Friday, June 18, 2010

DOD CONTRACTS for June 18, 2010

DOD CONTRACTS for June 18, 2010
June 18, 2010

NAVY
Philadelphia Gear Corp., King of Prussia, Pa., is being awarded an $80,240,784 firm-fixed-price contract for main reduction gears for DDG 51 (Arleigh Burke) Class Guided Missile Destroyers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $425,955,513. Work will be performed in Santa Fe Springs, Calif. (79.2 percent); Kansas City, Mo. (7.2 percent); St. Augustine, Fla. (3.6 percent); Westminster, Mass. (3.2 percent); Middlesex, England, U.K. (2.2 percent); Latrobe, Pa. (2.1 percent); Pewaukee, Wis. (1.4 percent); and Erie, Pa. (1.1 percent), and is expected to be completed by July 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under full and open competition via the Federal Business Opportunities Web site and two offers were received. The Naval Sea Systems Command, Washington, Navy Yard, D.C., is the contracting activity (N00024-10-C-2310).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $43,800,000 not-to-exceed modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) for the development, integration, verification, and validation of verification simulator capabilities for the F-35 Joint Strike Fighter. Work will be performed in Fort Worth, Texas, 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 (N00019-02-C-3002).

Blueridge General, Inc., Norfolk, Va., is being awarded a $33,655,729 firm-fixed-price contract for construction to replace roof and repair exterior of medical administrative building three at Naval Medical Center Portsmouth. Work will be performed in Portsmouth, Va., and is expected to be completed by July 2013. Funds are provided by the American Recovery and Reinvestment Act of 2009. 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 three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-3002).

Watts Constructors, LLC, Honolulu, Hawaii, is being awarded firm-fixed-price task order #0002 at $11,178,000 under a multiple award construction contract for critical mechanical/electrical repairs to building 352 at Makalapa, Naval Station Pearl Harbor. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2011. Contract funds will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-08-D-4013).

HDR Engineering, Inc., Honolulu, Hawaii, is being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer services contract with a maximum amount of $7,500,000 for the preparation of plans and specifications for civil/environmental projects in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to Guam (30 percent); Hawaii (20 percent); West Coast (Calif., Nev., and Wash. 20 percent); and other areas in the Pacific and Indian Oceans (30 percent). The term of contract is not to exceed 36 months, with an expected completion date of June 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC E-Solicitation Web site with six proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-10-D-0009).

General Dynamics Information Technology is being awarded a $7,499,757.00 Task Order M6785402A9014-0047. The scope of this effort is to provide general engineering and scientific support to the Marine Corps Systems Command; Operational Forces Systems; Product Group 09; Program Manager Ground Combat Systems for item unique identification (IUID) marking of Mission Essential phase I; Marine Corps IUID Legacy Phase 2 and/or other legacy equipment; assemblies/subassemblies identified by Headquarters Marine Corps or as directed, i.e., controlled principle end items; and other serially managed items not covered under the primary effort. Principal activities include management support, IUID planning, capture of equipment pedigree data with the major emphasis on engineering analysis to identify secondary repairables, and subassemblies for the implementation of IUID marking, and data quality control and temp data storage management. Work will be performed in Quantico, Va., and is expected to be completed in June 2011. Contract funds will expire Sept. 30, 2010. The Marine Corps System Command, Quantico, Va., is the contracting activity (M6785402A9014-0047).

DEFENSE LOGISTICS AGENCY
Exide Technologies, Alpharetta, Ga., is being awarded a maximum $48,735,775 fixed-price with economic price adjustment, indefinite-quantity contract for wet-charged, lead acid storage batteries. Other location of performance is Manchester, Iowa. Using services are Army, Navy, Air Force and Marine Corps. There were originally four proposals solicited with one response. This contract is for a two-year base with three option years. The date of performance completion is July 9, 2012. The Defense Supply Center Columbus (DSCC), Columbus, Ohio, is the contracting activity (SPM7LX-10-D-7121).

AIR FORCE
Lockheed Martin Corp., of Marietta, Ga., was awarded a $7,004,657 contract modification for C-5 Avionics Modernization program lot VIII components. At this time, the entire amount has been obligated. 716 AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-98-C-0006, P00237).

Wyle Laboratories of Huntsville, Ala., was awarded a $24,801,569 contract which will research test, develop, and deliver integrated master schedules; mishap risk assessment reports; systems safety program plans; system safety hazard analysis reports; corrosion prevention and control plans; basic reliability models; technical report/study services; test procedures/reports; and product drawings/models and associated list. At this time, $7,936 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005, Delivery Order 0138).

Wyle Laboratories of Huntsville, Ala., was awarded a $24,495,032 contract modification which will apply reliability, maintainability, quality, supportability and interoperability best practices to execute various commander, Naval Air Forces, Naval Air Systems Command and the Joint Services Wiring Action Group projects and programs relating to electrical systems on and off aircraft. At this time, $158,730 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005, Delivery Order 0149).

Technorati Tags:
,



No comments: