Monday, April 30, 2012

DTN News: U.S. Department of Defense Contracts Dated April 30, 2012

DTN News: U.S. Department of Defense Contracts Dated April 30, 2012
(NSI News Source Info) TORONTO, Canada - April 30, 2012: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  April 26, 2012   are undermentioned;

CONTRACTS
AIR FORCE
            Lockheed Martin Corp., Orlando, Fla., is being awarded a $156,578,150 firm-fixed-price modification contract for three enhanced integrated cockpit systems trainers, four weapons systems trainers, one loadmaster fuselage trainer, five loadmaster part task trainers, and eight enhanced cargo handling systems.  These devices are utilized to provide training to aircrews and maintenance crews for the C-130J aircraft.  These training devices will support the missions for Air Mobility Command, Air Combat Command, and Air Force Special Operations Command.  The locations of the performance are Tampa, Fla.; Cote de Liesse, Montreal; and Quebec, Canada.  Work is to be completed by March 31, 2016.  ACS/Simulators Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-11-C-6288, P00007).

            Qualis Corp., Madison County, Ala., and Spectrum Comm., Inc., Newport News, Va., are being awarded a $77,000,000 cost indefinite-delivery/indefinite-quantity with cost-plus-fixed-fee and cost reimbursement task orders contract to procure operational test and evaluation services to support Air Force Operational Test and Evaluation Center in accomplishment of operational test and evaluation activities.  The locations of performance are Kirtland Air Force Base, N.M. Eglin, Air Force Base, Fla.; Peterson, Air Force Base, Colo.; and Edwards, Air Force Base, Calif.  Work is to be completed by Oct. 31, 2017.  AFOTEC/A-7K, Kirtland Air Force Base, N.M., is the contracting activity (FA7046-12-D-0100 and FA7046-12-D-0200).

            DRS-Sustainment System, Inc., St Louis, Mo., is being awarded a $41,808,966 hybrid fixed-price incentive (firm target), firm-fixed-price indefinite-delivery requirements type modification contract for contractor logistics support, Level III performance based logistics contract in support of the Tunner 60K loader program.  This contract has one basic ordering period plus a one-year option.  The location of the performance is West Plains, Mo.  Work is to be completed by Aug. 31, 2013.  WR-ALC/GRVKBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-12-D-0002).

            DRS-Sustainment System, Inc., St. Louis, Mo., is being awarded a $21,261,187 hybrid fixed-price incentive (firm target), firm-fixed-price indefinite-delivery requirements-type modification contract for overhaul of the tunner aircraft cargo loaders in support of the Tunner 60K loader program.  The location of the performance is West Plains, Mo.  Work is to be completed by Aug. 31, 2013.  WR-ALC/GRVKBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-12-D-0002-0004).

            Raytheon Integrated Defense Systems, Sudbury, Mass., is being awarded a $15,485,267 cost-plus-award-fee, firm-fixed-price and cost-plus-fixed-fee contract for the Surveillance Radar Program.  The location of the performance is Sudbury, Mass.  Work is to be completed by Nov. 9, 2012.  ESC/HSIK, Hanscom Air Force Base, Mass., is the contracting activity (FA8722-05-C-0001 P00083).

            The Boeing Co., Newark, Ohio, is being awarded a $11,873,224 cost-plus-award-fee contract to provide for Minuteman III Guidance System repair.  The location of the performance is Newark, Ohio.  Work is to be completed by Apr. 30, 2013.  OO-ALC/AFNWC/PKME, Hill Air Force Base, Utah, is the contracting activity (F42610-99-D-0006-0064).

            Northrop Grumman Space and Missions Systems Corp., San Jose, Calif., is being awarded a $10,360,820 firm-fixed-price modification contract to procure spare hardware to support the Airborne Sigint Intelligence Payload Increment 1 software development task.  A total of 26 unique spare items are to be procured.  The hardware is required to repair and maintain lab and flight test support equipment during the Increment 1 development effort and future upgrade programs.  The location of the performance is San Jose, Calif.  Work is to be completed by April 15, 2014.  Reconnaissance Systems Wing, Wright-Patterson Air Force Base, Ohio, is the contracting activity (BOA FA8620-08-G-3007 DO-000303).

            TASC, Inc., Andover, Mass., is being awarded a $9,600,001 cost-plus-fixed-fee and level of effort modification contract to exercise the option to continue space control architecting, modeling, and simulation activities for the space control architecture development program through April 2013.  This will enable continued space control architecture development in support of offensive and defensive counterspace, space situational awareness, and command and control mission areas.  The location of the performance is El Segundo, Calif.  Work is to be completed by May 1, 2013.  Space and Missile System Center, Space Superiority Systems Directorate, Los Angeles Air Force Base, El Segundo, Calif., is the contracting activity (FA8819-09-C-0001 modification P00028).

            Lockheed Martin Corp., Newtown, Pa., is being awarded an $8,403,514 fixed-price incentive firm contract for on-orbital operations support of the GPS IIR/IIR-M satellite constellation.  Support to be provided will be daily technical support, data evaluation and trendin, anomaly resolution, spacecraft processor software maintenance and continuing space segment to the control segment interface.  The location of the performance is Newtown, Pa.  Work is to be completed by Jan. 31, 2013.  Space and Missile Systems Center, Peterson Air Force Base, Colo., is the contracting activity (FA8823-12-C-0001).

            Lockheed Martin Corp., Newtown, Pa., is being awarded an $8,403,514 fixed-price incentive firm contract which will provide on orbital operations support of the GPS IIR/IIR-M satellite constellation.  Support to be provided will be daily technical support, data evaluation and continuing space segment to the control segment interface.  The location of the performance is Newtown, Pa.  Work is to be completed by Jan. 31, 2013.  Space and Missile Systems Center Peterson Air Force Base, Colo., is the contracting activity (FA8823-12-C-0001).

            Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $7,862,905 cost-plus-fixed-fee, indefinite-delivery and requirements contract, survivability/vulnerability technology, which will perform research and development in order to complete threat and vulnerability assessments, irregular warfare recommendations for position papers on threat topics and foreign media and open source analysis reports.  The location of the performance is McLean, Va.  Work is to be completed by April 29, 2012.  ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380, Delivery Order: 0461).

NAVY
            Marathon Construction Corp., Lakeside, Calif. (N62473-12-D-0244); Nova R M F, Napa, Calif. (N62473-12-D-0245); Reyes Construction, Inc., Pomona, Calif. (N62473-12-D-0246); R.E. Staite Engineering, Inc., San Diego, Calif. (N62473-12-D-0247); and Manson Construction Co., Seattle, Wash. (N62473-12-D-0248), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for construction and renovation of various waterfront facilities at various locations predominantly within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value, including the base period and two option years, for all five contracts combined is $99,000,000.  Marathon Construction is being awarded task order 0001 at $2,627,777 to repair concrete and fendering at Pier 7 at Naval Base, San Diego, California.  Work for this task order is expected to be completed by May 2013.  All work on these contracts will be performed predominantly within the NAVFAC Southwest AOR including, but not limited to, California, and is expected to be completed by April 2015.  Contract funds in the amount of $2,647,777 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 nine proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

            RQ Construction, L.L.C., Carlsbad, Calif., is being awarded a $64,397,300 firm-fixed-price contract for the design and construction of approximately eight multi-story and/or single-story reinforced concrete masonry unit buildings on pile foundations with structural steel framing, reinforced concrete foundation and floors, reinforced masonry walls and brick veneer at 2D Combat Engineer Battalion Complex at Marine Corps Base, Camp Lejeune.  Construction will include administrative space, storage space, drive-through equipment maintenance bays, communications/electronic equipment repair, secure weapons armory with covered weapons cleaning area, indoor simulated marksmanship trainer, showers and locker areas.  Sustainable design principles will be included in the design and construction in accordance with Executive Order 13123 and other laws and executive orders.  Facilities will meet a minimum of Leadership in Energy and Environmental Design Silver ratings and comply with Energy Policy Act of 2005.  The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  This contract contains options, which, if exercised, will bring the total value of the contract to $69,683,000.  Work will be performed in Jacksonville, N.C., and is expected to be completed by 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 29 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-7719).

            Harris Corp., RF Communications Division, Rochester, N.Y., is being awarded a $25,829,777 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee/cost-plus-incentive-fee contract for Joint Tactical Radio System (JTRS) soldier radio waveform software in-service support for the network enterprise domain under the Joint Program Executive Office, JTRS. This five-year contract includes no options.  Work will be performed at the contractor’s facilities in Rochester, N.Y., and is expected to be completed April 29, 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Request for Proposal N66001-11-R-0043 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with four offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0043).

            USA Environmental, Inc.*, Oldsmar, Fla., is being awarded $25,321,817 cost-plus-fixed-fee task order 0004 under a previous indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract (N62470-11-D-8007) for munitions and explosives of concern removal at the former Vieques Naval Training Range and former Naval Ammunition Support Detachment, Puerto Rico.  Work will be performed in Vieques, Puerto Rico, and is expected to be completed in October 2014.  Contract funds in the amount of $6,500,000 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

            BAE Systems, Information and Electronic Systems Integration, Inc., Nashua, N.H., is being awarded a $20,596,718 modification to a previously awarded cost-plus-fixed-fee contract (N00019-10-C-0070) for technology maturation efforts in support of the next generation jammer, which will replace the aging ALQ-99 tactical jamming system.  Technology maturation efforts include research in support of future development of airborne electronic attack capability from a tactical-size airborne stand-off/mod-escort platform.  Specifically, the contractor will mature and provide a concept demonstrator (CD) design and mature critical technology elements required to support CD design.  Work will be performed in Nashua, N.H. (39 percent); Melbourne, Fla. (25 percent); Cincinnati, Ohio (14 percent); Lansdale, Pa. (14 percent); and Baltimore, Md. (8 percent).  Work is expected to be completed in April 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.

            Northrop Grumman Systems Corp., Integrated Systems - Eastern Region, Bethpage, N.Y., is being awarded a $20,220,599 modification to a previously awarded cost-plus-fixed-fee contract (N00019-10-C-0072) for technology maturation efforts in support of the next generation jammer, which will replace the aging ALQ-99 tactical jamming system.  Technology maturation efforts include research in support of future development of airborne electronic attack capability from a tactical-size airborne stand-off/mod-escort platform.  Specifically, the contractor will mature and provide a concept demonstrator (CD) design and mature critical technology elements required to support CD design.  Work will be performed in Linthicum, Md. (55 percent), and Bethpage, N.Y. (45 percent), and is expected to be completed in April 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.

            ITT Corp., Clifton, N.J., is being awarded a $20,175,204 modification to a previously awarded cost-plus-fixed-fee contract (N00019-10-C-0071) for technology maturation (TM) efforts in support of the next generation jammer which will replace the aging ALQ-99 tactical jamming system.  The TM efforts include research in support of future development of airborne electronic attack capability from a tactical-size airborne stand-off/mod-escort platform.  Work will be performed in Clifton, N.J. (59 percent); Amityville, N.Y. (21.8 percent); Bohemia, N.Y. (11 percent); Irvine, Calif. (4.9 percent); and Langley, Va. (3.3 percent).  Work is expected to be completed in April 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.

            APIC Corp.*, Culver City, Calif., is being awarded a cost-plus-fixed-fee modification to a previously awarded Section 845 other transaction agreement (N00421-03-9-0002) with a not-to-exceed ceiling price of $16,000,000.  This modification provides for Phase V Network Enable Wavelength Division Multiplexing-Highly Integrated Photonics (NEW-HIP) technology maturation efforts.  Efforts will address the advancing system-level technology readiness level; manufacturing readiness level advancement for both the digital and analog network components; and link testing of digital and analog links using the application-specific components developed under the Navy NEW-HIP Program.  Work will be performed in Culver City, Calif. (69.75 percent); Albany, N.Y. (18.14 percent); Honolulu, Hawaii (11.30 percent); Eagan, Minn. (.43 percent); and Woodland Hills, Calif. (.38 percent).  Work 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.

            The Boeing Co., St. Louis, Mo., is being awarded a $12,002,634 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services associated with Engineering Change Proposal 6038 for the F/A-18E/F aircraft.  Supplies include 42 R2/R3 retrofit kits for the AN/APG-79 active electronically scanned array radar radomes.  Work will be performed at the Marion, Va. (57 percent), and St. Louis, Mo. (43 percent), and is expected to be completed in August 2015.  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.

            IAP World Services, Inc., Cape Canaveral, Fla., is being awarded an $11,800,592 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N40080-07-D-0470) for base operating support services at Naval Air Station Patuxent River; Webster Outlying Field; and Solomons Recreation Center.  This contract includes options, if exercised, which would bring the cumulative value f this contract to $84,392,015.  Work will be performed in Patuxent River, Md. (91 percent); Solomons, Md. (5 percent); St. Inigoes, Md. (2 percent); and Point Lookout, Md. (2 percent). Work is expected to be completed by November 2012.  Contract funds in the amount of $8,918,272 will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command Public Works Department, Patuxent River, Md., is the contracting activity.

            Huntington Ingalls Industries, Inc., Pascagoula, Miss., is being awarded a $11,497,083 modification to previously awarded contract (N00024-06-C-2304) to exercise an option for fiscal 2012 class services in support of class product fabrication, delivery, engineering, engineering support and integrated logistics support of the Zumwalt Class (DDG 1000) destroyer.  Work will be performed in Pascagoula, Miss. (95 percent), and Gulfport, Miss. (5 percent), and is expected to be completed by October 2012.  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.

            Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded at $7,321,712 firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62473-09-D-1653) for design-build renovation of Watkins Hall, Building 245, at Naval Support Activity Monterey.  The renovations include repairing/replacement of mechanical, plumbing, and electrical systems.  The mechanical repairs include removal of the existing heating, ventilation, and air conditioning (HVAC) system, chilled water and pneumatic control systems and replacement with a more efficient HVAC system and chilled water and direct digital controls systems.  Plumbing repairs include removal and replacement of existing domestic hot water tank/heat exchanger unit pump and connecting the HVAC pneumatic control system to the compressed air piping system serving laboratories.  Also provide drain for existing emergency shower/eyewash units and upgrades to meet the current safety standards.  Electrical repairs include evaluating the existing electrical power distribution, lighting, upgrades to meet the current electrical and energy codes and standards.  The option, if exercised, provides for re-painting and re-carpeting all offices.  This contract includes options, if exercised, which would bring the cumulative value to an estimated $7,396,512.  Work will be performed in Monterey, Calif., and is expected to be completed by November 2013.  Contract funds in the amount of $7,321,712 will expire at the end of the current fiscal year.  Eight proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $7,516,372 modification to the previously awarded fixed-price-incentive-firm target F-35 Lightning II JSF Low Rate Initial Production IV Sustainment contract (N00019-09-C-0010).  This modification provides for the procurement of 1,198 active matrix liquid crystal displays, a diminishing manufacturing source part, for all low rate initial production variants.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2012.  Contract funds in the amount of $4,230,468 will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force (29.8 percent); the Marine Corps (14.4 percent); the Navy (12.1 percent); and the Cooperative Program Participant (43.7 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

*Link for This article compiled by Roger Smith from reliable sources U.S. DoD issued No. 328-12 April 30, 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: