Tuesday, February 28, 2012

DTN News: U.S. Department of Defense Contracts Dated February 27, 2012

DTN News: U.S. Department of Defense Contracts Dated February 27, 2012
(NSI News Source Info) TORONTO, Canada - February 28, 2012: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  February  27, 2012 are undermentioned;

CONTRACTS
NAVY
                BAE Systems Technology Solutions & Services, Inc., Rockville, Md. (N65236-12-D-4804), and Science Applications International Corp., McLean, Va. (N65236-12-D-4805), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price, multiple award contract for engineering and prototyping integration, software integration, and technical support services required to define, fabricate/prototype, inspect, test, evaluate, and deliver integrated prototype systems, or other equipment, for installation in strategic and tactical vehicles, and life cycle support of C4I tactical vehicles and related interface systems, subsystems and equipment, and associated programs and projects.  Each contractor will be awarded $12,500 at the time of award.  These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $698,249,000.  Work will be performed in Charleston, S.C., and is expected to be completed by February 2013.  If all options are exercised, work could continue until February 2017.  Contract funds will expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with three offers received.  The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.

                General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $359,750,000 modification to previously awarded contract (N00024-09-C-2229) for the procurement of the detail design and construction of a third Mobile Landing Platform ship.  Work will be performed in San Diego, Calif. (58 percent); Pittsburgh, Pa. (7 percent); Beloit, Wis. (6 percent); Crozet, Va. (3 percent); Chesapeake, Va. (2 percent); Belle Chasse, La. (1 percent); and various sites throughout the United States (14 percent) and outside the United States (9 percent).  Work is expected to be complete by January 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

                L-3 Unidyne, Inc., Norfolk, Va., is being awarded a $31,395,509 modification to previously awarded contract (N00024-12-C-2402) for the Service Life Extension Program (SLEP) of four landing craft, air cushioned (LCAC) craft.  The LCAC SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline.  The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box; gas turbine engine replacement; installation of a new skirt; installation of an integrated C4N equipment package; and accomplishment of selected craft alterations and repair work.  Work will be performed at Assault Craft Unit Four in Virginia Beach, Va., and is expected to completed by February 2014.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command is the contracting activity.

                L-3 Unidyne, Inc., Norfolk, Va., is being awarded a $26,817,607 modification to previously awarded contract (N00024-12-C-2403) for the Service Life Extension Program (SLEP) of four landing craft, air cushioned (LCAC) craft.  The LCAC SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline.  The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box; gas turbine engine replacement; installation of a new skirt; installation of an integrated C4N equipment package; and accomplishment of selected craft alterations and repair work.  Work will be performed at Assault Craft Unit Five in Camp Pendleton, Calif., and is expected to completed by February 2014.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command is the contracting activity.

                ITT Corp., Clifton, N.J., is being awarded a $19,636,772 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0005) for the design, development, integration, test, and delivery of software and firmware improvements to the existing ALQ-214(V)4/5 Jammer System.  This software improvement program is intended to modify ALQ-214(V)4/5 software and firmware with additional electronic countermeasure functionality to meet emerging threat scenario requirements; update current jamming technique functionality; and improve wingman compatibility by implementing digital signal processing techniques for better pulse signature measurements by the AN/ALQ-214(V)4/5 for F/A-18 C/D/E/F.  Work will be performed in Clifton, N.J., and is expected to be completed in February 2016.  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.

                Booz Allen Hamilton, McLean, Va. (N00421-10-D-0005); Deloitte Consulting, L.L.P., Alexandria, Va. (N00421-10-D-0006); National Technologies Associates, Inc., Alexandria, Va. (N00421-10-D-0007); and Science Applications International Corp., San Diego, Calif. (N00421-10-D-0008), are each being awarded modifications to previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to exercise options for management, organizational, and business improvement services, financial and business solutions, and human resources services supporting Naval Air Systems Command (NAVAIR) corporate operations and comptroller offices.  The aggregate not-to-exceed amount for these options is $16,664,000, and the companies will have the opportunity to compete on each individual task orders.  No funding will be obligated at time of award.  Work will be performed in Patuxent River, Md., however, services may be performed at any of the following NAVAIR sites:  St. Inigoes, Md.; Lakehurst N.J.; Point Mugu, Calif.; China Lake, Calif.; Orlando Fla.; Cherry Point, N.C.; Jacksonville, Fla.; and North Island, Calif.  Work performed under these contracts is expected to be completed in February 2013.  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.

                General Electric Aviation, Lynn, Mass., is being awarded a $9,258,449 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-09-G-0009) for the T700 Engine Component Improvement Program, to include engineering and engine system improvement support.  Work will be performed in Lynn, Mass., and is expected to be completed in December 2014.  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.

                Herley New York, Syosset, N.Y., is being awarded a $6,713,271 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for up to 100 J-band transmitters including engineering, technical and repair services in support of the Airborne Threat Simulation Office.  In addition, this contract includes tear down and evaluation services for 50 of the J-Band transmitters.  Work will be performed in Jerusalem, Israel (90 percent), and Syosset, N.Y. (10 percent), and is expected to be completed in February 2017.  Contract funds in the amount of $340,000 will expire at the end of the current fiscal year.  This contract was competitively procured through an electronic request for proposals and two offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-12-D-0012).

DEFENSE LOGISTICS AGENCY
                Cardinal Health, Inc., Dublin, Ohio, was issued a modification exercising the first option year on contract SPM2DX-10-D-0001/P00057.  The award is a firm-fixed-price, indefinite-quantity, prime vendor contract with a maximum $140,220,023 for brand name specific pharmaceutical items.  Other locations of performance are Massachusetts, North Carolina, Texas, Florida, Washington, New Jersey, and California.  Using service is Department of Defense.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds.  The date of performance completion is March 30, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

                CareFusion Solutions, L.L.C., San Diego, Calif., was awarded a fixed-price with economic price adjustment contract with a maximum $44,673,020 for infusion pump devices and related accessories.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were 99 proposals with 55 responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Feb. 23, 2017.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-12-D-8204).

                Watson Pharmaceuticals, Inc., Morristown, N.J., was issued a modification exercising the second option year on contract SPM2D0-10-D-0001/P00020.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $7,782,080 for various pharmaceutical products supporting the Corporate Exigency Contract Program.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2011/2012 Warstopper Funds.  The date of performance completion is Feb. 25, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY
                A-T Solutions, Inc., Fredericksburg, Va., is being awarded an indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract with an ordering limit of $90,000,000 for contractor support, which emulates an independent, multidisciplinary adversary and performs assessments entirely from an adversarial perspective.  The location of performance is Fort Belvoir, Va., and is expected to be completed Feb. 28, 2022.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively solicited through the Internet, and four proposals were received.  The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-12-D-0005).

AIR FORCE
                Industria Paschen Group, J.V., Chicago, Ill., is being awarded a $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity with economic price adjustment contract for simplified acquisition of base engineering requirements, such as minor, noncomplex construction projects, maintenance, alternation, or repair of real property at Tyndall Air Force Base, Fla., and its associated sites.  The location of the performances is Tyndall Air Force Base, Fla.  Work is expected to be completed by Feb. 26, 2017.  The 325th CONS/LGCC, Tyndall Air Force Base, Fla., is the contracting activity (FA4819-12-D-0001).

                L-3 Communications Corp., Link Simulation & Training, Arlington, Texas, is being awarded a $22,022,091 firm-fixed-price and firm-fixed-incentive, firm target contract for a fully immersive Block 40/50 F-16 Mission Training Center (MTC).  Priced production options to buy up to 20 MTCs along with operations and contractor logistics support were also included.  The location of the performances is Arlington, Texas, and is expected to be completed June 27, 2013.  ASC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-09-C-6292-P00056).

                Harris Corp., Government Communication Systems, Palm Bay, Fla., is being awarded a $8,413,606 cost-plus-award-fee contract for integration of geosynchronous earth orbit Satellite 4 with government-furnished launch services.  The location of the performance is Sunnyvale, Calif.  Work is expected to be completed by Nov. 28, 2015.  Infrared Space Systems Directorate, El Segundo, Calif., is the contracting activity (FA8819-08-C-0002, P00041).

                Chenega Logistics, LLC, Sioux Falls, S.D., is being awarded a $7,926,160 firm-fixed-price contract to provide the Air Force Office of Special Investigation advisory and assistance service support.  The location of the performances is Quantico, Va.  Work is expected to be completed by Feb. 28, 2013.  AFDW/PKIA, Andrews AFB, Md. is the contracting activity
(FA7014-12-D-3000).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY
                Lincoln Public Schools, Lincoln, Mass., is being awarded a firm-fixed-price contract for Comprehensive Education Program services, pre-kindergarten through eigth grade, in support of school-age children of eligible Department of Defense military and civilian employees assigned to Hanscom Air Force Base, Mass.  Work will be performed at Hanscom Air Force Base, Mass., and is expected to be completed June 30, 2013.  Contract funds will expire at the end of the current fiscal year.  The base period of performance is July 1, 2012 through June 30, 2013 with obligation value of $10,725,348.  This requirement was competitively procured via the Federal Business Opportunities website and one proposal was received.  The Department of Defense Education Activity, Department of Defense Elementary and Secondary Schools, Peachtree City, Ga., is the contracting activity (HEVAS6-12-C-0001).

                Caesar Rodney School District, Camden, Del., is being issued a modification exercising the first and final option period on contract HEVAS6-11-C-0001/P00002 with new obligation value of $7,432,338.  The award is a firm-fixed price contract for Comprehensive Education Program services, kindergarten through 12th grade, in support of school age children of eligible Department of Defense military and civilian employees assigned to Dover Air Force Base, Del.  Work will be performed at Dover Air Force Base, Del., and is expected to be completed June 30, 2013.  Contract funds will expire at the end of the current fiscal year.  This requirement was competitively procured via the Federal Business Opportunities website and one proposal was received.  The Department of Defense Education Activity, Department of Defense Elementary and Secondary Schools, Peachtree City, Ga., is the contracting activity.

*Link for This article compiled by Roger Smith from reliable sources  U.S. DoD issued No. 138-12 February 27, 2012
*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



No comments: