Monday, September 19, 2011

DTN News: U.S. Department of Defense Contracts Dated September 19, 2011

Defense News:
DTN News: U.S. Department of Defense Contracts Dated September 19, 2011
(NSI News Source Info) WASHINGTON - September 19, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 19, 2011 are undermentioned;

CONTRACTS

ARMY

Compton Construction, Bumpus Mills, Tenn. (W9126G-11-D-0064); Au Authum Ki, Chandler, Ariz. (W9126G-11-D-0063); Small Business Group, Inc., Summerville, S.C. (W9126G-11-D-0062); and GSC Construction, Augusta, Ga. (W9126G-11-D-0061), were awarded a $263,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction of warehouses in states west of the Mississippi River. Work location will be determined with each task order, with an estimated completion date of Sept. 23, 2016. The bid was solicited through the Internet, with 41 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Zieson Construction Co., L.L.C., Riverside, Mo. (W912DQ-11-D-4009); Sealaska Constructor, L.L.C., Bellevue, Wash. (W912DQ-11-D-4010); Greenleaf Construction, Kansas City, Mo. (W912DQ-11-D-4011); and Alexander-Weitz, Kansas City, Mo. (W912DQ-11-D-4012), were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the design-build services to support military construction projects within the Kansas City district. Work location will be determined with each task order, with an estimated completion date of Nov. 25, 2012. The bid was solicited through the Internet, with 32 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

Mass Service and Supply, L.L.C., Pueblo, Colo., was awarded a $39,700,000 firm-fixed-price contract. The award will provide for the construction of the Regional Training Institute at Fort Carson, Colo. Work will be performed in Fort Carson, Colo., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with eight bids received. The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-11-C-0008).

Airborne Systems North America of N.J., Inc., Pennsauken, N.J., was awarded a $27,627,306 firm-fixed-price contract. The award will provide for the procurement of 3,500 Military Free Fall Advanced Ram Air Parachute Systems, including logistics and training data deliverables. Work will be performed in Pennsauken, N.J., with an estimated completion date of Sept. 14, 2016. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0073).

Longbow, L.L.C., Orlando, Fla., was awarded a $26,049,000 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to add engineering service house for the Hellfire and Longbow missile requirements. Work will be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0256).

Raytheon Co., Huntsville, Ala., was awarded a $19,501,469 cost-plus-fixed-fee contract. The award will provide for the procurement of the Integrated Air and Missile Defense Plug and Flight A-kit design definition. Work will be performed in Huntsville, Ala., with an estimated completion date of Jan. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0167).

VSE Corp., Alexandria, Va., was awarded a $17,811,936 firm-fixed-price, level-of-effort contract. The award will provide for the technical manual updating services in support of Army Two Level Maintenance Program. Work will be performed in Alexandria, Va., with an estimated completion date of Sept. 15, 2012. Sixteen bids were solicited, with five bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-A906).

KDH Defense Systems, Inc., Eden, N.C., was awarded a $13,821,775 firm-fixed-price contract. The award will provide for the procurement of 16,798 Operation Enduring Freedom Camouflage Pattern Soldier Plate Carrier Systems with soft ballistics and cummerbund; 42,000 OCP component kits; and several other various components. Work will be performed in Eden, N.C., with an estimated completion date of Sept. 9, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-11-C-0167).

AJAC Enterprises, Inc., Albuquerque, N.M., was awarded a $13,093,523 firm-fixed-price contract. The award will provide for the restoration services in support of the Middle Rio Grande Restoration Project. Work will be performed in Bernalillo, N.M., and Albuquerque, N.M., with an estimated completion date of April 15, 2014. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-11-C-0026).

DRC Emergency Services, L.L.C., was awarded an $11,872,911 firm-fixed-price contract. The award will provide for the construction of a site for temporary housing in Minot, N.D. Work will be performed in Minot, N.D., with an estimated completion date of Oct. 28, 2011. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, St. Paul, Minn., is the contracting activity (W912ES-11-C-0026).

Inland Construction & Equipment, Inc., was awarded a $9,849,926 firm-fixed-price contract. The award will provide for the pile and deck repair services for the Center Wharf, Military Ocean Terminal Sunny Point, Brunswick, N.C. Work will be performed in Brunswick County, N.C., with an estimated completion date of April 30, 2013. Eight bids were solicited, with five bids received. The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912HN-11-C-0008).

Raytheon Co., Andover, Mass., was awarded an $8,393,659 cost-plus-fixed-fee contract. The award will provide for the repair and recapitalization services of Patriot missile systems assemblies and sub-assemblies. Work will be performed in Andover, Mass., with an estimated completion date of Oct. 14, 2012. One bid was solicited, with one bid received. The Directorate of Contracting, Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity (W911N2-09-D-0001).

NAVY

Raytheon, Integrated Defense Systems, Portsmouth, R.I., is being awarded a $42,640,122 fixed-price incentive, firm-fixed price, cost-plus-fixed fee, cost-type contract for MK 54, Mod 0 lightweight torpedo kit production. This contract procures kits, test equipment, spares, engineering, and repair services related to upgrades of Navy lightweight torpedoes. The MK54 Mod 0 lightweight torpedo is primarily intended as an anti-submarine torpedo in littoral scenarios. Its basic capabilities include operation in both shallow- and deep-water acoustic environmental conditions, using MK46 anti-submarine warfare capabilities in deep-water scenarios. The MK54 Mod 0 lightweight torpedo is an effective defense in the presence of threat countermeasures. Contract includes options, which, if exercised, would bring the cumulative value of this contract to $558,382,473. Work will be performed in Portsmouth, R.I. (80 percent), and Keyport, Wash. (20 percent), and is expected to completed by October 2015. Contract was competitively procured via Navy Electronic Business Opportunities website, with four offers received. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-11-C-6410).

The TEC-AECOM Pacific, J.V., Charlottesville, Va., is being awarded $26,200,000 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity architect-engineering contract (N62742-11-D-1801) for preparation of National Environmental Policy Act documents, environmental planning services, environmental studies, and related technical services at various Navy and Marine Corps activities within the Pacific Basin and Indian Ocean areas. Work will be performed in Honolulu, Hawaii, and is expected to be completed by September 2016. Contract funds will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Alpha Marine Services, L.L.C., Galliano, La., is being awarded a $25,266,636 firm-fixed-price contract for the time charter of M/V Dove, a U.S.-flagged, anchor-handling, towing supply vessel that will be used to support the Sea-Based X-Band Radar Platform, also called SBX-1. M/V Dove will transfer fuel, supplies, and offshore workers to and from SBX-1, and will function as the oil spill response vessel for SBX-1. Alpha Marine Services will operate and maintain M/V Dove for the duration of the charter. This contract includes four one-year option periods, which, if exercised, would bring the cumulative value of this contract to $146,986,164. Work will be provided in the Pacific Ocean, and is expected to be completed by September 2012. Contract funds are subject to availability in fiscal 2012 and will expire at the end of that fiscal year, or fiscal 2013. This contract was competitively procured via a solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online, and Federal Business Opportunities websites with more than 100 companies having access to the solicitation, four offers were received. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-2006).

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $18,389,065 modification to previously awarded contract (N00024-08-C-2300) for the accomplishment of the post-shakedown availability (PSA) for the DDG 51-class guided-missile destroyers USS William P. Lawrence (DDG 110) and USS Spruance (DDG 111). The effort to be performed includes services and material for the PSA. Specific efforts include: engineering and management support; labor and procurement of material to correct government responsible deficiencies and accomplish system upgrades; and performance of specific PSA work items inclusive of tests and post repair sea trials. Work will be performed in San Diego, Calif., and is expected to be completed by September 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.

Kollsman, Inc., Merrimack, N.H., is being awarded a $12,500,000 modification to existing contract (N00164-10-D-JQ24) for 28 Night Targeting Systems (NTS). The NTS upgrades incorporate a third-generation electro-optics sensor. The scope of the proposed contract modification includes NTS modification. The upgraded configuration will incorporate a third-generation forward-looking infrared sensor; a color charged coupled device camera on the gimbal; a color multi-functional display; laser rangefinder; and a target designator that improves the boresight capability of the NTS. Work will be performed in a Merrimack, N.H., and is expected to be completed by September 2016. Contract funds in the amount of $12,500,000 will expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

Olin Corp., Winchester Ammunition, East Alton, Ill., is being awarded a $9,999,786 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of .40 caliber frangible ammunition in support of the Coast Guard and Naval Criminal Investigative Service. Frangible ammunition is primarily used for training. Frangible, or “soft” rounds are designed to break apart when they hit walls or other hard surfaces to prevent ricochets during close-quarters combat. Work will be performed in Oxford, Miss., and is expected to be completed by September 2016. Contract funds in the amount of $41,278 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN08).

W.M. Robots, L.L.C.*, Colmar, Pa, is being awarded a $9,599,879 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Vallon mine detectors and consumable spares supporting the government of Afghanistan under the Foreign Military Sales Program. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $12,390,063. Work will be performed in Colmar, Pa., and is expected to be completed by September 2012. Contract funds in the amount of $7,928,618 will expire at the end of the current fiscal year. This contract was synopsized via Federal Business Opportunities as a sole-source procurement, and was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0015).

EFW, Inc., Fort Worth, Texas, is being awarded a $9,449,387 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0057) to provide hardware, installations, non-recurring engineering, technical data, and installation support of the Helmet Display Tracking System in AH-1W helicopters. Work will be performed in Haifa, Israel (51 percent), Fort Worth, Texas (25 percent), and Melbourne, Fla. (24 percent), and is expected to be completed in January 2013. Contract funds in the amount of $4,524,734 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Alion Science and Technology Corp., Washington, D.C., is being awarded an $8,256,758 undefinitized contract modification to previously awarded contract (N00024-10-C-5119) for professional support services for Program Executive Office Integrated Warfare Systems and Integrated Warfare Systems Deputy Assistant Secretary of the Navy Ships. This contract will provide subject matter experts, critical budget and finance support, and systems engineering support. Additionally, the contractor will provide direct support of the preparation of the Quarterly Execution Review; data analysis; preparation and review of information to be included in decision briefings; and preparation and review of issue papers, white papers, technical reports, study reports, and requirements documentation. Support services include program management, business financial management, and acquisition management at the Washington Navy Yard; as well as financial management, project management, and systems engineering support at the Pentagon. Work will be performed in the Washington, D.C., and is expected to be completed by September 2012. Contract funds in the amount of $766,077 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

American Contractor and Technology, Inc.*, Pensacola, Fla., is being awarded $6,843,316 firm-fixed-price task order 0002 under a previously awarded multiple-award construction contract (N69450-08-D-1295) for hangar repair and paraloft relocation at Naval Air Station Meridian. The work to be performed provides for architectural, mechanical, and electrical repairs to Aircraft Hangar 2 that will consolidate various maintenance shops and demolish vacated associated shop buildings. Work will be performed in Meridian, Miss., and is expected to be completed by November 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.

AIR FORCE

DynCorp International, L.L.C., Fort Worth, Texas, is being awarded a $36,041,734 firm-fixed-price contract for aircraft maintenance and related services in support of Euro-NATO joint jet pilot training; maintaining T-38 undergraduate pilot training, T-38 introduction to fighter fundamentals, and T-6A aircraft at Sheppard Air Force Base, Texas. The 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA-3002-09-C-0024, Modification Number A00026).

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $25,135,974 cost-plus-fixed-fee, indefinite-delivery, requirements contract for electro-optical, ultraviolet, infrared, and radio frequency sensors and system engineering and testing, to include reconnaissance systems and equipment, and other platform survivability systems and equipment. Work will be performed at Atlanta, Ga. The Air Force Materiel Command’s Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000, Delivery Order: 0190).

Work Services Corp., Wichita Falls, Texas, is being awarded a $17,410,276 firm-fixed-price contract modification for full food service, consisting of four main dining facilities, the central preparation kitchen, and meals delivered to the Sheppard Training Annex. Work will be performed at Sheppard Air Force Base, Texas. The 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA3020-07-F-0079, Modification Number P00039).

DEFENSE LOGISTICS AGENCY

Technology Research Corp.*, Clearwater, Fla., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test consoles. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0033).

United Support Solutions, Inc.*, Cedar Grove, N.J., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test consoles. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0034).

SYSCO Connecticut, Rocky Hill, Conn., was issued a modification exercising the first option year on the current contract SPM300-08-D-3238/P00029. Award is a fixed-price with economic price adjustment, prime vendor contract with a maximum $11,636,100 for food and beverage support for the Department of Defense and non-DoD customers in the Connecticut, Rhode Island, and Massachusetts area. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

*Small business


U.S. DoD issued No. 800-11 September 19, 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