. The combined total value for all five contractors is $15,000,000. The work to be performed provides for obtaining support for innovative environmental solutions; support for guiding and managing innovative environmental projects; site characterization, data analysis, and data management utilizing the triad approach and Navy Installation Restoration Information System; environmental reporting and document preparation; innovative environmental solutions outreach; and environmental program management support. The total contract amount after exercise of this option will be $45,000,000. No task orders are being issued at this time. Work will be performed throughout the continental United States and its territories. The term for this option is from August 2011 to July 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

Makers Architecture and Urban Design*, Seattle, Wash., is being awarded a maximum $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for facilities planning and industrial engineering projects in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for services and studies primarily related to industrial facilities, including: process flow; equipment relationship evaluation; computer-aided design floor plans; basic facility requirement development/evaluation, asset evaluations; master facility plans; material flow; efficiency analysis; cost estimates; feasibility studies; concept studies; minor interior/exterior renovation planning; historic structure preservation documentation; buildings or structure repair planning; construction support services for new and existing facilities; seismic evaluations and upgrades; grading; paving; utility systems; mechanical and/or electrical systems; identification of asbestos and lead paint abatement; life safety/site investigations and economic evaluations. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Northwest AOR including, but not limited to, Washington (95 percent), Oregon (2 percent), Idaho (1 percent), Alaska (1 percent), and Montana (1 percent). Work is expected to be completed by July 2016. Contract funds ($10,000) will 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. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-11-D-6007).

Sauer, Inc., Jacksonville, Fla., is being awarded a $14,714,300 firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N69450-09-D-1277) for the renovation of Corry Station B3782 at Naval Air Station, Pensacola. The work to be performed provides for renovation of existing spaces into office and data center spaces. Work will include, but is not limited to, reconfiguring interior walls; replacing suspended ceilings and floor coverings; and modifying the heating ventilation and air conditioning system and fire suppression system. The task order also contains two unexercised options, which, if exercised, would increase cumulative task order value to $16,079,700. Work will be performed in Pensacola, Fla., and is expected to be completed by Oct. 2013. 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, Southeast, Jacksonville, Fla., is the contracting activity.

Carolina Growler, Inc.*, Star, N.C., is being awarded an $11,630,934 fixed-price contract for the procurement of: 197 A/M32K-10 munitions trailers, including pilot production units (PPU); 51 stake rack sets, including PPU; 50 electrical test sets P/N 3847AS800-1, including PPU; 60 electrical test sets P/N 3847AS810-1, including PPU; 80 adjustment fixtures P/N 3847AS222-1, including PPU; two A/M32U-21 maintenance trailers PPUs; and associated technical and logistics data. Work will be performed in Star, N.C., and is expected to be completed in July 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using 100-percent HUBZone set-aside procedures. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0390).

Fairmount Automation, Inc., Newtown Square, Pa., is being awarded a $9,663,740 indefinite-delivery/indefinite-quantity, firm-fixed price contract for the procurement of G4 design pad controllers to upgrade nuclear and non-nuclear boiler, steam plant, and auxiliary control systems on various classes of Navy ships using state-of-the-art electronic control system equipment as needed over a five year period. Work will be conducted in Newtown Square, Pa., and is expected to complete July 2016. Contract funds in the amount of $503,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-11-D-0011).

P&S Construction, Inc.*, Chelmsford, Maine, is being awarded $9,582,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N40192-10-D-2804) to upgrade the existing water, sanitary sewer and communications systems at South Ramp, Andersen Air Force Base. The work to be performed provides for upgrades to the existing water, sanitary sewer and communication systems. Work includes installation of elevated water tank, waterlines, gravity sanitary sewer manhole, upgrade of controls and electrical of two sanitary pump stations, supervisory control and data acquisition system on the new water tank, water booster pumps, sanitary pump stations, and a manhole duct system for communication lines. Work will be performed in Yigo, Guam, and is expected to be completed by February 2013. 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, Marianas, Guam, is the contracting activity.

Diversified Service Contracting, Inc.*, Dunn, N.C., is being awarded a $9,519,430 firm-fixed-price, indefinite-delivery indefinite-quantity contract for base operating support services at Patuxent River Naval Air Station. The work to be performed provides for, but is not limited to, providing all labor, management, supervision, tools, material and equipment required to perform the following: pest control, grounds maintenance, street sweeping, snow removal operations, janitorial services, and base support vehicles and equipment/transportation maintenance. The maximum dollar value, including the base period and four option years and two award option years, is $67,658,854. Work will be performed at Patuxent River, Md. (75 percent); St. Inigoes, Md. (10 percent); Solomons, Md. (10 percent); and outlying areas in St. Mary’s County, Md. (5 percent). Work is expected to be completed by September 2012. 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 Washington, Washington, D.C., is the contracting activity (N40080-11-D-3020).

Loving Couples Loving Children, Inc., Seattle, Wash., is being awarded a $9,380,746 firm-fixed-price contract for Naval Special Warfare (NSW) Resiliency Program services in support of the Bureau of Medicine and Surgery. NSW Resiliency Program services to be provided include resiliency assessment analysis, workshops and training programs with a goal of enhancing the performance and readiness of the forces through increasing resilience of the service member and his or her family and thus the team, squadron, group and overall NSW community. This contract contains options, which, if exercised, will bring the contract value to $44,443,211. Work will be performed in Seattle, Wash., and is expected to be complete July 2012. With options exercised, work will continue through March 31, 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Navy Electronic Commerce Online website, with two offers received. The NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-11-C-Z044).

S.T. Wooten Corp., Wilson, N.C., is being awarded $8,950,000 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-09-D-9024) for airfield pavement repairs at Marine Corps Air Station, Cherry Point. The work to be performed provides for milling, crack repair, bituminous concrete overlay, light removal and replacement, joint resealing, grooving, striping, and other incidental work for Runways 5R and 32L as indicated. Work also includes bituminous concrete pavement repairs, sealcoat preparations, crack repairs, restriping, and incidental related work as indicated for Taxiway Mike, overrun end of Runway 32L, Taxiway Delta, Warm-up Area 3, Aircraft Weapons Area, Taxiway to Northeast Harrier Pad, and High Power Run-up Ramp all on an active airfield, emulsified asphalt sealcoat excluding traffic control, foreign object debris barriers, sealant and vegetation removal, crack repairs, joint resealing, pavement markings. Work will be performed in Cherry Point, N.C., and is expected to be completed by May 2013. Contract funds will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Northrop Grumman Technical Services, Inc., Herndon, Va., is being awarded a $7,556,127 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00421-08-C-0065) to exercise an option for maintenance, manufacturing of parts, instrumentation and engineering support for the C-2, E-2, Advanced Hawkeye (E-2D), and applicable platforms associated with airborne early warning equipment, rotor dome and vapor cycle system. Additionally, supportability/safety studies on various highly specialized and uniquely configured E-2 and C-2 aircraft and weapon systems maintenance engineering and logistics services will be performed. Work will be performed in Patuxent River, Md., and is expected to be completed in July 2012. 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.

Design Partners, Inc., Honolulu, Hawaii, is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer services contract with for architect-engineering services for design, engineering, specification writing, cost estimating, and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for, but is not limited to, design and engineering services for the preparation of plans, specifications utilizing the NAVFAC SpecsIntact System, cost estimates utilizing the NAVFAC Success Estimator Program, functional analysis and concept development, request for proposal documentation for design-build and design-bid-build projects, and military construction project documentation at various locations in all areas under the cognizance of NAVFAC Pacific. If asbestos or hazardous materials exist, the architect-engineer contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to, Hawaii (55 percent), Guam (30 percent), and the Far East (15 percent). The term of contract is not to exceed 36 months, with an expected completion date of July 2014. 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 15 proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-11-D-0006).

ARMY

JLG Industries, Inc., McConnellsburg, Pa., was awarded a $70,076,247 firm-fixed-price contract. The award will provide for the procurement of 396 All-Terrain Lifter Army Systems. Work will be performed in McConnellsburg, Pa., with an estimated completion date of Jan. 29, 2012. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-D-A001).

Hensel Phelps, Greeley, Colo., was awarded a $33,532,000 firm-fixed-price contract. The award will provide for the plant, labor, transportation, materials, equipment and appliances necessary to construct the High Altitude Army Aviation Training Site. Work will be performed in Gypsum, Colo., with an estimated completion date of Sept. 24, 2013. The bid was solicited through the Internet, with nine bids received. The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-11-C-0003).

Armtec Countermeasures Co., Coachella, Calif., was awarded a $15,142,466 firm-fixed-price contract. The award will provide for the modification of an existing contract for the procurement of 404,200 M206 countermeasure flares; 41,280 MJU-7A/B countermeasure flares; and 5,472 MJU-10 countermeasure flares. Work will be performed in East Camden, Ark., and Milan, Tenn., with an estimated completion date of Oct. 31, 2012. The bid was solicited through the Internet, with two bids received. The Rock Island Contracting Office, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0055).

Charpie-Korte Design Build, J.V., S.B., L.L.C., Chicago, Ill., was awarded a $14,837,259 firm-fixed-price contract. The award will provide for the construction of a soldier family care clinic at White Sands Missile Range, N.M. Work will be performed in White Sands Missile Range, N.M., with an estimated completion date of March 26, 2013. The bid was solicited through the Internet, with 20 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0031).

Kilgore Flares Company, L.L.C., Toone, Tenn., was awarded a $13,546,053 firm-fixed-price contract. The award will provide for the modification of an existing contract for the procurement of 404,200 M206 countermeasure flares; 41,280 MJU-7A/B countermeasure flares; and 5,472 MJU-10 countermeasure flares. Work will be performed in Toone, Tenn., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet, with two bids received. The Rock Island Contracting Office, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0056).

The Korte Co., St. Louis, Mo., was awarded a $12,636,683 firm-fixed-price contract. The award will provide for the phase-three infrastructure upgrade to Building 3001 at Tinker Air Force Base, Okla. Work will be performed in Tinker Air Force Base, Okla., with an estimated completion date of Dec. 30, 2012. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0013).

Lakeshore TolTest Metag, J.V., L.L.C., Detroit, Mich., was awarded an $11,621,818 firm-fixed-price contract. The award will provide for the construction of a parking apron for six rotary-wing and two fixed-wing aircraft, taxiway, a concrete maintenance pad to support special operations, two aircraft maintenance shelters, and supporting facilities. Work will be performed in Afghanistan, with an estimated completion date of Feb. 15, 2012. There were 161 bids solicited, with 12 bids received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-11-C-0031).

Tapestry Solutions, Inc., San Diego, Calif., was awarded an $11,497,382 firm-fixed-price, cost-reimbursable contract. The award will provide for the managing and operating battle simulation training services for U.S. Army Europe and U.S. Army Africa. Work location will be determined with each task order, with an estimated completion date of Oct. 31, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, RCO Grafenwoehr, Germany, is the contracting activity (W912PB-11-D-0019).

CH2M Hill, Inc., Boise, Idaho, was awarded a $10,000,000 firm-fixed-price contract. The award will provide for the architecture and engineering services primarily for the Walla Walla, Wash., district. Work location will be determined with each task order, with an estimated completion date of July 21, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-11-D-0003).

INCA/Anderson-Perry, J.V., Bellevue, Wash., was awarded a $10,000,000 firm-fixed-price contract. The award will provide for the architecture and engineering services primarily for the Walla Walla, Wash., district. Work location will be determined with each task order, with an estimated completion date of July 21, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-11-D-0002).

MTNT Energy, Inc., McGrath, Alaska, was awarded a $10,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the electrical support services for installation, distribution, repairs. Work will be performed in Afghanistan, with an estimated completion date of July 21, 2012. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-11-D-0016).

Alliant Techsystems, Inc., Mesa, Ariz., was awarded an $8,892,589 firm-fixed-price contract. The award will provide for the procurement of spare components for the M230 gun in support of the Apache helicopter for Saudi Arabia and Egypt. Work will be performed in Mesa, Ariz., with an estimated completion date of Jan. 31, 2013. One bid was solicited, with one bid received. The U.S. Army TACOM LCMC, Contracting Center, Rock Island, Ill., is the contracting activity (W52H09-10-D-0095).

Arcadis U.S., Inc., Highlands Ranch, Colo., was awarded an $8,000,000 firm-fixed-price indefinite-delivery contract. The award will provide for the architect and engineering services for the Mobile District, U.S. Army Corps of Engineers, to provide environmental support to military, civil and federal agencies. Work will be performed in Mobile, Ala., with an estimated completion date of Aug. 15, 2016. The bid was solicited through the Internet, with 26 bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-11-D-0055).

Bertucci Contracting Co., L.L.C., Jefferson, La., was awarded a $6,966,250 firm-fixed-price contract. The award will provide for the dredging services, construction of a stone foreshore protection dike with geotextile fabric base, and all associated work along the shore of Lake Borgne, St. Bernard Parish, La. Work will be performed in St. Bernard Parish, La., with an estimated completion date of April 18, 2012. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-C-0048).

AIR FORCE

Raytheon Co., Missile Systems Division, Tucson, Ariz. is being awarded a $70,000,000 maximum firm-fixed-price contract to provide Small Diameter Bomb II technical support. AAC/EBMK, Eglin Air Force Base, Fla., is the contracting activity (FA8672-11-D-0107).

General Dynamics Information Technology, Fairfax, Va., is being awarded a $45,000,000 maximum cost-plus-fixed indefinite-delivery/indefinite-quantity contract to develop and improve manufacturing processes for all aspects of remotely piloted vehicles/aircraft. The Air Force Research Laboratory, Detachment 1/PKMT, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-5705 Task Orders 0001 and 0002).

Aurora Flight Sciences Corp., Manassas, Va., is being awarded a $45,000,000 maximum indefinite-delivery/indefinite-quantity contract to develop and improve manufacturing processes for all aspects of remotely piloted vehicles/aircraft. The Air Force Research Laboratory, Detachment 1/PKMT, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-5704 Task Orders 0001 and 0002).

United Launch Services, Littleton, Colo., is being awarded a $34,419,058 cost-plus-incentive-fee contract modification to complete the development of the RL10C-1 engine. The Space and Missile Systems Center, Launch and Range Systems Directorate, El Segundo, Calif., is the contracting activity (FA8811-11-C-0001).

Boeing Co., St. Louis, Mo., is being awarded a $32,480,252 cost-plus-incentive-fee contract modification to provide additional aircraft closure redesign. The AAC/EDBK/EDBJ, Eglin Air Force Base, Fla., is the contracting activity (FA8681-09-C-0280, Modification No. P00022).

*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

No comments: