Monday, September 12, 2011

DTN News: U.S. Department of Defense Contracts Dated September 12, 2011

DTN News: U.S. Department of Defense Contracts Dated September 12, 2011
(NSI News Source Info) WASHINGTON - September 12, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 12, 2011 are undermentioned;

CONTRACTS

NAVY

Grace Pacific Corp., Honolulu, Hawaii (N62478-11-D-4036); Jas W. Glover, Ltd., Honolulu, Hawaii (N62478-11-D-4037); Road and Highway Builders, L.L.C., Sparks, Nev. (N62478-11-D-4038); and Road Builders Corp.*, Honolulu, Hawaii (N62478-11-D-4039), are each being awarded an indefinite-delivery/indefinite-quantity contract for paving and airfield paving projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The maximum dollar value, including the base period and two option years, is $60,000,000. No task orders are being issued at this time. The work will be performed at various locations on the island of Oahu. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities. It includes labor, supervision, tools, materials, and equipment necessary to perform asphaltic concrete pavement work, airfield asphalt concrete paving, and other incidental related work to include but not be limited to sidewalks and curbs, marking and striping of pavement. Work will be performed within the NAVFAC Hawaii AOR on the island of Oahu, and with an expected completion date of September 2014. Contract funds in the amount of $20,000 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 four proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $40,228,805 firm-fixed-price contract for the design and construction of the Center for Naval Aviation Technical Training, Aviation Training Facility at Marine Corps Base Camp Pendleton. The work to be performed provides for instruction and administrative spaces. The contract also contains a planned modification, which, if issued, would increase cumulative contract value to $44,828,805. Work will be performed in Oceanside, Calif., and is expected to be completed by February 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 14 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-0434).

McLean Contracting Co., Glen Burnie, Md., is being awarded a $28,815,000 firm-fixed-price contract to replace Fuel Pier D at Craney Island Fuel Pier Terminal. The work to be performed provides for the removal of the existing Fuel Pier D in its entirety and replacement with a new pier structure. The new pier will be constructed within the footprint boundary of the existing pier. The project will not require dredging. The scope of work includes intricate construction phasing and coordination in order to maintain continuous facility operating capability throughout construction. The contract also contains one unexercised option, which, if exercised, would increase cumulative contract value to $28,890,000. Work will be performed in Portsmouth, Va., and is expected to be completed by June 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 nine proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-11-C-0001).

Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded $12,878,061 for firm-fixed-price task order 0003 under a previously awarded multiple-award construction contract (N62473-09-D-1653) for relocation of the van pad complex at Marine Corps Air Station, Yuma. The work to be performed provides for the relocation of the existing Marine Air Logistics Squadron 13 van pad complex to accommodate construction of the pending Joint Strike Fighter F-35 simulation facility. The contractor shall provide all labor, equipment, and materials to perform all work described in the request for proposal. The task order also contains seven unexercised options and one planned modification, which, if exercised, would increase cumulative task order value to $14,855,473. Work will be performed in Yuma, Ariz., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Marotta Controls, Inc.*, Montville, N.J., is being awarded a $9,820,062 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for supply services in support of the development of advanced fluid control systems for shipboard applications. Services will include system design and integration; test and evaluation; software development; life cycle maintenance; logistics; fleet installation; training; and component obsolescence support. Funding will be provided on individual delivery orders issued under the contract. Work will be performed in Montville, N.J., and is expected to be completed by September 2015. Contract funds in the amount of $2,689,200 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-0026).

P&S Construction, Inc.*, North Chelmsford, Mass., is being awarded $8,627,000 for firm-fixed-price task order 0004 under a previously awarded multiple-award construction contract (N40192-10-D-2804) for the design and alteration of the Guam Strike Ops Group and Tanker Task Force renovation at Andersen Air Force Base. The work to be performed provides for the design and alteration of Building 22026; partial demolition of Building 21000; an interior and exterior telecommunication system for Building 22026; and alteration of Building 25002. Alterations include, but are not limited to, the repair and renovation of existing architectural, structural, mechanical, electrical, fire alarm, and mass notification systems in the buildings. Work will be performed in Yigo, Guam, and is expected to be completed by July 2013. 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, Marianas, Guam, is the contracting activity.

PrimeTech International, Inc., North Kansas City, Mo., is being awarded an estimated $6,526,330 time-and-material contract to support U.S. Marine Corps reset/retrograde at Marine Corps Logistics Command, Marine Corps Logistics Base, Albany, Ga. This contract contains options, which, if exercised, will bring the value of this contract to $19,118,182. Work will be performed in Albany, Ga., and is expected to be completed September 2012. If all options are exercised, the completion date is September 2014. This contract was competitively procured with over 74 prospective sources inquiring through the Federal Business Opportunities website, with six offers received. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-11-C-0029).

MISSILE DEFENSE AGENCY

The Missile Defense Agency is awarding Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., an unpriced change not-to-exceed $12,600,000 under contract HQ0276-10-C-0001. A cost-plus-incentive-fee/cost-plus-award-fee with technical schedule performance incentives modification is contemplated. The modification accounts for schedule and within scope adjustments to the Aegis Ballistic Missile Defense Baseline 4.0.1 development schedule, and accounts for the changes to the installation of the computer program aboard an Aegis cruiser. The performance period for this contract line item number under which this effort will be performed is from June 30, 2010 through March 31, 2012. Contract definitization is expected to be completed by Nov. 4, 2011. Fiscal 2011 research, development, test and evaluation funds will be used to fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a foreign military sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

*Small business

U.S. DoD issued No. 777-11 September 12, 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

No comments: