Wednesday, March 17, 2010

DOD CONTRACTS for March 17, 2010

DOD CONTRACTS for March 17, 2010
March 17, 2010

DEFENSE LOGISTICS AGENCY

Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $206,434,187 requirements-type, prime vendor contract for distribution of pharmaceutical items. Other locations of performance are North Carolina and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0027).

Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $150,000,000 firm-fixed-price, indefinite-quantity, prime vendor contract for pharmaceutical items for the U.S. Naval fleet, USNS Mercy, and USNS Comfort. Other locations of performance are Massachusetts, North Carolina, Texas, Florida, Washington, New Jersey and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0001).

Coastal Pacific Food Distributors*, Stockton, Calif., is being awarded a maximum $18,000,000 fixed-price with economic price adjustment, sole-source contract for full-line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. 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 Sept. 13, 2010. The Defense Supply Center Philadelphia (DESP), Philadelphia, Pa., is the contracting activity (SPM300-09-D-3280).

World Fuel Services, Inc., dba World Fuel Services of FL, Miami, Fla., is being awarded a maximum $9,606,443 fixed-price with economic price adjustment contract for fuel. Other locations of performance are in Hawaii. Using services are Army, Navy and Air Force. There were originally two proposals solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 31, 2014. The Defense Energy Support Center (DESC), Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0040).

Oshkosh Corp., Oshkosh, Wis., is being awarded a maximum $7,157,519 firm-fixed-price, sole-source contract for transfer transmission. There are no other locations of performance. Using service is Army. 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 12, 2015. The Defense Logistics Agency -Warren (DSCC-ZG), Warren, Mich., is the contracting activity (SPRDL1-10-D-0020).

DMS Pharmaceutical Group, Inc.*, Park Ridge, Ill., is being awarded a maximum $2,245,907 requirements-type, prime vendor contract for distribution of pharmaceutical items. Using service is Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with one response. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0130).

NAVY

Northrop Grumman Shipbuilding, Inc., Newport News, Va., is being awarded an $80,886,408 cost-plus-fixed-fee, level-of-effort contract for fiscal 2010 advance planning to prepare and make ready for the refueling complex overhaul of the USS Abraham Lincoln (CVN 72) and its reactor plants. This effort will provide for all advanced planning, ship checks, design, documentation, engineering, procurement, fabrication, and preliminary shipyard or support facility work. The contract includes options which, if exercised, would bring the cumulative value of this contract to $678,568,820. Work will be performed in Newport News, Va., and is expected to be complete by February 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2110).

BAE Systems Land & Armaments, LP, Santa Clara, Calif., is being awarded $74,090,258 for firm-fixed-priced delivery order #0006 under previously awarded contract (M67854-07-D-5026) for the purchase of Marine Corps transparent armor gun system kits, battery powered motorized traversing unit - manual traversing unit kits, and turret assemblies. Work will be performed in Santa Clara, Calif., and is expected to be completed by September 2010. Contract funds in the amount of $4,740,748 will expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a $26,604,000 modification to previously awarded contract (N00024-04-C-6207) to exercise a cost-plus-incentive fee/award-fee option for engineering and technical services for the acoustic system improvement and integration in support of the commercial-off-the-shelf Acoustic Rapid Insertion System (A-RCI) program. Work will be performed in Manassas, Va., and is expected to be completed by June 2010. Contract funds in the amount of $1,759,160 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DCS Corp.*, Alexandria, Va., is being awarded an $11,499,976 modification to a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (N68936-05-D-0002) to provide weapons and systems integration support services to the Naval Air Warfare Center Weapons Division's integrated product teams and weapons support facilities, and their associated weapons. The estimated level of effort for this modification is 176,017 man-hours. Work will be performed in China Lake, Calif. (90 percent), and Pt. Mugu, Calif. (10 percent), and is expected to be completed in August 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Oasys Technology, LLC*, Manchester, N.H., is being awarded a $10,726,660 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hand-held thermal binoculars. The thermal binoculars are used for detection, targeting, and surveillance in low visibility environments. Multiple lenses are available for use to modify the field of view for broader or more focused detection as required. The thermal binocular systems will allow the operators to fulfill their mission more quickly, efficiently, and safely. The thermal binoculars are thermal imaging devices that can be used as either a hand-held detector or a mounted detector. Work will be performed in Manchester, N.H., and is expected to be completed by March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities Web site, with one offer received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-JQ65).

ARMY

Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded on March 12, 2010, a $45,576,936 firm-fixed-price contract for the delivery order to purchase Generation III extreme cold weather clothing system kits. Work is to be performed in Newark, N.J. (24 percent); Mayagüez, Puerto Rico (24 percent); Lansing, Mich. (18 percent); Fall River, Mass. (10 percent); Tullahoma, Tenn. (10 percent); Virginia Beach, Va. (5 percent); Post Falls, Idaho (5 percent); North Conway, N.H. (2 percent); and Mukilteo, Wash. (2 percent), with an estimated completion date of Dec. 20, 2011. Bids were solicited on the World Wide Web with three bids received. U.S. Army RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-07-D-0003).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded on March 12, 2010, a $37,380,000 cost-plus-fixed-fee contract for the modification P00142, exercising an option for systems technical support for the ABRAMS tank program. Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 19, 2011. One bid was solicited with one bid received. TACOM-Warren, AMSCC-TAC-AHLC, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

AC First, Fort Worth, Texas, was awarded on March 12, 2010, a $25,688,609 firm-fixed-price contract for the Installation Information Infrastructure Modernization Program telecommunications systems program management, information technology planning, logistics, and field support service, in support of Project Manager Network Service Center, Project Director Defense Communication Systems-Southwest Asia. This requirement was competed amongst the unrestricted suite of contractors covered under Task Area 12, within the Field & Installation Readiness Support Team multiple-award indefinite-delivery/indefinite-quantity. Work is to be performed throughout various locations worldwide with focus on Southwest Asia - primarily Afghanistan, Kuwait, and Iraq - with an estimated completion date of March 14, 2011. Fifteen bids were solicited with one bid received. Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W911SE-07-D-0004).

Elite CNC Machining, Largo, Fla., was awarded on March 12, 2010, a $20,038,550 firm-fixed-price contract for the procurement of 1,628,827 M918 projectile assemblies in support of the M918 target practice cartridge. Work is to be performed in Largo, Fla., with an estimated completion date of Sept. 30, 2013. Bids were solicited on the World Wide Web with two bids received. Army Contracting Command, CCRC-AL, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0044).

Laser Devices, Inc., Monterey, Calif., was awarded on Mar. 10, 2010 a $6,940,000 firm-fixed-price contract for a sustainment order 10,000 PEQ-15A multi-functional aiming lights for the U.S. project manager soldier sensors and lasers. Delivery of all units will be completed by January 2011. Work is to be performed in Monterey, Calif., with an estimated completion date of Jan. 31, 2011. Bids were solicited by limited sources justification with one bid received. U.S. Army Research, Development and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0029).

MISSILE DEFENSE AGENCY

Raytheon Co., Integrated Defense Systems of Woburn, Mass., is being awarded a sole-source modification for $17,421,524 under contract HQ0006-03-C-0047. The modification includes both fixed-price and cost-plus-award-fee line items. Under this contract modification, Raytheon will continue concurrent test, training, and operations support unit integration (Phase II) for AN/TYP-2 X-Band radar. The work will be performed in Woburn, Mass. The performance period is through November 2010. Fiscal year 2010 research, development, test and evaluation funds will be utilized for this effort. The Missile Defense Agency is the contracting activity (HQ0006).

Pratt & Whitney Rocketdyne, Inc., of Canoga Park, Calif., is being awarded a cost-plus-fixed-fee change order modification for $14,222,473 under its contract, HQ0006-08-C-0044. Under this contract modification, Pratt & Whitney Rocketdyne will complete risk reduction efforts to demonstrate the technology and improve the technology and manufacturing readiness of the components needed in a high performance interceptor liquid fuel upper stage system. The work will be performed in Canoga Park, Calif. This performance period ends in March 2011. The amount obligated on this action is $12,300,000 using fiscal year 2009 research, development, test and evaluation funds. The Missile Defense Agency is the contracting activity.

AIR FORCE

United Launch Services, Littleton, Colo., was awarded a $15,065,010 contract which will provide for the acquisition of launch vehicle propellants and gaseous commodities for Air Force space missions. At this time, $15,065,101 has been obligated. SMC/LRSW, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002, P00194).

Aleut Facilities Support Services, LLC, Aurora, Colo., was awarded a $6,876,579 contract which will exercise the fourth option year, to provide non-personal services for customer support; infrastructure and facility maintenance; physical plant operation; and environmental and property management for Cheyenne Mountain Air Force Station, Colorado. At this time, the entire amount has been obligated. 21 CONS/LGCAB, Peterson Air Force Base, Colo., is the contracting activity (FA25174-06-C-5005, P00027).

*Small Business

Technorati Tags:
, ,



No comments: