Saturday, September 11, 2010

DTN News: U.S. Department of Defense Contracts Dated September 9, 2010

Defense News: DTN News: U.S. Department of Defense Contracts Dated September 9, 2010
Source: U.S. DoD issued No. 812-10 September 9, 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 9, 2010 are undermentioned;

CONTRACTS

NAVY

Buchanan Roofing & Guttering, Inc.*, Spring Lake, N.C. (N40085-10-D-3576); Cram Roofing Co., Inc.*, San Antonio, Texas (N40085-10-D-3577); HUB-TEK2 Construction, Inc.*, Frisco, N.C. (N40085-10-D-3578); Industrial Contract Service Corp.*, Wilmington, N.C. (N40085-10-D-3579); Jordan Enterprises, LLC*, Manchester, Ga. (N40085-10-D-3580); and Quality Roofers & Guttering*, Jacksonville, N.C. (N40085-10-D-3581), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for general roofing type construction projects at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, Marine Corps Air Station Havelock and other outlying facilities in North Carolina. The maximum dollar value, including the base period and four option years, for all six contracts combined is $100,000,000. The work to be performed provides for the of demolition, repair, and replacement of roofing systems including, but not limited to modified bitumen, standing seam metal, shingles, and single-ply and incidental related work including, but not limited to, painting, asbestos/lead paint abatement, architectural modifications (i.e. decking replacement, blocking, etc.), and structural modifications. HUB-TEK2 Construction, Inc. is being awarded task order #0001 at $99,350 for the roof replacement at Building 3909 at Marine Corps Air Station Cherry Point, Havelock, N.C. Work for this task order is expected to be completed by March 2011. All work on this contract will be performed in Jacksonville, Havelock, and other outlying facilities in North Carolina. The term of the contract is not to exceed 60 months, with an expected completion date of September 2015. Contract funds for task order #0001 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Va., is the contracting activity.

Carley Corp., Orlando, Fla. is being awarded a $35,756,944 cost-plus-fixed-fee, firm-fixed-price contract for expeditionary fighting vehicle training systems development to produce the training system for Marine Corps expeditionary fighting vehicle accession training, as well as for training fleet and reserve forces. The training system will consist of subsystems defined as training courseware, simulators, devices, mockups and training aids. A learning management system will also be procured. The contract includes options which, if exercised, would bring the cumulative value of this contract to $36,400,325. Work will be performed in Orlando, Fla., and is expected to be completed by September 2015. Contract funds will not expire at the end of the current fiscal year. This contract was a small business set-aside competitive procurement posted in the Navy Electronic Commerce Office, with three offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-10-C-0036).

Data Link Solutions, LLC, Cedar Rapids, Iowa, is being awarded a $35,503,230 cost-plus-incentive-fee, cost-plus-award-fee contract to implement Link 16 network modifications in the legacy Link 16 Joint Tactical Information Distribution System (JTIDS) terminals. Modifications for JTIDS terminal variants consist of crypto modernization and frequency remapping. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $37,305,357. Work will be performed in Wayne, N.J. (90 percent), and Cedar Rapids, Iowa (10 percent), and is expected to be completed by November 2013. If all options are exercised, work could continue until March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because Data Link Solutions, as the sole JTIDS manufacturer, is the only source that holds the full legacy JTIDS terminal technical data package and has the capability to develop, fully integrate, and test the JTIDS modification field change kit. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-C-0090).

Tetra Tech EC, Inc., San Diego, Calif., is being awarded $14,040,521 for firm-fixed-price task order #0004 under a previously awarded environmental multiple award contract (N62473-10-D-0809) for base-wide radiological support at Hunters Point Shipyard. The work performed provides base wide radiological support under the contractor’s U.S. Nuclear Regulatory Commission broad scope radioactive material license to enable contractors to complete both chemical and radiological removal and remediation work. 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. The task order also contains one unexercised option which, if exercised, would increase the cumulative task order value to $26,610,046. Work will be performed in San Francisco, Calif., and is expected to be completed by September 2011. Contract funds will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

IAP-Leopardo Construction, Inc., Columbus, Ohio, was awarded contract N40080-10-C-0155 on May 7 in the amount of $14,152,620 under solicitation N40080-09-R-0163 for design and construction of two child development centers at Naval Air Station Patuxent River. Subsequent to award, IAP-Leopardo Contruction, Inc. was deemed other than small, thus ineligible to be awarded a contract that is a small-business set-aside. As a result, it was determined that the contract with IAP-Leopardo Contruction, Inc., be terminated for convenience. The next responsible offeror under the original solicitation was selected for award to complete the work under the contract.

Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded a $12,088,100 modification to previously awarded contract (N00024-03-C-5115) for management and engineering services to maintain and modify, as necessary, the design of DDG 51 class combat system compartments and topside arrangements. The required services for DDG 51 class ships and CG 47 class ships include program management and operation support, quality assurance, configuration management, ship design integration, fleet lifecycle engineering support, installation support, firmware maintenance, combat system test and evaluation, Navy-furnished material support, special studies, and future-ship integration studies. Work will be performed in Moorestown, N.J. (37 percent); Bath, Maine (25 percent); Pascagoula, Miss. (22 percent); San Diego, Calif. (6 percent); Washington, D.C., (5 percent); Norfolk, Va. (3 percent); Port Hueneme, Calif. (1 percent); and Syracuse, N.Y. (1 percent). Work is expected to be completed by January 2011. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

PAE Government Services, Inc., Rosslyn, Va., is being awarded a $10,000,000 firm-fixed-price contract modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N33191-07-D-1503) to exercise Option 3 for the continuation of a job order contract for facility minor construction at Camp Lemonnier, Djibouti. The work to be performed provides for a broad range of design/build, repair, renovation and minor construction work on real property at Camp Lemonnier and associated sites in Southwest Asia and Africa. The work is required in support of public works activities headquartered at Camp Lemonnier. The jobs will include tasks in a variety of trades, plumbing, electrical, sheet metal, painting, demolition, concrete masonry, welding, and incidental related work. After award of this option, the total cumulative contract value will be $40,000,000. Work will be performed in Djibouti and is expected to be completed by Sept. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity.

Raytheon Space and Airborne Systems, El Segundo, Calif., is being awarded a $9,013,296 cost-plus-fixed-fee delivery order against a previously issued basic order agreement (N00019-05-G-0008) for the procurement of a recurring effort to retrofit 26 operational test program sets (OTPS) and 33 electro-optical sensor unit shop repairable assembly test equipment units and an acceptance test of each mod kit to support the F/A-18 and EA-18G programs. In addition, Boeing will update OTPS 033 technical data package. Work will be performed in St. Louis, Mo. (64 percent) and McKinney, Texas (36 percent) and is expected to be completed in August 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.

AT&T Government Solutions, Inc., Herndon, Va., is being awarded an $8,421,196 task order #0036 under a previously awarded contract (M67854-03-A-5154) to provide technical support to the Marine Corps Systems Command (USMC), Information Systems and Infrastructure Product Group, Marine Corps Network and Infrastructure Services Program Office to provide information technology networking support services for the USMC Garrison Classified Network to U.S. Marine Corps Forces Pacific, Marine Forces Reserve and Marine Corps Installation - National Capitol Region installations. Throughout the contract period, the contractor will be required to perform such duties as customer support, network testing and monitoring, system analysis, and problem solving. Work will be performed in Pendleton, Calif. (36 percent); Okinawa, Japan (18 percent); Kaneohe, Hawaii (10 percent); New Orleans, La. (6 percent); Yuma, Ariz. (4 percent); Miramar, Calif. (4 percent); Fort Worth, Texas (4 percent); Marietta, Ga. (4 percent); Camp LeJeune, N.C. (2 percent); Bridgeport, Calif. (2 percent); Barstow, Calif. (2 percent); Twentynine Palms, Calif. (2 percent); Iwakuni, Japan (2 percent); Quantico, Va. (2 percent); and Arlington, Va. (2 percent). Work is expected to be completed by Sept. 27, 2011. Contract funds in the amount of $8,421,196 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Raytheon Co., Fullerton, Calif., is being awarded a $6,203,893 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) for the incorporation of changes that were identified during the preliminary design phase for the Joint Precision Approach and Landing System. Work will be performed in Fullerton, Calif. (84.6 percent), Indianapolis, Ind. (11.6 percent), and Cedar Rapids, Iowa (3.8 percent), and is expected to be completed in July 2012. Contract funds in the amount of $800,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded a $5,862,503 modification (P00224) to previously awarded cost-plus-fixed-fee contract (M67854-02-C-2052) to provide 28 field service representatives in support of Operation Enduring Freedom for the combat operations center program. Work will be performed in Afghanistan and is expected to be completed by March 31, 2011. Contract funds will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

AIR FORCE

General Atomics Aeronautical Systems, Poway, Calif., has been awarded a $38,267,658 contract modification which will provide a quantity of six MQ-9 Reaper aircraft. At this time, the entire amount has been obligated. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-05-G-3028; 0050012).

Adventium Enterprise, LLC, Minneapolis, Minn., was awarded a $23,750,000 contract which will develop a trusted virtual cyber defender that meets the technical, logistic, and economic constraints presented by the Air Force computing infrastructure. At this time, $500,000 has been obligated. AFRL/RIKD, Rome, N.Y., is the contracting activity (FA8750-10-D-0197).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas was awarded a $10,956,234 contract modification which will add new composite blade seals of the latest configuration to the representative listing of material associated with support as a capability on the existing contract supporting F-22 aircraft. At this time, the entire amount has been obligated. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897; PO0053).

ARMY

BYA International, New York, N.Y., was awarded on Sept. 3 a $40,629,040 firm-fixed-price contract to design and build the Afghan National Army Regional Military Training Center in Helmand Province, Camp Shorabak, Afghanistan. Estimated completion date is March 6, 2012. Bids were solicited on the Web and 14 bids were received. US Army Corps of Engineers Afghanistan Engineering District-South, Kabul, Afghanistan, is the contracting activity (W5J9LE-10-C-0031).

GM GDLS Defense Group, LLC, JV, Sterling Heights, Mich., was awarded on Sept. 3 a $40,533,560 cost-plus-fixed-fee contract. This project is a modification on contract W56HZV-07-D-M112 to add a performance work statement for the reset of 305 Stryker vehicles at Anniston Army Depot and to provide repair materials for an additional 25 Stryker vehicles. Estimated completion date is July 28, 2011, with worked performed at both Sterling Heights, Mich., and London, Canada. One bid was solicited and one bid was received. Tank and Automotive Command, Warren, Mich., is the contracting activity (W56HZV-07-D-M112).

Jeffrey C. Stone, Inc., dba Summit Builders Construction Co., Phoenix, Ariz., was awarded on Sept. 3 an $18,731,000 firm-fixed-price contract to construct a Border Patrol facility. Estimated completion date is April 16, 2012, with work to be performed at Naco, Ariz. Bids were solicited on the Web and Commerce Business Daily with eight bids received. US Army Corps of Engineers, Los Angeles District, Los Angeles, Calif., is the contracting activity (W912PL-10-C-0034).

BAE Systems Specialty Group, Inc., Jessup, Pa., was awarded on Aug. 30 a $17,908,922 firm-fixed-price five-year indefinite-delivery/indefinite-quantity for production contract for U.S. Modular Lightweight Load Carrying Equipment. Estimated completion date is Aug. 11, 2011, with work to be performed at Jessup, Pa. Bids were solicited on the Web with three bids received. U.S. Army Research Development & Engineering Command, Natick Contracting Center, Natick, Mass., is the contracting activity (W911QY-06-D-0003).

United Loyalty International, LLC, Cypress, Texas, was awarded on Sept. 3 a $15,924,919 firm-fixed-price contract to provide vehicle repair parts for the sustainment of the Iraqi Ministry of Interior’s fleet. Estimated completion date is Jan. 31, 2011. Bids were solicited on the Web with 21 bids received. Central Command Contracting Command is the contracting activity (W91GY0-10-C-0017).

Kipper Tool Co., Gainesville, Ga., was awarded on Sept. 1 a $13,457,659 indefinite-delivery/indefinite-quantity contract for 66 standard automotive tool sets. This is a current contract, placing an order for an additional 66 tool sets. Estimated completion date is June 30, 2011, with work to be performed in Gainesville, Ga. One bid was solicited and one bid received. Tank and Automotive Command Contracting Command, Rock Island Arsenal, Ill., is the contracting activity (DAAE20-03-D-0085).

BAE Systems, Survivability Systems, LLC, Fairfield, Ohio, was awarded an $11,575,200 firm-fixed-price contract for the production of 1,113 improved turret drive system/internal drive gears for the Mine Resistant Ambush Protected All Terrain Vehicle. Estimated completion date is Dec. 27, 2011, with work to be performed at Fairfield, Ohio. One bid was solicited and one bid was received. Tank and Automotive Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0365).

Weeks Marine, Inc., Covington, La., was awarded on Sept. 3 an $11,519,500 firm-fixed-price contract for approximately 2.9 million cubic yards of deep-draft maintenance dredging at Sabine Neches Waterway, Port Arthur Canal, Junction Area and Turning Basin in Jefferson County, Texas. Estimated completion date is Dec. 25, 2011. Eight bids were solicited with four bids received. US Army Corps of Engineers, Galveston District, Galveston, Texas, is the contracting activity (W912HY-10-C-0030).

Innovative Technical Solutions, Inc., Walnut Creek, Calif., was awarded on Sept. 3 an $8,849,633 firm-fixed-price contract to perform the design and construction of a 6,665 square foot control tower and the demolition of the existing control tower at Vance Air Force Base, Okla. Estimated completion date is Feb. 1, 2012. Bids were solicited on the Web with four bids received. US Army Corps of Engineers, Tulsa District, Tulsa, Okla., is the contracting activity (W9126G-08-D-0085).

MPRI, a division of L-3 Services, Inc., Alexandria, Va., was a warded on Sept. 1 a $7,400,000 time-and-material contract for extension of support services for professional mentoring and training support services with reforming the Afghanistan Ministry of Defense and their subordinate organizations policies and procedures. Estimated completion date is Oct. 31, 2010, with work to be performed in Afghanistan (99 percent) and Alexandria, Va. (1 percent). One bid was solicited and one bid received. Research Development & Engineering Command Contracting Center, Aberdeen Contracting Division, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0014).

DEFENSE LOGISTICS AGENCY

Solazyme, Inc.*, South San Francisco, Calif., is being awarded a maximum $10,240,000 firm-fixed-price contract for research and development of using biofuel feedstocks. There are no other locations of performance. Using service is Navy. The original proposal was Web-solicited with one response. The date of performance completion is January 2012. The Defense Logistics Agency Contract Services Office, Philadelphia, Pa., is the contracting activity (SP4701-10-C-0008).

*Small business

1 comment:

  1. My cousin recommended this blog and she was totally right keep up the fantastic work!

    Automotive Tools

    ReplyDelete