Democratic Underground Latest Greatest Lobby Journals Search Options Help Login
Google

Your 'Defense' taxpayer dollars at work ($5.3 billion), week ending 4.2.2010

Printer-friendly format Printer-friendly format
Printer-friendly format Email this thread to a friend
Printer-friendly format Bookmark this thread
This topic is archived.
Home » Discuss » Archives » General Discussion (1/22-2007 thru 12/14/2010) Donate to DU
 
unhappycamper Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Apr-03-10 06:05 AM
Original message
Your 'Defense' taxpayer dollars at work ($5.3 billion), week ending 4.2.2010
Edited on Sat Apr-03-10 06:46 AM by unhappycamper
Contracts for March 26, 2010


FOR RELEASE AT
5 p.m. ET No. 236-10
March 26, 2010

CONTRACTS

ARMY


AM General, LLC, South Bend, Ind., was awarded on March 22 a $317,961,404 firm-fixed-price contract to add 2,122 high mobility multi-purpose wheeled vehicles to contract. Work is to be performed in Mishawaka, Ind., with an estimated completion date of Dec. 31, 2010. One bid was solicited with one bid received. TACOM Warren, AMSTA-AQ-ATCA, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

Hellfire Systems, LLC, Orlando, Fla., was awarded on March 24 a $268,750,936 firm-fixed-price contract for fiscal 2010 option exercise for a total quantity of 3,955 HELLFIRE II missiles. Work is to be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2013. One bid was solicited with one bid received. U.S. Army Contracting Command, AMCOM Contracting Center Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0361).

EG&G Defense Materials, Inc., Tooele, Utah., was awarded on March 23 a $181,291,800 cost-plus-fixed-fee contract for Phase 2 chemical agent munitions disposal systems (CAMDS) closure, CAMDS & Deseret Chemical Depot secondary waste and GA/Lewisite Disposal.]Work is to be performed in Tooele, Utah, with an estimated completion date of July 30, 2015. One bid was solicited with one bid received. Army Contracting CMD-Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (DACA97-89-C-0076).

Oshkosh Corp., Oshkosh, Wis., was awarded on March 22 a $41,941,800 firm-fixed-price contract for the procurement of 1,080 rocket propelled grenade protection kits. Work is to be performed in Oshkosh, Wis., with an estimated completion date of May 31, 2012. Five bids were solicited with five bids received. TACOM, AMSCC-ASCA, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Walbridge, Detroit, Mich., was awarded on March 23 a $40,686,943 firm-fixed-price contract. This project consists of the design and construction of three tactical equipment maintenance facilities (TEMFS) for a sustainment bridge, Joint Land Attack Cruise Missile Defense Elevated Netted Sensor System battery and Terminal High-Altitude Area Defense battery at Fort Bliss, Texas. The project construction shall be on three nearby but separate sites on Fort Bliss. Each TEMFS will provide facilities for the purpose of maintaining and repairing tactical organizational equipment and vehicles, a complex with repair and maintenance bays, equipment and parts storage, administrative offices, secure vaults, oil storage buildings, hazardous material storage, and other supporting facilities such as organizational storage buildings. Work is to be performed in Fort Bliss, Texas, with an estimated completion date of Dec. 30, 2011. Bids were solicited via World Wide Web with four bids received.

Alliance Construction Solutions of Wyoming, Cheyenne, Wyo., was awarded on March 22 an $8,636,000 firm-fixed-price contract for the construction of a training support center at Fort Carson, Colo. Work is to be performed in Fort Carson, Colo., with an estimated completion date of Sept. 1, 2011. Bids were solicited on the World Wide Web with 20 bids received. U.S. Army Corps of Engineers, Omaha District, Omaha, N.E., is the contracting activity (W9128F-10-C-0013).

Raytheon Systems Co., McKinney, Texas, was awarded on March 22 a $7,906,132 firm-fixed-price contract for the procurement of 26 improved target acquisition sub-systems. Work is to be performed by Oct. 31, 2012. One bid was solicited with one bid received. U.S. Army Contracting Command Aviation & Missile Command Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0490).

Teledyne Scientific and Imaging, LLC, West Palm Beach, Fla., was awarded on March 19 a $6,763,839 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency program that will revolutionize the underlying technologies for unmanned sensor systems. This effort seeks to emulate the mammalian visual pathway by implementing advanced models and algorithmic emulations of the entire visual pathway from retina to the visual cortex. Work is to be performed in West Palm Beach, Fla. (35.8 percent); LaJolla, Calif. (13.2 percent); Berkeley, Calif. (11.5 percent); Berkeley, Calif. (10.2 percent); Cambridge, Mass. (12.1 percent); Santa Clara, Calif. (7.4 percent); Stanford, Calif. (2.9 percent); and Bedford, Mass. (6.9 percent), with an estimated completion date of Sept. 18, 2011. Bids were solicited on the World Wide Web with 14 bids received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-10-C-0032).


NAVY


VT Halter Marine, Inc, Pascagoula, Miss., is being awarded a $165,361,305 not-to-exceed firm-fixed-price modification to previously awarded contract (N00024-06-C-2212) for the detail, design, and construction of the fourth Egyptian navy Fast Missile Craft under the Foreign Military Sales program. The effort will also include technical manuals, crew familiarization training, and technical and supply support. The efforts required include all hardware, software, licensing, design engineering, production engineering, manufacturing, test engineering, technical documentation, training, spares procurement, and program management through delivery. Work will be performed in Pascagoula, Miss. (57 percent); Manassas, Va. (12 percent); Wyndmoor, Pa. (12 percent); Linthicum, Md. (9 percent); and other locations (10 percent), and is expected to be completed by December 2013. 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.


Raytheon Co., Tucson, Ariz., is being awarded a $101,636,713 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0093) for the procurement of 313 full rate production Lot 6 (FRP-6) AGM-154C-1 Unitary Joint Stand-Off Weapon missiles, including associated support equipment. In addition, this modification provides for one AGM-154C-1 for performance characterization test. Work will be performed in Dallas, Texas (44 percent); Cedar Rapids, Iowa (24 percent); Tucson, Ariz. (22 percent); and McAllester, Okla. (10 percent), and is expected to be completed in March 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $59,662,245 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0096) for the procurement of 18 full-rate production Lot VIII AN/AQS-22 Airborne Low Frequency Sonar helicopter dipping sonar systems and two sonar transmitter/receiver weapon replaceable assemblies for the MH-60R program. Work will be performed in Brest, France (72 percent); Portsmouth, R.I. (26 percent); and Gaithersburg, Md. (2 percent), and is expected to be completed in May 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.

Simmonds Precision Products, Inc., dba Goodrich Fuel and Utility Systems, Vergennes, Vt., is being awarded a $13,642,763 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0298) to exercise an option for the procurement of various integrated mechanical diagnostics system kits and delta parts in support of MH-60R/S helicopters. Work will be performed in Vergennes, Vt., and is expected to be completed in October 2011. 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.

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $9,089,490 firm-fixed-price not-to-exceed delivery order #0002 to basic ordering agreement N00024-06-G-5109 for the procurement of stable master oscillator ordinance alteration kits for CG 55, 60, 62, and DDG 53 ship sets. Work under the not-to-exceed delivery order will be performed in Sudbury, Mass. (55.5 percent); Andover, Mass. (28.9 percent); and Norfolk, Va. (15.6 percent), and is expected to be completed by January 2012. Contract funds will not expire at the end of the current fiscal year. This not-to-exceed basic ordering agreement delivery order 0002 was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an $8,418,042 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for the VH-3D executive helicopter special progressive aircraft rework induction. Work will be performed in Stratford, Conn., and is expected to be completed in June 2011. Contract funds in the amount of $8,418,042 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $6,965,693 modification to a previously awarded contract (N00024-07-C-5431) for funding for savings on value engineering change proposals for warhead fairing, dual band antenna, telemetric data transmitting set, rear receiver, Unit 10 front microwave receiver, power converter, two-piece Marmon clamp, and control section component parts of the Evolved Seasparrow Missile.. Work will be performed in Tucson, Ariz. (45 percent), Camden, Ark. (2 percent), Andover, Mass. (10 percent), Australia (11 percent), Canada (7 percent), Denmark (1 percent), Greece (1 percent), Germany (8 percent), The Netherlands (6 percent), Norway (5 percent), Spain (3 percent), and Turkey (1 percent), and is expected to be completed by August 2013. 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.

Northrop Grumman Space and Mission Systems Corp., Herndon, Va., is being awarded a $6,291,556 cost-plus-fixed fee contract for AEGIS engineering and technical services. This procurement shall furnish engineering, technical, computer programming, materials management, and specified logistics services necessary to support AEGIS Combat System; major weapon systems programs; and test and evaluation and post event analysis. Support services shall be required at shore sites, land based test facilities, shipyards, and aboard ships in port and at sea for the United States, allied nations, and Foreign Military Sales customers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $9,980,755. This contract combines purchases for the U.S. Navy (84 percent) and the governments of Australia (6 percent), Japan (5 percent), and Spain (5 percent) under the Foreign Military Sales program. Work will be performed in Port Hueneme, Calif. (65 percent), San Diego, Calif. (15 percent), Dahlgren, Va. (10 percent), and Pearl Harbor, Hawaii (10 percent), and is expected to be completed by September 2010. Contract funds in the amount of $1,384,142 will expire at the end of the current fiscal year. This contract was not competitively procured. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity (N63394-10-C-1201).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $5,944,064 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of 124 ARC-210 RT-1824(C)/ARC receiver transmitters for the F/A-18E/F and EA-18G aircraft. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2010. 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.


DEFENSE LOGISTICS AGENCY



ExxonMobil Fuels Marketing Co., Fairfax, Va., is being awarded a maximum $13,373,066 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for aviation fuel. Other location of performance is in Louisiana. Using services are Foreign Military Sales for Israel. The original proposal was Web solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is April 30, 2010. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0480).

Mansfield Oil Co.*, Gainsville, Ga., is being awarded a minimum $5,990,062 fixed-price with economic price adjustment for fuel. Other locations of performance include California, Utah and Arizona. Using services are Army and federal civilian agencies. The original proposal was Web solicited with forty-eight responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2012. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-4517).

Falcon Fuels, Inc.*, Paramount, Calif., is being awarded a minimum $5,695,980 fixed-price with economic price adjustment contract for fuel. Other locations of performance are throughout California. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The original proposal was Web solicited with forty-eight responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2012. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-4513).

*Small business

$1.27 billion of your taxpayer dollars spent. K ching.


Contracts for March 29, 2010}
[br />
FOR RELEASE AT
5 p.m. ET No. 245-10
March 29, 2010


CONTRACTS


DEFENSE LOGISTICS AGENCY


Philips Medical Systems, Andover, Mass., is being awarded a maximum $77,172,660 fixed-price with economic price adjustment contract for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally 17 proposals solicited with nine responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the first option year. The date of performance completion is March 29, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2D1-09-D-8349).

Hitachi Medical Systems America, Inc., Twinsburg, Ohio, is being awarded a maximum $12,000,000 fixed-price with economic price adjustment contract for radiology systems, components, upgrades, accessories, and installation. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The original proposal was Web solicited with 48 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the fourth option year. The date of performance completion is March 29, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2D1-09-D-8331).


NAVY



L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $38,997,853 modification to a previously awarded indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for integrated systems engineering support services in support of C4ISR and C2. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $268,986,110. Work will be performed in Charleston, S.C. (40 percent); Norfolk, Va. (40 percent); San Diego (10 percent); and Washington, D.C. (10 percent), and is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities Web site and the Space and Naval Warfare Systems Center E-Commerce Central Web site, with seven offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-04-D-6842).

Raytheon Technical Services Co., LLC, Customized Engineering and Depot Support, Indianapolis, Ind., is being awarded a $32,398,357 cost-plus-incentive-fee contract to provide engineering and manufacturing development of a non-pyrotechnic multi-purpose bomb rack for carriage and release of weapons and stores employed on BRU-33, BRU-41, BRU-42, and BRU-55 bomb rack. Work will be performed in Indianapolis, Ind., and is expected to be completed in September 2014. Contract funds in the amount of $5,168,598 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, with three proposals received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0048).

ADS, Inc.*, Virginia Beach, Va., is being awarded a $21,320,000 firm-fixed-price delivery order against General Services Administration (GSA) schedule contract (GS-07F-5965P) for the procurement and delivery of back up iron sights (BUIS) P/N: 25650-1. The BUIS is a single flip-up rear sight for use with the M4 carbine and M16 rifle. It is designed to occupy space behind the eyepiece of a day scope and has the capability of flipping up for use in the event of a primary sight failure. Work will be performed in Virginia Beach, Va., and is expected to be completed March 2015. Delivery order funds in the amount of $21,300,000 will expire at the end of the current fiscal year. This delivery order was competitively procured with quotes solicited via the GSA e-Buy Web site, with five offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity for delivery order M67854-10-F-1063.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $17,709,161 cost-plus-fixed fee contract for a follow-on contract for the United Kingdom technical services in support of the TRIDENT Strategic Weapons System. Work will be performed in Sunnyvale, Calif. (70.69 percent); Cape Canaveral, Fla. (12.54 percent); St. Marys, Ga. (2.58 percent); Bremerton, Wash. (0.81 percent); and other locations inside and outside the United States (13.38 percent). Work is expected to be completed March 31, 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-10-C-0026).

ArmorWorks Enterprise, LLC*, Chandler, Ariz. (N62583-10-D-0323); Southern California Gold Products, Inc.*, Oxnard, Calif. (N62583-10-D-0346); and American Defense Systems, Inc.*, Hicksville, N.Y. (N62583-10-D-0347), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price multiple award contract for up-armoring solutions of civil engineer support equipment for the Naval Facilities Expeditionary Logistics Center. The base year and each of the four option years have a not-to-exceed amount of $10,000,000. The maximum dollar value for all three contracts combined shall not exceed $50,000,000. The work to be performed includes all labor, materials, and services necessary to design, engineer, fabricate, integrate armor systems and sub-systems, and testing requirements. The contractor is responsible for shipping and transportation of all the equipment identified within each individual task order. Work will be performed at various contractor sites within the continental United States. The contract ordering period will be for a base year plus up to four option years, with an expected completion date of April 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site as a small business set-aside under the North American Industry Classification System 336992. There were seven proposals received as a result of this solicitation. These contractors will compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a $9,517,017 cost-plus-incentive-fee modification under previously awarded contract (N00024-04-C-6207). The modification is for the fiscal 2010 tactical local area network effort to support work to procure production for the Virginia Class submarine combat control three-bay structurally integrated enclosure. This option is to be used for shipsets seven through ten. Work will be performed in Manassas, Va., and is expected to be completed December of 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.


ARMY



WRS Infrastructure & Environment, Inc., Tampa, Fla., was awarded on Mar. 22 a $30,224,400 firm-fixed-price contract for the construction of westbank and vicinity, New Orleans, Louisiana hurricane storm damage risk reduction systems Lake Cataouatche, western tie-in WBV 72: east-west levee St. Charles Parish. Work is to be performed in St. Charles Parish, La., with an estimated completion date of Aug. 13, 2011. Bids were solicited on the World Wide Web with four bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-10-C-0062).

Raytheon Co., Integrated Defense Systems, Andover, Mass., was awarded on Mar. 23 a $20,476,695 firm-fixed-price contract to provide technical assistance in support of Foreign Military Sales case. Work is to be performed in Andover, Mass., with an estimated completion date of March 31, 2011. One bid was solicited with one bid received. U.S. Army Contracting Command, Missile Logistics Division, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0301).

HX5, LLC, Fort Walton Beach, Fla., was awarded on March 25 an $18,000,000 indefinite-delivery/indefinite-quantity firm-fixed-price contract. This contract is for research and development, science & engineering and related logistical and administrative support services for all engineering reach and development center laboratories and other local Corps entities. Work is to be performed in with an estimated completion date of March 31, 2014. Bids were solicited via the Federal Business Opportunities Web site with four bids received. U.S. Army Corps of Engineers, ERDC Contracting Office, Vicksburg, Miss., is the contracting activity (W912HZ-09-D-0001).

Raytheon Co., IDS, Huntsville, Ala., was awarded on March 25 a $12,985,000 firm-fixed-price contract for the Integrated Air and Missile Defense (IAMD) Plug-and-Fight (P&F) A-Kit design definition to develop an integrated set of components/platform end item preliminary engineering change proposals for the development of IAMD P&F A-kits that integrate government furnished equipment IAMD B-Kits. Work is to be performed in Huntsville, Ala., with an estimated completion date of Feb. 28, 2011. One bid was solicited with one bid received. AMCOM Contracting Center, Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0267).

Walbridge, Detroit, Mich., was awarded on March 23 a $11,485,000 firm-fixed-price construction contract for a training support center at Fort Riley, Kansas. Work is to be performed in Fort Riley, Kan., with an estimated completion date of July 29, 2011. Bids were solicited on the World Wide Web with four bids received. U.S. Corps of Engineers, CECT-NWK-M, Kansas City, Mo., is the contracting activity (W912HN-09-D-0023).

Evergreen Helicopter, Inc., McMinnville, Ore., was awarded on March 23 a $10,015,620 firm-fixed-price contract for helicopter support and services for U.S. Army Hawaii, islands of Oahu and Hawaii. Work is to be performed in the islands of Oahu (40 percent) and Hawaii (60 percent) with an estimated completion date of March 23. Twenty-five bids were solicited with two bids received. Regional Contracting Office, Hawaii Fort Shafter, Hawaii, is the contracting activity (W912CN-08-D-0013).

Lockheed Martin Corp., Owego, N.Y., was awarded on March 23 a $9,420,975 firm-fixed-price contract for an award undefinitized contractual action modification for the update and completion of the integrated logistics support effort for the light armored vehicle command and control variant upgrade program. Work is to be performed in Owego, N.Y., with an estimated completion date of Feb. 28, 2011. One bid was solicited with one bid received. TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-05-C-0383).

Honeywell Technology Solutions, Inc., Columbia, Md., was awarded on March 23 a $7,990,190 time-and-material contract for service contract of Sustainment of the Mobile Parts Hospital (MPH) in Southwest Asia. The MPH is a self-contained, self-sustaining mobile manufacturing system that efficiently fabricates standards and unique parts at or near the point of need to enhance soldier readiness. Work is to be performed in Sterling Heights, Mich. (16.6 percent), and Southwest Asia (83.4 percent), with an estimated completion date of March 22, 2011. One bid was solicited with one bid received. TACOM Rock Island, CCTA-AR-FB, Rock Island., Ill., is the contracting activity (W56HZV-10-C-0279).

Caesar Rodney School District, Camden, Del., was awarded on March 25 a $7,803,955 firm-fixed-price contract. This contract modification is to exercise option period one for comprehensive education program, grades K-12, servicing eligible dependent children of Department of Defense personnel residing on Dover Air Force Base. Work is to be performed in Camden, Del., with an estimated completion date of June 30, 2011. Bids were solicited via the Federal Business Opportunities Web site with one bid received. Department of Defense Education Activity, DDESS, Peachtree City, Ga., is the contracting activity (HEVAS6-09-C-0001).

Trumbull Corp. and Brayman Construction Corp., JV, Pittsburg, Pa., was awarded on March 24 a $7,317,340 firm-fixed-price contract. The Pittsburg district is modifying the Charleroi River wall contract for producing and delivering concrete that meets the requirements of the Charleroi River wall contract for construction of another feature of the Charleroi locks and dam project. The work will be concurrent with construction of the river wall and extend beyond completion of construction of Charleroi River wall to completion of concrete placement of the upper and lower guard walls. This work includes continued operation and maintenance of the concrete batch plant and concrete conveyor system, and continuing environmental compliance measurements and environment control representative for the batch plant after completion of construction of Charleroi River. Work is to be performed in Charleroi locks and dam, Belle Vernon, Pa., with an estimated completion date of Sept. 30, 2011. Bids were solicited on the World Wide Web with three bids received. U.S. Army Corps of Engineer District, Pittsburg, Pa., is the contracting activity (W911WN-04-C-0003).

Cares Environment Services, Brooklyn Park, Minn., was awarded on March 23 a $7,296,790 firm-fixed-price contract for Birdland Park levee system improvement project, Des Moines River. Work is to be performed in Polk City, Iowa, with an estimated completion date of Aug. 2, 2012. Bids were solicited on the World Wide Web with eight bids received. U.S. Army Corps of Engineers, Rock Island District, Rock Island, Ill., is the contracting activity (W912EK-10-C-0067).

Vet Industrial, Inc., Bremerton, Wash., was awarded on March 24 a $7,219,300 firm-fixed-price construction contract. This contract is for the design and construction of approximately 16,900 square feet of additions to the existing fiscal 2008 Medical Dental Clinic. Work is to be performed in Joint Base Lewis-McChord, Wash., with an estimated completion date of April 30, 2011. Bids were solicited via the Federal Business Opportunities Web site with three bids received. U.S. Army Corps of Engineers, Seattle District, Seattle, Wash., is the contracting activity (W912DW-10-C-0007).

Alliant Ammunition and Powder Co., LLC, Radford, Va., was awarded on March 22 a $6,935,880 firm-fixed-price contract for 718,000 propulseur d’appoint a poudre (PAP) 7993 granular propellant. PAP is a single-base granular propellant used in the M231 and M232 modular artillery charge system. Work is to be performed in Radford, Va., with an estimated completion date of Sept. 30, 2012. Bids were solicited on the World Wide Web with three bids received. Army Contracting Command, Rock Island Contracting Center, CCRC-AR, Rock Island., Ill., is the contracting activity (W52P1J-09-G-0002).


$415 million of your taxpayer dollars spent. K ching.


Contracts for March 30, 2010


FOR RELEASE AT
5 p.m. ET No. 247-10
March 30, 2010


CONTRACTS


NAVY



PAE Government Services, Inc., Los Angeles, Calif., is being awarded an $83,868,260 cost-plus-award-fee, indefinite-delivery/indefinite-quantity (IDIQ) modification under a previously awarded cost reimbursement and IDIQ contract (N33191-07-D-0207) to exercise Option 3 for base operating support services at Camp Lemonier and forward operating location Manda Bay. The work to be performed provides for, but is not limited to, comprehensive support functions in the following annexes: general information at Annex 1; management and administration at Annex 2; public safety at Annex 4; air operations at Annex 5; ordnance at Annex 7; supply at Annex 10; laundry services at Annex 11; morale, welfare, and recreation at Annex 12; galley at Annex 13; housing at Annex 14; facilities support at Annex 15; utilities at Annex 16; base support vehicles and equipment at Annex 17; and environmental at Annex 18. The total contract amount after exercise of this option will be $295,243,649. Work will be performed in Djibouti, Africa, and Kenya, Africa, and is expected to be completed by April 2011. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command Europe and Southwest Asia, Naples, Italy, is the contracting activity.

Raytheon Technical Services Co., Indianapolis, Ind., is being awarded $49,912,663 for delivery order #7130 under a Basic Ordering Agreement contract (N00383-07-G-008D) to repair components for the APG 65/73 radar systems used in support of the F/A-18 aircraft. Work will be performed in Indianapolis, Ind. (55 percent); El Segundo, Calif. (30 percent); Forest, Miss. (12 percent); and Andover, Mass. (3 percent). Work is expected to be completed by December 2012. Contract funds will not expire before the end of the fiscal year. This contract was not competitively procured. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.

TEC-AECOM, JV, Charlottesville, Va., was awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity contract on March 29 for environmental planning and engineering services for National Environmental Policy Act (NEPA) and Executive Order (EO) 12114, “Environmental Effects Abroad of Major Federal Actions - Ship Homeporting Issues,” at various Navy and Marine Corps facilities and other government facilities worldwide. The work to be performed provides for the preparation of various documents to support the proposed infrastructure-related actions with respect to ship homeporting issues. The preponderance of documents to be prepared under this contract are NEPA documents including the following: categorical exclusions, environmental assessments, and environmental impact statements, as well as environmental reviews and environmental studies under EO 12114. Examples of tasking may also include homeporting of ships, new construction, renovation, base realignment and closure actions, proposed operational actions, and demolitions. Work will predominantly be performed in Virginia (20 percent), Florida (20 percent), California (20 percent), and Washington (20 percent). Work may also be performed within the Naval Facilities Engineering Command Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the continental United States, the Caribbean, Europe, and North Africa (20 percent). Tasks associated with this contract may be assigned anywhere in the world. The term of the contract is not to exceed 60 months, with an expected completion date of March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-3008).

BAE Systems, Inc., Nashua, N.H., is being awarded a $9,233,109 modification to a previously awarded cost-plus-incentive-fee contract (N00039-09-C-0129) for the production of the first optional compact low frequency active transmit system and spares. This contract includes additional options which, if exercised, would bring the cumulative value of this contract to an estimated $29,709,200. Work will be performed in Hudson, N.H., and is expected to be completed by September 2011; if all options are exercised, work will be completed by December 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-09-C-0129).

Boeing Co., St. Louis, Mo., is being awarded a $6,395,328 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for 144 retrofit kits under the Engineering Change Proposal 6240R1, “FT 50 18K Main Landing Gear Sidebrace Fitting Failure - Revision for Retrofit” for the F/A-18E/F aircraft. Work will be performed in El Segundo, Calif., and is expected to be completed in October 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.

Northrop Grumman Shipbuilding, Inc., Newport News, Va., is being awarded a $13,200,000 modification for planned and growth supplemental work under a previously awarded contract (N00024-08-C-2100) for the accomplishment of the fiscal 2008 Extended Drydocking Selected Restricted Availability (EDSRA) of USS Enterprise (CVN 65). As a result of this contract modification, the total estimated amount of this contract will be $654,854,987. This contract modification is in accordance with the overall program plan for the CVN 65 EDSRA. EDSRAs are similar to overhauls in that they restore the ship, including all subsystems that affect combat capability and safety, to established performance standards. Additionally, an EDSRA provides an opportunity to perform hull inspections, recoating, and other maintenance related evolutions below the waterline that cannot be accomplished while the ship is waterborne. The EDSRA provides sufficient time to perform more extensive repairs and testing than are possible during an extended selected restricted availability. Work that results from subsystem open and inspects is added to the contract as it is identified. Work will be performed in Newport News, Va., and is expected to be completed in April 2010. Contract funds in the amount of $13,200,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Raytheon Co., El Segundo, Calif., is being awarded a $6,223,862 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0310) for integrated logistics support of the advanced targeting/forward looking infrared pods for the F/A-18C/D and F/A-18E/F aircraft. Work will be performed in McKinney, Texas (98 percent), and El Segundo, Calif. (2 percent), and is expected to be completed in January 2011. 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.


U.S. SPECIAL OPERATIONS COMMAND



L-3 Communications Corp., EOS Division, Garland, Texas, is being awarded a two-year indefinite-delivery/indefinite-quantity contract for the purchase of MX 10160 image intensifier assemblies in support of U.S. Special Operations Command Headquarters Procurement Division. The work will be performed in Tempe, Ariz., and is expected to be completed in 2012. The estimated value of the contract is $30,000,000. The contract number is H92222-10-D-0012.

L-3 Communications Vertex Aerospace, LLC, Madison, Miss., is receiving a firm-fixed-price modification of $6,260,514 for exercise of option periods one and two, providing an additional six months of lease services of four helicopters for pilot training in support of U.S. Special Operations Command, Air Force Special Operations Command, beginning on April 1, 2010, and ending Sept. 30, 2010. Work will be performed at Hurlburt Field, Fla. The contract modification number is H92222-09-C-0048-P00005.


AIR FORCE



Wyle Laboratories, Inc., Huntsville, Ala., was awarded a $23,847,566 contract which provides for the Reliability Information Analysis Center to research, test, develop, and deliver concept recommendations, architecture analysis, ontological models, alternatives analysis, life-cycle costs estimates, prototype development assessments, and prototype tools. At this time, $797,000 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005).

$283 million of your taxpayer dollars spent. K ching.


Contracts for March 31, 2010


FOR RELEASE AT
5 p.m. ET No. 251-10
March 31, 2010


CONTRACTS


DEFENSE LOGISTICS AGENCY



Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $315,552,575 firm-fixed-price, prime vendor contract for pharmaceuticals. Other locations of performance are Missouri, California, Utah, Arizona, Colorado and Washington. Using services are Army, Navy and Air Force. The original proposal was Web solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year. The date of performance completion is Sept. 30, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-05-D-3000).

Siemens Medical Solutions USA, Inc., Malvern, Pa., is being awarded a maximum $267,000,000 fixed-price with economic price adjustment contract for radiology systems, components, upgrades, accessories, and installation. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The original proposal was Web solicited with 48 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the forth option year. The date of performance completion is March 30, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2D1-09-D-8314).

DMS Pharmaceutical Group, Inc.*, Park Ridge, Ill., is being awarded a maximum $35,137,641 firm-fixed-price, total set-aside, prime vendor secondary contract for pharmaceuticals. There are no other locations of performance. Using services are Army, Navy and Air Force. The original proposal was Web solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year. The date of performance completion is Sept. 30, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-05-D-0901).

DMS Pharmaceutical Group, Inc.*, Park Ridge, Ill., is being awarded a maximum $34,101,402 firm-fixed-price, total set-aside, prime vendor secondary contract for pharmaceuticals. There are no other locations of performance. Using services are Army, Navy and Air Force. The original proposal was Web solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year. The date of performance completion is Sept. 30, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-05-D-0900).

Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $20,056,210 firm-fixed-price, prime vendor contract for pharmaceutical items. Other location of performance is North Carolina. Using service is the Department of Defense. The original proposal was Web solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is May 31, 2010. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-01-D-1606).

AmerisourceBergen Drug Co., Wayne, Pa., is being awarded a maximum $20,049,630 firm-fixed-price, prime vendor contract for pharmaceuticals. Other location of performance is Hawaii. Using services are Army, Navy and Air Force. The original proposal was Web solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year. The date of performance completion is Sept. 30, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-05-D-3500).

Meggitt Aircraft Braking Systems, Akron, Ohio, is being awarded a maximum $19,179,356 firm-fixed, sole-source, requirements-type contract modification. There are no other locations of performance. Using services are Army, Navy and Air Force. There was originally one proposal solicited with one response. The date of performance completion is Aug. 31, 2010. The Defense Supply Center Richmond, Richmond, Va., is the contracting activity (SPM4AX-07-D-9006).

Dakota Drug, Inc.*, Minot, N.D., is being awarded a maximum $17,892,000 firm-fixed-price, prime vendor contract for pharmaceuticals. There are no other locations of performance. Using service is Air Force. The original proposal was Web solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year. The date of performance completion is Sept. 30, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-05-D-0976).

General Electric, Cincinnati, Ohio, is being awarded a maximum $8,830,188 fixed-price with economic price adjustment, sole-source contract for aircraft turbine frame and tracking. There are no other locations of performance. Using service is Air Force. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Jan. 31, 2013. The Defense Logistics Agency (DSCR-ZBAB), Tinker Air Force Base, Okla., is the contracting activity (FA8122-09-G-0001-UN44).

The Coca-Cola Co., Atlanta, Ga., is being awarded a maximum $8,216,225 firm-fixed-price, sole-source contract for beverages. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 26, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM300-10-D-9100).

PepsiCo, Purchase, N.Y., is being awarded a maximum $7,349,463 firm-fixed-price, sole-source contract for beverages. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 26, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM300-10-D-9200).

American Fuel Cells & Coated, Magnolia, Ark., is being awarded a maximum $6,722,740 firm-fixed-price, indefinite-quantity contract for aircraft fuel tanks. There are no other locations of performance. Using service is Air Force. The original proposal was solicited via the Defense Logistics Agency Internet Bid Board System with two responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is March 29, 2011. The Defense Supply Center Richmond, Richmond, Va., is the contracting activity (SPM4A7-10-D-0144).

AmerisourceBergen Drug Co., Wayne, Pa., is being awarded a maximum $4,431,229 firm-fixed-price, prime vendor contract for pharmaceutical items. Other location of performance is Hawaii. Using service is the Department of Defense. The original proposal was Web solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is May 31, 2010. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-01-D-1604).


NAVY



RQ/FILANC I, JV, Carlsbad, Calif. (N62473-10-D-5414); EPC Corp.*, Glendale, Ariz. (N62473-10-D-5415); Hal Hays Construction, Inc.*, Riverside, Calif. (N62473-10-D-5416); Reyes Construction, Inc.*, Pomona, Calif. (N62473-10-D-5417); Watts Constructors, LLC, Honolulu, Hawaii (N62473-10-D-5418); Orion Construction Corp.*, Vista, Calif. (N62473-10-D-5419); and Tetra Tech/Pascal & Ludwig, JV, Irvine, Calif. (N62473-10-D-5425), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for wet utilities construction at various locations predominantly within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR) including, but not limited to, Arizona, California, Colorado, Nevada, New Mexico, and Utah. The maximum dollar value, including the base period and four option years, for all seven contracts combined is $300,000,000. Work provides for wet utilities construction including new work, additions, alteration, and repair. Projects may include water, steam, sewer, and storm sewer lines; wells, mains, pumping stations, treatment plants, storage tanks and facilities; and related work. All structures that are integral parts of the water, steam, and sewer networks are included. This contract will not include waterfront related construction, or oil and gas pipeline construction. Work will be performed at various federal sites within the NAVFAC Southwest AOR including, but not limited to, California (83 percent), Arizona (12 percent), Nevada (2 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The term of the contracts are not to exceed 60 months, with an expected completion date of March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 30 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $204,000,000 not-to-exceed contract for MK15 Phalanx Close-in Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. Phalanx CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. Work will be performed in Louisville, Ky. (30 percent); Andover, Mass. (19 percent); Tucson, Ariz. (16 percent); Syracuse, N.Y. (7 percent); Long Beach, Calif. (6 percent); Radford, Va. (6 percent); Burlington, Vt. (6 percent); Palm Bay, Fla. (2 percent); Pittsburgh, Pa. (2 percent); Bloomington, Minn. (2 percent); Salt Lake City, Utah (2 percent); Norcross, Ga. (1 percent ); and New Albany, Ind. (1 percent). Work is expected to be completed by September 2014. Contract funds in the amount of $51,274,626 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-C-5427).

Accenture National Security Services, Reston, Va. (N00189-10-D-Z026); Booz Allen Hamilton, McLean, Va. (N00189-10-D-Z027); and KPMG, Washington, D.C. (N00189-10-D-Z028), are each being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple-award contract to provide accounting and financial management service to support the Navy Office of Financial Operations for the implementation of the Department of the Navy's financial improvement program. This contract includes a base ordering period with four one-year option periods. For Accenture national security services, the base amount is $40,675,073 and the contract’s estimated value, if all options are exercised, is $181,867,958. For Booz Allen Hamilton, the base amount is $41,201,274 and the contract’s estimated value, if all options are exercised, is $187,298,288. For KPMG, the base amount is $43,975,895 and the contracts estimated value, if all options are exercised, is $199,926,881. Work is to be performed in Washington, D.C., and is expected to be complete March 2011. Contract funds will not expire at the end of the fiscal year. This requirement was awarded through full and open competition, with 11 offers received. The Fleet and Industrial Supply Center Norfolk, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $55,151,902 modification to a previously awarded cost-plus-fixed-fee contract (N00019-08-C-0025) for non-recurring efforts associated with Increment III of the CV-22 aircraft Block 20 upgrade program. Efforts to be provided include concept definition, non-recurring engineering, drawings, and installation/integration of brake performance enhancements and the helmet mounted display upgrade. Work will be performed in Philadelphia, Pa. (91 percent); Fort Worth, Texas (5 percent); and Fort Walton Beach, Fla. (4 percent), and is expected to be completed in December 2015. Contract funds in the amount of $6,495,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Systems, Inc., Garden City, N.Y., is being awarded a $41,454,003 modification to previously awarded contract (N00024-10-C-5343) for the delivery of AN/SPQ-9B radar sets and combat interface kits for use on U. S. Navy ships. The AN/SPQ-9B radar system provides the capability to detect and track low-flying, high-speed, small radar cross section anti-ship missile targets in heavy clutter environments. Work will be performed in Melville, N.Y. (91.2 percent); Norwalk, Conn. (5.5 percent); and Baltimore, Md. (3.3 percent), and is expected to be completed by April 2011. 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.

Computer Sciences Corp., Falls Church, Va., is being awarded a $31,547,535 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for information technology support services to sustain the Naval Education Technology and Professional Development Training Command, Pensacola, Fla.; Naval Education and Training Command; and Manpower, Personnel, Training and Education Command. This contract includes four option terms which, if exercised, bring the total estimated value of the contract to $220,842,902. Work will be performed in Pensacola, Fla. (57 percent); Great Lakes, Ill. (10 percent); Norfolk, Va. (8 percent); and various locations inside and outside the continental United States (25 percent). Work is expected to be completed by March 2011. Contract funds will not expire before the end of the fiscal year. This contract was competitively awarded through the Electronic Commerce Online Web site, with eight offers received. The Fleet and Industrial Supply Center Norfolk, Philadelphia Division, Philadelphia, Pa., is the contracting activity (N00189-10-R-Z014).

BAE Systems Land & Armaments, LP, Ground Systems Division, York, Pa., is being awarded a $20,654,852 firm-fixed-priced modification to previously awarded delivery order #0011 under previously awarded contract (M67854-07-D-5025) for integrated logistics support (ILS) and sustainment. The ILS sustainment will consist of spare parts for U.S. Special Operations Command variant vehicles. Work will be performed in York, Pa., and is expected to be completed by January 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Hourigan Construction Corp., Virginia Beach, Va., is being awarded $15,218,200 for firm-fixed price task order #0003 under a previously awarded multiple award construction contract (N40085-07-D-7022) for the design and construction of a C-40 aircraft maintenance hangar at Naval Air Station Oceana. The work to be performed provides for the design and construction of a new aircraft hangar and associated support infrastructure, and will also include the demolition of two existing buildings. The task order also contains two unexercised options which, if exercised, would increase the cumulative task order value to $15,418,400. Work will be performed in Virginia Beach, Va., and is expected to be completed by March 2012. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Stanford University, Palo Alto, Calif., is being awarded a $14,893,509 cost-type contract under a Defense Advanced Research Projects Agency Broad Agency Announcement No. BAA-09-27 to provide research and development for “Brain Reorganization and Plasticity to Accelerate Injury: Multi-scale and Multi-modal Models Enabled by Next Generation Neurotechnolgoy.” This two-year contract includes a two-year option period which, if exercised, would bring the potential value of this contract to $28,806,629. Work will be performed at Stanford University (34 percent) with subcontractor support at Brown University, Providence, Rhode Island (44 percent), the University of California, San Francisco, Calif. (15 percent), and the University College of London in the United Kingdom (7 percent). Work is expected to be completed March 30, 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities and SPAWAR e-Commerce Central Web sites. One offer was received. The Space and Naval Warfare Systems Center Pacific, San Diego, is the contracting activity (N66001-10-C-2010).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $12,600,563 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-08-G-0010) to complete active vibration control and downed aviator locator system retrofit upgrades to the MH-60S helicopter. Work will be performed in Stratford, Conn. (60 percent); Norfolk, Va. (30 percent); and San Diego (10 percent), and is expected to be completed in February 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.

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded an $11,380,330 modification to a previously awarded cost-plus-fixed-fee contract (N00421-08-C-0025) to exercise an option for aircrew, engineering, operations, and scheduling services in support of the Naval Test Wing Atlantic and Naval Test Wing Pacific. The estimated level of effort for this option is 18,757 man-hours. Work will be performed in Patuxent River, Md., and is expected to be completed in March 2011. 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.

LCC/MZT Team II, JV*, Homedale, Wash., is being awarded an $11,109,000 firm-fixed price contract for design and construction of two new stand-alone training buildings and an addition to an existing building at the Joint Personnel Recovery Agency, Survival Evasion Resistance and Escape Training Facility. Work will be performed in Spokane, Wash., and is expected to be completed by Aug. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with nine proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-10-C-8000).

Branscome, Inc., Williamsburg, Va., is being awarded a $10,797,396 firm-fixed-price contract for repairs to the existing landing plane area taxiways at Chambers Field. The work to be performed provides for the repairs to the existing taxiways consisting of bituminous pavement; overlay and patches; crack repairs; concrete pavement; storm drainage system; pavement markings; taxiway lighting; and incidental related work. Work will be performed in Norfolk, Va., and is expected to be completed by Aug. 2011. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with five bids received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-3004).

Nammo Talley, Inc., Mesa, Ariz., is being awarded a $10,222,340 modification to previously awarded contract (M67854-08-C-1123) under contracting line item number 0001 for system development and demonstration of the next generation Shoulder-Launched Multipurpose Assault Weapon (SMAW II) program. The SMAW II system is the predecessor to the SMAW system and is intended to consist of an encased fire-from-enclosure assault round and the next generation SMAW launcher. This modification is for the contractor to implement additional efforts required to design, develop, integrate, test, produce and prepare associated documentation; provide logistical support; provide technical support; and deliver the SMAW II system. Work will be performed in Mesa, Ariz., and is expected to be completed by Sept. 5, 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a $9,828,388 modification to previously awarded contract (N00024-05-C-5346) for CVN 78 dual-band radar common array power system and common array cooling system long-lead time materials and associated efforts. These materials, and associated engineering and management efforts, are required to be procured now in order to meet the CVN 78 ship construction in-yard-need-dates at the receiving shipyard to ensure that critical production schedules are maintained for the CVN 78 program. Work will be performed in Andover, Mass. (87.8 percent); Sudbury, Mass. (10.4 percent); Tewksbury, Mass. (0.9 percent); and Portsmouth, R.I. (0.9 percent), and is expected to be completed by September 2010. 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.

Stauder Technologies, St. Peters, Mo., is being awarded $9,041,508 for modification P00041 to a previously awarded contract (M67854-07-C-2062) for additional StrikeLink Systems software development, mobilized rugged tablets with accessories, tripod encoders, and associated travel costs for the tactical location designation hand-off system program. Work will be performed in St. Peters, Mo., and is expected to be completed by April 30, 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Technical Services Co., LLC, Indianapolis, Ind., is being awarded a $7,273,925 modification to a previously issued basic order agreement (N00019-05-G-0008) to exercise an option for the depot level rework of 142 LAU-115 guided missile launchers for the F/A-18 aircraft. Work will be performed in Indianapolis, Ind., and is expected to be completed in March 2012. Contract funds in the amount of $2,285,230 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Research Foundation of the State University of New York (SUNY), Albany, N.Y., is being awarded a $6,814,557 cost-no-fee-contract under a Defense Advanced Research Projects Agency Broad Agency Announcement No. BAA 09-27 “Reorganization and Plasticity to Accelerate Injury Recovery.” This work is expected to result in new methods for analysis and decoding of neural signals in order to understand how neural-based sensory stimulation could be applied to accelerate recovery from brain injury. This work will develop models of neural codes and temporal patterns that can provide an ability to interpret and predict changes in neural organization through plasticity at multiple scales of measurement. This two-year contract includes a two-year option period which, if exercised, would bring the potential value of this contract to $12,877,705. Work will be performed at SUNY in Brooklyn, New York; the University of Florida, Gainesville, Fla.; the University of California, Berkeley, Calif.; Johns Hopkins Medicine, Baltimore, Maryland; and NIRX Medical Technologies, Glen Head, N.Y., and work is expected to be completed March 30, 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities Web site, with five offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, is the contracting activity (N66001-10-C-2008).

BAE Systems Information and Electronic Systems Integration, Inc., Austin, Texas, is being awarded a $6,669,583 firm-fixed-price, cost-plus-fixed-fee contract for non-recurring engineering associated with the production and integration of 600 new CPU/circuit card assembly (CCA) to replace the current AN/ALE-47 dispenser programmer CPU/CCA for various aircraft. The work will be performed in Austin, Texas, and is expected to be completed in December 2012. Contract funds in the amount of $6,669,583 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0008).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $6,599,740 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radio and ancillary equipment for the H-1 Helicopter. Equipment being procured includes 88 ARC-210 receiver transmitters; 22 radio set controls; 66 mounting bases; 22 amplifier mounts; 22 high power amplifiers, 22 LNA diplexers; 50 nine- inch tunable antennas and 48 digital converters. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in May 2011. 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.

Advex Corp.*, Hampton, Va. (N68335-09-D-0097); Dataline, LLC*, Norfolk, Va. (N68335-09-D-0098); Epsilon Systems Solutions, Inc.*, Portsmouth, Va. (N68335-09-D-0099); Ki, LLC*, Colorado Springs, Colo. (N68335-09-D-0100); Plexus Installations, Inc.*, Baltimore, Md. (N68335-09-D-0102); and Prism Maritime, LLC*, Chesapeake, Va. (N68335-09-D-0103), are each being awarded modifications to previously awarded indefinite-delivery/indefinite-quantity (IDIQ) multiple-award contracts to exercise options for installation and alteration support services for common aviation support equipment and aircraft launch and recovery equipment. These modifications will increase the ceiling for each of the current IDIQ holders as follows: Advex Corp. to $8,167,103; Dataline, LLC, to $7,120,600; Epsilon Systems Solutions, Inc., to $6,649,677; Ki, LLC, to $7,986,723; Plexus Installations, Inc., to $7,131,933; and Prism Maritime, LLC, to $6,825,482. Work will be performed at various shipboard and shore site locations and is expected to be completed in April 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.


AIR FORCE


Wyle Laboratories, Inc., Huntsville, Ala., was awarded a $23,799,062 contract which provides for the Reliability Information Analysis Center to research, test, develop, and deliver operations manuals, change proposals, system assessments/capabilities guides, software version description documents, data procedures documents software user’s manuals, and wiring diagrams. At this time, $345,893 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005).

Lockheed Martin Corp., Santa Maria, Calif., was awarded a $20,599,510 contract which provides support to complete the Mission Flight Control Center. At this time, no money has been obligated. SMC/ LRSW, El Segundo, Calif., is the contracting activity (F04701-95-C-0029).

*Small business


$1.75 billion of your taxpayer dollars spent. K ching.


Contracts for April 01, 2010


FOR RELEASE AT
5 p.m. ET No. 256-10
April 01, 2010


CONTRACTS


MISSLE DEFENSE AGENCY



Lockheed Martin Corporation of Sunnyvale, Calif. is being awarded a sole-source indefinite delivery/indefinite quantity contract (#HQ0147-10-D-0001) with a ceiling value of $434,738,000. Under this THAAD Field Support Contract, Lockheed Martin will provide logistics, maintenance, software, training, and engineering services to fielded THAAD fire units. The contract’s period of performance extends through March 2015. Work will be carried out in Sunnyvale, California; Huntsville, Ala.; and Fort Bliss, Texas. Fiscal year (FY) 2010 Research, Development, Test and Evaluation funds will be utilized for Task Orders issued in FY 2010. The Missile Defense Agency is the contracting activity (HQ0147).


NAVY



Lockheed Martin Corporation, Marietta, Ga., is being awarded a $77,148,971 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-09-D-0015) to provide additional funding for logistics and engineering services in support of the U.S. Marine Corps KC-130J aircraft. Work will be performed in Cherry Point, N.C. (36 percent), Miramar, Calif. (36 percent), and Okinawa, Japan (28 percent), and is expected to be completed in December 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command is the contracting activity.

General Dynamics, Electric Boat Corporation, Groton, Conn., is being awarded a $36,613,301 modification to previously awarded contract (N00024-09-C-4413) for the complete restoration of USS Hartford (SSN 768) through final fabrication and installation of the hull patch, bridge access trunk, port retractable bow plane and the sail. Selected required maintenance will also be performed. This modification includes options which, if exercised, will bring the total cumulative amount to $86,889,301. Work will be performed in Groton, Conn.(85 percent) and Quonset, R.I. (15 percent), and is expected to be completed by November 2010. Contract funds in the amount of $20,000,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Ocean Systems Engineering Corporation, is being awarded a $13,106,278 task order #0071 under previously awarded contract (M67854-02-A-9020) to provide engineering and technical support; on-going acquisition support; financial support; logistics support; website development and management; manpower, personnel and training analysis report development and assessment; manpower, personnel and training plan, development and support; administrative support and managerial support for the Program Manager (PM) Networking and Satellite Communications (NSC) and PM NSC Systems program teams. The Marine Corps Systems Command, Communications, Intelligence and Networking Systems (CINS) Product Group’s (PG12) mission is to act as the central agent for the research, development, acquisition, and life cycle management of communications, intelligence, surveillance, and networking systems throughout the Marine Corps. PG12’s assigned mission includes the responsibility of CINS for the Operating Forces and the Supporting Establishment. The programs within the PG cover all phases of the DoD 5000 acquisition process. The Contractor shall be required to interface and coordinate with other contractors supporting PG12 including those in all the Commercial Enterprise Omnibus Support Service (CEOss) domains. It is the contractor’s responsibility to arrange any Non-Disclosure Agreements necessary to interface with other contractors in order to accomplish the PG12 mission. Work will be performed in Quantico, Va. Work is expected to be completed in April 2011. Contract funds in the amount of $299,608 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Harris Corporation, RF Communications Division, Rochester, N.Y., is being issued $12,000,000 for firm-fixed-price GSA delivery order under previously awarded contract (M67854-10-F-7003) to purchase 20 watt to 50 watt software upgrades for the power amplifier on existing tactical hand held radio AN/VRC-110 systems. Work will be performed in Rochester, N.Y., and will be completed July 15, 2010. Contract Funds in the amount of $150,397 will expire at the end of the current fiscal year. This GSA delivery order was awarded on a competitive basis with one offer received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Information Network Systems, Inc., Stafford, Va., is being awarded $9,542,669 for task order #0053 under previously awarded firm-fixed-price contract (M67854-02-A-9013). The Marine Corps Systems Command, Program Manager (PM) for Networks and Satellite Communications Systems (NSC), and PM for Tactical Communication Systems (TCS) mission is to act as the central agent for the research, development, acquisition, and life cycle management of communications, intelligence, surveillance, and networking systems throughout the Marine Corps. PM NSC and PM TCS’s assigned mission includes the responsibility to the operating forces and the supporting establishments. The scope of this Statement of Work is represented in three areas: equipment support, inventory management, and fielding team support. Work will be performed in Marine Corps Command organizations Quantico, Va., and work is expected to be completed in April 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

FMW Composite Systems Inc., Bridgeport, W.V., is being awarded $8,461,035 for firm- fixed-price delivery order #0011 under previously awarded contract (M67854-05-D-5004) for 99 small and 99 medium ground expedient refueling systems. Work will be performed in Bridgeport, WV, and work is expected to be completed by March 31, 2011. Contract funds will not expire by the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Manassas, Va. is being awarded an $ 8,091,865 cost-plus-fixed-fee contract for the design, development, integration, test, certification, training, logistics, and maintenance for the Integrated Common Processor portion of the various Integrated Undersea Surveillance Systems. This contract combines purchases for the Navy (95 percent) and the government of Japan (5 percent) under the Foreign Military Sales (FMS) Program. Work will be performed in Manassas, Va.(78.9 percent); Fairfax, Va.(11.5 percent); Anaheim Hills, Calif.(7.3 percent), Portsmouth, R.I. (1.6 percent), and Cherry Hill, N.J. (0.7 percent), and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0001).

The Center for Transportation and the Environment, Inc.*, Atlanta, Ga., is being awarded a $6,092,394 costcontract for the development of a Department of Defense hydrogen fuel cell material handling equipment pilot program at the Defense Depot San Joaquin(DDJC), in Tracy, Calif. This requirement is for a hydrogen 2 (H2) pilot at DDJC utilizing twenty hydrogen powered forklifts for warehousing activities, and a hydrogen generation system using renewable energy to power an electrolysis-based Hydro2 generator. This contract is in support of the Energy Policy Act of 2005 and the exploration of alternative energy sources. Work will be performed in Tracy, Calif. (40 percent); Allentown, Pa. (30 percent); and Latham, N.Y (30 percent), and is expected to be completed by August 2013. Contract funds in the amount of $910,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Surface Warfare Center (NSWC) Crane and Federal Business Opportunities websites, with an unspecified number of proposals solicited and 8offers received. NSWC Crane, Crane, Ind., is the contracting activity (N00164-10-C-GS20).

Ocean Systems Engineering Corporation, Oceanside, Calif., is being awarded $5,557,540 for task order #0072 under previously awarded firm-fixed-price contract (M67854-02-A-9020). The scope of this Statement of Work (SOW) is to provide on-going support in the areas of systems engineering, acquisition, financial, logistics, administrative management to the Product Group Director (PGD) Communications, Intelligence & Networking Systems (CINS), the CINS Milestone Assessment Team (MAT), the CINS Technical Support Team (TST), and the CINS Operations Manager. The programs within this Product Group cover all phases of the acquisition process. Due to the dynamic nature of systems acquisitions resulting from the ongoing other contingency operations, the contractor must demonstrate the ability to rapidly respond to changes associated with performance, such as those resulting from new programs or system requirements, accelerated fielding requirements, or the need to support immediate improvements to fielded equipment. The contractor shall be required to interface and coordinate with other contractors supporting PG-12 including those in all the Commercial Enterprise Omnibus Support Service domains. Work will be performed in Quantico, Va., and work is expected to be completed in April 2011. Contract funds in the amount of $979,584 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.


DEFENSE COMMISSARY AGENCY



Military Produce Group, LLC, Norfolk, Va., is being awarded an indefinite-delivery, requirements-type contract on April 2 to provide fresh fruits and vegetables (FF&V) for resale at 21 commissary store locations in the Defense Commissary Agency’s east region, considered Area 1. The estimated award amount is $53,272,046.68. Contractor will deliver FF&V to the store locations as needed. The contract is for a two- year base period beginning May 1, 2010 through April 30, 2012. Three one-year option periods are available. If all option periods are exercised, the contract will be completed April 30, 2015. Contract funds will not expire at the end of the current fiscal year. Seventy-eight firms were solicited and six offers were received. The Defense Commissary Agency, Resale Contracting Division, Produce Support Branch, Fort Lee, Va., is the contracting activity (HDEC02-10-D-0001).


ARMY



Kiewit Building Group, Omaha, Neb., was awarded on Mar. 26, 2010 a $44,500,000 firm-fixed-price contract. This contract of for the design/ build construction contract entitled, “FY08 MCA PN50350 Barracks Complex PH 6B, Wheeler Army Airfields, Oahu, Hawaii. Work is to be performed in Oahu, Hawaii with an estimated completion date of Feb. 27, 2012. Bids were solicited on the World Wide Web with eight bids received. U.S Army Corps of Engineers, Honolulu District, Honolulu, Hawaii is the contracting activity (W9128A-10-C-0005).

Olin Corporation, Winchester Division, East Alton, Ill., was awarded on Mar. 29, 2010 a $43,442,000 Indefinite-delivery/indefinite-quantity with firm-fixed-price orders. This procurement is a sole source Indefinite Delivery/Indefinite Quantity effort for the manufacture and delivery of .50 calibre M903 Sabot light armor penetrator and M962 Sabot light armor penetrator tracer bulk and the 4:1 linked configuration of the M903/M962. Delivery Order 0001 will be issued at contract award. Work is to be performed in East Alton, Ill., (50 percent), Towanda, Pa., (26 percent), Jonesborough, Tenn., (8 percent), Independence, Mo., (6 percent), Hopkins, Minn., (4 percent), Wood Dale, Ill., (4 percent), St. Marks, Fla., (2 percent) with an estimated completion date of Jun. 30, 2016. One sole source bid was solicited with one bid received. Joint Munitions & Lethality Contracting Center, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-10-D-0010).

Nordic Ammunition Company, Karlsborg, Sweden, was awarded on Mar. 26, 2010 a $24,191,317 firm-fixed-price contract. This procurement is for the manufacture and delivery of 5.56 mm M995 armor piecing cartridge and 7.62mm armor piercing cartridges. Work is to be performed in Bedford, Pa., and foreign Sweden., with an estimated completion date of Apr. 29, 2011. One bid was solicited with one bid received. Joint Munitions and Lethality Contracting Center, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0009).

ARMTEC Countermeasures Company, Coachella, Calif., was awarded on Mar. 26, 2010 a $23,425,364 firm-fixed-price contract for the exercise of Option Year 1 for W52P1J-09-C-0055 for M206, MJU-7A/B in support of the flares program. Work is to be performed in Milan, Tenn., (50 percent) and East Camden, Ark., (50 percent) with an estimated completion of Nov. 30, 2011. Bide were solicited on the World Wide Web with two bids received. Department of the Army, Rock Island Contracting Command, Rock Island, Ill., is the contracting activity (W52P1-09-C-0055).

Kilgore Flare Company, LLC., Toone, Tenn., was awarded on Mar. 26, 2010 a $20,415,451 firm-fixed-price contract for the exercise of Option Year 1 for W52P1J-09-C-0056 for M206, MJU-7A/B in support of the flares program. Work is to be performed in East Camden, Ark., (50 percent) with an estimated completion of Nov. 30, 2011. Bide were solicited on the World Wide Web with two bids received. Department of the Army, Rock Island Contracting Command, Rock Island, Ill., is the contracting activity (W52P1-09-C-0056).

L-3 Communications Combat Propulsion Systems, Muskegon, Mich., was awarded on Mar. 26, 2010 a $16,149,237 firm-price with incentive and cost-plus-fixed-fee contracts. This contract is for 221 reset Bradley transmissions, 2 control tests and incentive fee pool. Work is to be performed in Muskegon, Mich., (54 percent), and Texarkana, Texas., (46 percent) with an estimated completion date of Dec. 31, 2013. One bid was solicited with one bid received. TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-09-C-0098).

J&J Contractors, Inc., Lowell, Mass., was awarded on Mar. 26, 2010 a $15,987,000 firm-fixed-price contract for the design / build of an Armed Forces Reserve Center, Rutland, Vermont. Work is performed in Rutland, Vt., with an estimated completion date of May 14, 2011. Bids were solicited on the World Wide Web with nine bids received. U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0038).

Purnell Construction Co., LLC., Baton Rouge, La., was awarded on Mar. 26, 2010 a $15,810,697 firm-fixed-price contract. The work consists of construction operations for enlargement of existing levee by truck-hauling material from contractor furnished borrow pit, clearing and grubbing, installation of geotextile construction of a clay cut-off trench, maintenance of truck wash down racks, fertilizing, seeding and mulching and all operations incidental thereto. Work is to be performed at the Westwego to Harvey Canal, Hurricane & Storm Damage Risk Reduction System, V-Line Levee East of Vertex, Phase 2 First Enlargement, Jefferson Parish, La., with an estimated completion date of Apr. 27, 2011. Eleven bids were solicited with five bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-D-0042).

Brigadler Construction Services, LLC., Cleveland, Ohio., was awarded on Mar. 26, 2010 an $11,992,700 firm-fixed-price contract. This contract is to construct a 1300 person dining facility based on standard design criteria. The project shall include design and complete construction as indicated in the request for proposal. The site design and construction outside the “5 Foot Line” be in this contract. The contract is performance based, and not definitive in type of construction or materials unless otherwise indicated. A comprehensive interior design is required with an option to provide furniture and décor items. Work is to be performed in Fort Leonard Wood, Mo., with an estimated completion date of Aug. 1, 2014. Bids were solicited on the World Wide Web with two bids received. U.S> Army Corps of Engineers, Norfolk District, Norfolk, Va., is the contracting activity (W91236-08-D-0057).

The Ross Group Construction Corp., Tulsa, Okla., was awarded on Mar. 26, 2010 a $11,551,000 firm-fixed-price contract to renovate B730, Fort Still Okla, Work includes evaluating existing classrooms electronically, mechanically, and in regard to connectivity; renovate classrooms in preparation for reception of future Classroom 21 package/suite; renovate hallways, staircases and display areas; renovate latrines; and achieve proper temperature regulation in the Classroom 21 computer server room. Work is to be performed in Fort Still, Okla., with an estimated completion date of Aug. 10, 2012. Bids were solicited on the World Wide Web with one bid received. U.S. Army Corps of Engineers, Tulsa District, Tulsa, Okla., is the contracting activity (W9126G-06-D-0043).

AM General LLC., South Bend, Ind., was awarded on Mar. 29, 2010 an $11,100,440 firm-fixed-price contract to add 94 each of High Multi-Purpose Wheeled Vehicles to contract. Work is to be performed in Mishawaka, Ind., with an estimated completion date of Dec. 31, 2010. One bid was solicited with one bid received. TACOM Warren, AMSTA-AQ-ATCA, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

Greenleaf Construction Co, Inc., Kansas City, Mo., was awarded on March 29, 2010 a $10,985,396 firm-fixed-price contract for the design/ build award for a motor transport operator/ wheeled vehicle drivers course at Fort Leonard Wood, Missouri. Work is to be performed in Waynesville, Mo., with an estimated completion date of Sept. 26, 2011. Hub-Zone set-aside bids were solicited with three bids received. U.S. Army Corps of Engineers, Kansas City District, Kansas City, Mo., is the contracting activity (W912DQ-10-C-4012).

Paul S. Akins Company, Inc., Statesboro, Ga., was awarded on Mar. 26, 2010 a $10,777,100 firm-fixed-price contract for the construction of an advanced skills training trainee dining facility. This includes the design build of a complete enlisted personnel dining facility, supporting site work, and demolition of existing parking lot at the building site and surrounding area at Fort Benning, Ga. Work is to be performed in Fort Benning, Ga., with an estimated completion date of Sept. 1, 2011. Three bids were solicited with three bids received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W91236-08-D-0064).

Olin Corp., Winchester Division, East Alton, Ill., was awarded on Mar. 26, 2010 a $10,691,561 requirements contract with actual awards made via delivery order and delivery order modification contract. This award is made under the terms of the existing requirements contract for 9mm M882 ball. This ammunition is used in the M9 Beretta pistol both for training and for combat. Work is to be performed in East Alton, Ill., with an estimated completion date of Apr. 30, 2012. Bids were solicited on the World Wide Web with two bids received. Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W52P1J-06-D-0031).


DEFENSE LOGISTICS AGENCY



Fraga Group USA, Greenbelt, Md.** is being awarded a maximum $20,316,180 fixed price with economic price adjustment contract for fuel. Other location of performance is Spain. Using services are Navy, Air Force and federal civilian agencies. There were originally five proposals solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is May 30, 2013. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-10-D-9405).

Breeze Eastern, Union, N.J.* is being awarded a maximum $13,042,825 firm fixed price, sole source contract for aircraft mount winch. There are no other locations of performance. Using service is Army. There were originally two proposals solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is March 31, 2015. The contracting activity is the Defense Logistics Agency Philadelphia (DSCR-AHA), Redstone Arsenal, Ala. (SPRRA1-10-D-0036).

Honeywell International Inc., Tempe, Ariz. is being awarded a maximum $7,748,600 firm fixed price sole source contract for shaft compressors. There are no other locations of performance. Using services are Air Force and Marine Corps. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is October, 2011. The contracting activity is the Defense Logistics Agency Philadelphia (DSCR-ZC), Philadelphia, Pa. (SPRPA1-09-G-002X-5242).

Mercury Air Center dba Atlantic Aviation, Reno, Nev.* is being awarded a maximum $7,375,457 fixed price with economic price adjustment contract for fuel. Other location of performance is same. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally two proposals solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 31, 2014. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-10-D-0007).

*Small Business

**Small Disadvantaged, Veteran Owned Business


$980 million of your taxpayer dollars spent. K ching.



Contracts for April 02, 2010


FOR RELEASE AT
5 p.m. ET No. 260-10
April 02, 2010


CONTRACTS


AIR FORCE



Defense Support Services, LLC of Greenville, S.C. was awarded a $96,000,000 contract which provides support for the Large Aircraft Infrared Countermeasure System Program. At this time, $4,974,280 has been obligated. 716 AESG/PK, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8625-10-D-6501)

Boeing Aerospace Operations of San Antonio, Texas was awarded a $59,660,126 contract which provides programmed depot maintenance, unprogrammed depot level maintenance, and modification installations on C/KC-135 aircraft. At this time no money has been obligated. 827th Aircraft Sustainment Group/Contracting, Tinker Air Force Base, Okla. is the contracting activity. (FA8105-07-D-0002-P00006)

Lockheed Martin Simulation, Training, and Support of Orlando, Fla. was awarded a $44,005,581.47 contract which provides for the C-130 aircrew training system contractor logistics and support. At this time, $29,483,739 has been obligated. 508 ACSS/PK, Hill Air Force Base, Utah is the contracting activity. (FA8223-10-C-0005)

FlightSafety Services Corporation of Centennial, Colo. was awarded a $34,843,223 contract which provides C-5 aircrew training system operation, maintenance, and support. At this time the entire amount has been obligated. 508 ACSS/PK, Hill Air Force Base, Utah is the contracting activity. (FA8223-10-C-0007)

Lockheed Martin Corporation of Sunnyvale, Calif. was awarded an $18,868,387 contract which provides the study support of the Advanced Extremely High Frequency contract in the Military Satellite Communication Wing. At this time the entire amount has been obligated. SMC MCSW/PKA, El Segundo, Calif. is the contracting activity. (F04701-02-C-0002)

Northrop Grumman Space and Mission Systems of Clearfield, Utah was awarded a $15,258,715 contract which provides for Minuteman enhancement reliability accelerometer engineering and feasibility study, Phase III, prototype phase. At this time, $10,934,621 has been obligated. 526 ICMBSW/PKE, Hill Air Force Base, Utah is the contracting activity. (F42610-98-C-0001)

Raytheon Company of Tuscon, Arizona was awarded a $13,542,075 contract which provides support for four months of AMRAAM system engineering and program management due to delay of Lot 24. At this time the entire amount has been obligated. 695ARSS/PK, Eglin Air Force Base, Florida is the contracting activity. (FA8675-09-C-0052)

Engineered Arresting Systems Corporation of Aston, Pa. was awarded a $10,978,985 contract which provides for Expeditionary BAK-12 aircraft arresting system, BAK-12 aircraft arresting system, and mobile aircraft arresting system. At this time no money has been obligated. 542 CSW/PKAB, Robins Air Force Base, Ga. is the contracting activity. (FA8532-10-D-0002)

Wyle Information Systems LLC of McLean, Va. was awarded a $10,910,956 contract which provides services to maintain, operate, and support the Space Innovation and Development Center located at Schriever Air Force Base, Colorado. At this time no money has been obligated. 50 CONS/LGCZH, Schriever Air Force Base, Colorado is the contracting activity. (FA2550-01-D-003)

Del-Jen, Inc. of Gardena, Calif. was awarded a $7,971,389 contract which provides acquisition of multi-functional base operating support services for Laughlin Air Force Base, Texas. At this time the entire amount has been obligated. AETC CONS/LGCK, Randolph Air Force Base, Texas is the contracting activity. (FA3001-10-C-0010)

Alion Science and Technology Corporation of Chicago, Ill. was awarded a $6,763,136 contract which provides research and development capabilities to simulate the detection of radiological and nuclear threats. At this time, $386,473 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Nebraska is the contracting activity. (N61339-03-D-0300)

M/A-COM, Incorporated of Lowell, Mass. was awarded a $5,647,590 contract which provides for design, development, and demonstration of low-cost wireless network nodes which support adaptation by means of distributed network processing for the wireless adaptable network node. At this time, $5,643,239 has been obligated. Air Force Research Laboratory/RIKD, Rome, N.Y. is the contracting activity. (FA8750-07-C-0005)

LinQuest Corporation of Los Angeles, Calif. was awarded a $5,626,840 contract which provides additional systems engineering and integration effort for the Enhanced Polar Systems Program and for the Military Communications Satellite Communications Systems Wing under communications analysis, systems integration, and engineering services contract. At this time the entire amount has been obligated. SMC/MCSW, El Segundo, Calif. is the contracting activity. (FA8808-06-C-0002)


NAVY



Force Protection Industries, Inc., Ladson, S.C., is being awarded an $82,331,976 firm-fixed-priced modification to contract (M67854-07-D-5031) for the purchase of 755 independent suspension system (ISS) kits. The ISS kits are being manufactured by Oshkosh Defense in Wisconsin and the installation work will be performed at the MRAP (mine resistant ambush protected) Sustainment Facility (MSF) in Kuwait. Work is expected to be completed by 31 December 2010. Contract funds will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

BAE Systems Land & Armaments, LP. Ground Systems Division, York, Pa., is being awarded an $82,146,792 firm-fixed-priced modification to previously awarded delivery order #0011 under existing contract M67854-07-D-5025 for the purchase of field service representative support for the installation of the independent suspension kits and engineering change proposal kits on the MRAP RG-33 vehicles. Work will be performed at the MRAP sustainment facilities in Iraq and Afghanistan, and work is expected to be completed by May 2011. Contract funds in the amount of $82,146,792 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Northrop Grumman TASC, Inc., Chantilly, Va., is being awarded a $20,747,563 cost-plus-fixed-fee contract to provide program support services and technical engineering support for the STANDARD Missile Program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $25,420,384. This contract combines purchases for the U.S. Navy (41.7 percent), and the governments of Australia (4.2 percent), Bahrain (1.4 percent), Canada (1.4 percent), Chile (1.4 percent), Denmark (1.4 percent), Egypt (1.4 percent), France (1.4 percent), Italy (5.7 percent), Japan (17 percent), Korea (4.2 percent), Poland (1.4 percent), Spain (7 percent), Turkey (1.4 percent), and Taiwan (3 percent), under the Foreign Military Sales (FMS) Program, and the governments of Germany (1.4 percent) and the Netherlands (4.2 percent) under memorandums of understanding. Work will be performed in Chantilly, Va. (99 percent) and Crystal City, Va. (1 percent), and is expected to be completed by November 2010. Contract funds in the amount of $1,588,524 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-C-5433).

Northrop Grumman Systems Corporation, Bethpage, N.Y., is being awarded a $17,132,243 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS). The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas. LCS mission packages will be optimized for flexibility in the littorals. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations including prosecution of small boats. The LCS mission packages are developed and acquired separately from the LCS Sea Frame. Work will be performed in Bethpage, N.Y. (47 percent); Washington, D.C. (26 percent); Panama City, Fla. (12 percent); Hollywood, Md. (12 percent); San Diego, Calif. (2 percent); and Dahlgren, Va. (1 percent), and is expected to be completed by March 2011. Contract funds in the amount of $1,713,224 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

ITT Corp, Advanced Engineering Services Division, Alexandria, Va., is being awarded a $9,853,769 cost-plus-fixed-fee term contract for research and development in the areas of information architecture and related technology. These areas include design and development of information processing systems, decision support systems database structure and mining, applications of parallel and distributed computing and the design software to use such systems. This contract contains options, which is exercised, will bring the cumulative value of this contract to $52,839,072. Work will be performed in Washington, D.C., and work is expected to be completed April 2011. Completion date with options exercised is April 2015. Contract funds in the amount of $31,000 will expire at end of current fiscal year. This contract was competitively procured under a Naval Research Laboratory request for proposal solicitation N00173-09-R-SK06, with two offers received. The Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-10-C-2021).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $9,170,971 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0020) for the procurement of nine retrofit kits and associated engineering services in support of the T-45 Required Avionics Modernization Program. Work will be performed in St. Louis, Mo., and is expected to be completed in September 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.

Kollmorgen Corporation, Northampton, Mass., is being awarded an $8,988,790 modification to previously awarded firm-fixed-price contract (N00024-05-C-4310) to exercise options for 6 MK 20 electro-optical sensor systems (EOSS) for CG 47 Class ships and 1 MK 20 EOSS for land-based systems. The MK 20 EOSS is an element of the MK 34 Gun Weapon System. The EOSS interfaces with the MK 160 Mod 11 gun computer system and is operated from a gun weapon system Q-70 control & display console to perform safety checksighting of gunnery fire, to aid with identification of surface/air contacts, and to provide quality track data for surface gun engagements. Work will be performed in Northampton, Mass. and is expected to be completed by March 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.

Lockheed Martin Corp., Manassas, Va. is being awarded an $8,091,865 cost-plus-fixed-fee contract for the design, development, integration, test, certification, training, logistics, and maintenance for the Integrated Common Processor portion of the various Integrated Undersea Surveillance Systems. This contract combines purchases for the Navy (95 percent) and the government of Japan (5 percent) under the Foreign Military Sales Program. Work will be performed in Manassas, Va., (78.9 percent); Fairfax, Va., (11.5 percent); Anaheim Hills, Calif., (7.3 percent), Portsmouth, R.I., (1.6 percent), and Cherry Hill, N.J. (0.7 percent), and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-10-D-0001).

Raytheon Company, Goleta, Calif., is being awarded a $7,419,528 cost plus fixed fee contract for the research and development of the Low Light Level Short Wavelength Infrared Video Camera. Raytheon will enhance the current state of the short wavelength infrared imaging by proving higher resolution, area coverage, and sensitivity than is currently developed. Work will be performed in Goleta, Calif., and work is expected to be completed April 2015. Contract funds will not expire at end of current fiscal year. The contract was competitively procured under solicitation number BAA09-027, with 25 offers received. The Office of Naval Research, Arlington, Va., is the contracting activity (N00174-10-C-0248).

Mikel, Inc., Fall River, Mass. is being awarded a $6,425,300 modification under previously awarded contract (N00024-05-C-6236) to exercise an option for non-collinear wavefront curvature ranging engineering services for the Navy’s development of tactical combat and surveillance system algorithms and software to include sonar, combat control, weapons, communications, command and control, and navigation functionality as well as non-tactical software for undersea fixed and portable tracking ranges. Work will be performed in Fall River, Mass. and is expected to be completed by September 2010. Contract funds in the amount of $6,377,420 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Correction: Contract awarded to LCC/MZT Team II, JV*, Homedale, Wash., $11,109,000, N44255-10-C-8000, should have stated the city and state as Homedale, Idaho.


MISSILE DEFENSE AGENCY



Raytheon Company, Integrated Defense Systems of Woburn, Mass. is being awarded a sole-source cost-plus-award-fee modification for $9,077,135 under contract HQ0006-03-C-0047. Under this contract modification, Raytheon will provide sensor modeling and simulation support for BMDS (Phase II). The work will be performed in Woburn, Massachusetts. The performance period is through February 2011. Fiscal year 2010 research, development, test and evaluation funds will be utilized for this effort. The Missile Defense Agency is the contracting activity (HQ0006).


DEFENSE LOGISTICS AGENCY


Electro Methods, Inc., South Windsor, Conn.* is being awarded a maximum $6,069,013 firm fixed price, total set aside contract for diffuser case. There are no other locations of performance. Using service is Air Force. There were originally six proposals solicited with four responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is April, 2014. The contracting activity is the Defense Logistics Agency (DSCR-ZBAB), Tinker Air Force Base, Okla. (SPRTA1-10-D-0046).

*Small Business


$586 million of your taxpayer dollars spent. K ching.
Printer Friendly | Permalink |  | Top
Earth Bound Misfit Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Apr-03-10 10:28 AM
Response to Original message
1. kick
Printer Friendly | Permalink |  | Top
 
MadHound Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Apr-03-10 10:34 AM
Response to Original message
2. Gee, what wonders that money would do for our crumbling education system
Instead, the Obama administration is continuing to kick public education to the curb.

A few weeks of that sort of spending would give us true single payer health care. Instead, we're all handed over to the tender mercies of the insurance industry on a silver platter.

That money would provide a large number of jobs, and do this country a world of good, if it were instead invested back into our country's infrastructure. Instead, our nation's roads and bridges continue to fail and our people remain unemployed.

But hey, it's providing more money for the MIC, and that's apparently all that matters in this country.
Printer Friendly | Permalink |  | Top
 
DU AdBot (1000+ posts) Click to send private message to this author Click to view 
this author's profile Click to add 
this author to your buddy list Click to add 
this author to your Ignore list Sun May 05th 2024, 04:24 AM
Response to Original message
Advertisements [?]
 Top

Home » Discuss » Archives » General Discussion (1/22-2007 thru 12/14/2010) Donate to DU

Powered by DCForum+ Version 1.1 Copyright 1997-2002 DCScripts.com
Software has been extensively modified by the DU administrators


Important Notices: By participating on this discussion board, visitors agree to abide by the rules outlined on our Rules page. Messages posted on the Democratic Underground Discussion Forums are the opinions of the individuals who post them, and do not necessarily represent the opinions of Democratic Underground, LLC.

Home  |  Discussion Forums  |  Journals |  Store  |  Donate

About DU  |  Contact Us  |  Privacy Policy

Got a message for Democratic Underground? Click here to send us a message.

© 2001 - 2011 Democratic Underground, LLC