Monday, June 28, 2010

DOD CONTRACTS for June 28, 2010

DOD CONTRACTS for June 28, 2010
June 28, 2010

DEFENSE INFORMATION SYSTEMS AGENCY
On June 11, 2010, the Defense Information Systems Agency (DISA) issued a bridge extension for the Joint Interoperability Test Command (JITC) multiple-award Omnibus contracts as a modification to the three existing contracts. Each of the three JITC Omnibus multiple-award, Time and Material (T&M) contracts that are awarded to: 1) Northrop Grumman Information Technology Inc. (NGIT) under contract number NBCHC020001; 2) Northrop Grumman Mission Systems (NGMS) under contract number NBCHC020002; and 3) Interop Joint Venture II (IJV) under contract NBCHC020003 will be extended. The current contracts expire 31 August 2010. The six month bridge extension will add an additional six month period to each JITC Omnibus contract from September 1, 2010 to February 28, 2011 with three 2-month option periods. The three 2-month optional periods will cover March 1, 2011 to August 31, 2011 if exercised. The total combined ceiling values for the extension period and option period will be increased by 70 million, changing the total contract ceilings from 1.05 billion to 1.12 billion. The statutory authority for other than full and open competition is 10 U.S.C. 2304(c)(1), posted to FedBizOps website on April 19, 2010. Performance will be at done at various DISA/Joint Interoperability Testing Command locations. The original solicitation was issued as a full and open competitive action and 8 proposals were received. All three contractors are large businesses. A follow-on solicitation is pending. The Defense Information Technology Contracting Organization, (DITCO) ,Scott Air Force Base, Ill. (satellite branch-JITC, Fort Huachuca), is the contracting activity.

Government Contracting Resources, Inc.*, Pinehurst, N.C., was awarded a $21,229,204, firm-fixed-price contract utilizing partial fiscal 2010 and 2011 operations & maintenance funding, base year, for base operating support services on June 18, 2010. The period of performance for the base period is Aug. 1, 2010 through July 21, 2011 with four 12-month options. Performance will be at Fort George G. Meade, Md. The solicitation was issued as a veteran-owned small business set-aside. The solicitation was posted on the Federal Business Opportunities Web site and three responsive offers were received. The Defense Information Technology Contracting Organization, NCR, is the contracting activity (HC1047-10-C-4021).

NAVY
Raytheon Technical Services Co., Indianapolis, Ind., is being awarded a $250,475,758 indefinite-delivery/indefinite-quantity contract for the development, implementation and sustainment of 2009, 2011, 2013, 2015, and 2017 V-22 Block Fleet release avionics systems software products, including V-22 aircraft avionics acquisition support. In addition, this contract provides for the development, test and production of V-22 situational awareness/Blue Force tracking software and prototype hardware products. Work will be performed in Indianapolis, Ind., and is expected to be completed in September 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-10-D-0012).

Raytheon Co., Missile Systems, Tucson, Ariz., is being awarded an $88,202,604 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0061) for the Lot 10 production of 121 AIM-9X Block I all-up-round tactical missiles for the Air Force (65) and the government of Korea (55); 12 Block I captive air training missiles (CATM) for the government of Korea; 15 Block I special air training missiles (NATM) for the Air Force; seven Block II captive training missiles for the Air Force; 21 Block II NATMs for the Air Force; five Block I CATM guidance units (GU) for the Air Force; 15 Block II CATM GUs for the Air Force; seven Block II active optical target detectors for the Air Force; six Block I propulsion steering sections for the Air Force; 52 containers for the Air Force (30) and the government of Korea (22); and associated tooling and test equipment for the Navy, Air Force and the government of Korea. Work will be performed in Tucson, Ariz. (57.17 percent); Andover, Mass. (6.97 percent); various locations inside the contiguous U.S. (6.67 percent); Valencia, Calif. (4.76 percent); Goleta, Calif. (4.22 percent); Rocket Center, W.Va. (4.06 percent); Vancouver, Wash. (3.30 percent); Midland, Canada (2.94 percent); Austin, Texas (1.91 percent); Cincinnati, Ohio (1.37 percent); Cheshire, Conn. (1.36 percent); El Cajon, Calif. (0.88 percent); Chatsworth, Calif. (0.88 percent); San Jose, Calif. (0.75 percent); Anniston, Ala. (0.74 percent); Simsbury, Conn. (0.70 percent); San Diego, Calif. (0.63 percent); Newbury Park, Calif. (0.52 percent); and various locations outside the contiguous U.S. (0.17 percent). Work is expected to be completed in August 2012. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($60,216,469; 68.27 percent); Navy ($2,833,799; 3.21 percent); and the government of Korea ($25,152,336; 28.52 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0061).

Raytheon Co., Missile Systems, Tucson, Ariz., is being awarded a $40,403,434 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0061) for the Lot 10 production of 54 AIM-9X Block I all-up-round tactical missiles for the U.S. Navy (45) and for the government of Korea (nine); seven Block I captive air training missiles (CATM) for the government of Korea; four Block II captive training missiles for the Navy; 15 Block II special air training missiles for the Navy; 21 Block I CATM guidance units (GU) for the Navy (three) and the governments of Singapore (eight), Australia, (eight), and Korea (two); seven Block II CATM GUs for the Navy; four Block II active optical target detectors for the Navy; and four Block I propulsion steering sections for the Navy. Work will be performed in Tucson, Ariz. (57.17 percent); Andover, Mass. (6.97 percent); various locations inside the contiguous U.S. (6.67 percent); Valencia, Calif. (4.76 percent); Goleta, Calif. (4.22 percent); Rocket Center, W.Va. (4.06 percent); Vancouver, Wash. (3.30 percent); Midland, Canada (2.94 percent); Austin, Texas (1.91 percent); Cincinnati, Ohio (1.37 percent); Cheshire, Conn. (1.36 percent); El Cajon, Calif. (0.88 percent); Chatsworth, Calif. (0.88 percent); San Jose, Calif. (0.75 percent); Anniston, Ala. (0.74 percent); Simsbury, Conn. (0.70 percent); San Diego, Calif. (0.63 percent); Newbury Park, Calif. (0.52 percent); and various locations outside the contiguous U.S. (0.17 percent). Work is expected to be completed in August 2012. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the Navy ($32,944,420; 81.54 percent); and the governments of Korea ($5,699,174; 14.10 percent), Australia ($879,920; 2.18 percent), and Singapore ($879,920; 2.18 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Electronics, Intelligence & Support, Electronic Solutions, Nashua, N.H., is being awarded a $30,954,068 firm-fixed-price contract for the low-rate initial production Lot 6 for the Integrated Defensive Electronic Countermeasures AN/ALE-55 subsystems for the F/A-18E/F aircraft, including associated technical support for the Navy, Marine Corps, and the government of Australia. In addition, this contract provides for recurring and non-recurring engineering efforts in order to fabricate, assemble, test and deliver the component hardware of the AN/ALE-55 subsystem. The AN/ALE-55 subsystem consists of an electronic frequency converter (EFC) and a fiber optic towed device (FOTD) round. This contract provides for 72 EFCs for the Navy (55) and the government of Australia (17); and 334 FOTD rounds for the Navy and Marine Corps. Work will be performed in Nashua, N.H. (80.6 percent); Mountain View, Calif. (12 percent); and Chelmsford, United Kingdom (7.4 percent). Work is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the Navy and Marine Corps ($28,524,921; 92.2 percent), and the government of Australia ($2,429,147; 7.8 percent) under the Foreign Military Sales program. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0069).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $29,665,942 cost-plus-fixed-fee contract to provide systems engineering services to support the integration of the TRIDENT II (D5) missile and reentry subsystems into the common missile compartment for the Ohio SSBN replacement program. Work will be performed in Sunnyvale, Calif. (53.38 percent); Cape Canaveral, Fla. (40.02 percent); Magna, Utah (3.54 percent); Groton, Conn. (1.55 percent); Olathe, Kan. (0.67 percent); Melbourne, Fla. (0.50 percent); Bangor, Wash. (0.27 percent); Dallas, Texas (0.03 percent); and Port Washington, N.Y. (0.01 percent). Work is expected to be completed Sept. 30, 2011. Contract funds will not expire at the end of the current fiscal year. This contract was sole-source. Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-10-C-0043)

Orbital Sciences Corp., Chandler, Ariz., is being awarded a $26,385,013 firm-fixed-price, fixed-price-incentive-fee contract for the full-rate production of seven GQM-163A Coyote supersonic sea-skimming target vehicles, associated hardware, and kits. Work will be performed in Chandler, Ariz. (67 percent); Camden, Ark. (26 percent); Vergennes, Vt. (4 percent); and Hollister, Calif. (3 percent). Work is expected to be completed in January 2013. Contract funds in the amount of $93,816 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-2. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0063).

Raytheon Co., El Segundo, Calif., is being awarded a $26,500,000 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0018) for the procurement of 50 forward looking infrared radar for the CH-53E helicopters (42) and CH-53K helicopters (eight). Work will be performed in El Segundo, Calif., and is expected to be completed in June 2012. Contract funds in the amount of $530,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Capco, Inc., Grand Junction, Colo. (N00164-10-D-WR31); PRN Associates, Indianapolis, Ind. (N00164-10-D-WR29); and Roselm Industries, Inc., South El Monte, Calif. (N00164-10-D-WR30), are each being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for breech plates that are part of a countermeasure dispensing system. These breech plates are a component for the aircraft countermeasure dispensing system which ejects decoys to protect aircraft from exterior threats including surface-to-air missiles. Work will be performed in Grand Junction, Colo.; Indianapolis, Ind.; South El Monte, Calif.; and is expected to be completed by June 2015. Contract funds will not expire at the end of the current fiscal year. This is part of a multiple-award contract with four offers being received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

Raytheon Network Centric Systems, Marlborough, Mass., is being awarded a $7,171,329 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00421-09-G-0002) for engineering and technical services in support of the air traffic, navigation, integration and coordination system. Work will be performed in Marlborough, Mass. (70 percent), and Largo, Fla. (30 percent); and is expected to be completed in June 2011. Contract funds in the amount of $7,171,329 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-09-G-0002).

Canadian Commercial Corp., General Dynamics Land Systems Canada, is being awarded a $5,694,383.80 firm-fixed-priced delivery order #0008 under contract number M67854-07-D-5028 for the procurement of modernization safety kits to be installed on the RG-31 Mine Resistant Ambush Protected vehicle fleet. The modernization safety kits include a fire-resistant self-sealing fuel tank; an upgraded 570 amp alternator; a back-up alarm system; an improved interior lighting system; and an increased crew ventilation kit. Approximately 33 percent of the product manufacturing will be produced in Buffalo, N.Y., with the remainder being completed at General Dynamics facilities in Canada and South Africa. All deliveries are expected no later than June 28, 2011. Fiscal 2008 OPA contract funds are being will be utilized and will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-07-D-5028).

BAE Systems Information and Electronic Systems, Inc., Greenlawn, N.Y., is being awarded a $5,528,860 modification to a previously awarded firm-fixed-priced contract (N00019-08-C-0061) to exercise an option for the procurement of identification friend-or-foe common digital transponder hardware for the Navy and Army. This option consists of 23 RT-1836(C) AN/APX-118 transponders for the Army; 27 RT-192 AN/APX-123 transponders for the Navy (five) and Army (22); 450 Mode 5 modification kits for the Army; one MT-7221 APX mount for the Navy; and 150 power supplies for the Army. Work will be performed in Greenlawn, N.Y., and is expected to be completed in March 2012. Contract funds in the amount of $33,110 will expire at the end of the current fiscal year. This contract combines purchases for the Army ($5,362,725; 97 percent) and Navy ($166,135; 3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY
Balfour Beatty Construction, Fairfax, Va., was awarded on June 24 a $43,613,850 firm-fixed-price-construction contract. This contract is for Base Items 0001-0022 and Option Item 1003. This procurement is a design-build project for a dining facility at Fort Jackson, S.C. This project will design and build a new "quad" dining facility complex and renovate four starships including all site work. Work is to be performed in Fort Jackson, S.C., with an estimated completion date of June 3, 1012. Bids were solicited on the World Wide Web with four bids received. U.S. Army Corps of Engineers, Norfolk District Contracting Office, Norfolk, Va., is the contracting activity (W91236-10-C-0058).

Raytheon Co, Integrated Defense Co., Andover, Mass., was awarded on June 24 a $31,502,788 cost-plus-fixed-fee, level-of-effort contract. This contract is for fiscal 2010 Patriot engineering services contract for 907,043 man-hours of effort. Work is to be performed in Andover, Mass. (9.34 percent); Burlington, Mass. (15.20 percent); El Paso, Texas (15.26 percent); Huntsville, Ala. (3.87 percent); and Tewksbury, Mass. (56.33 percent), with an estimated completion date of Jan. 31, 2014. One bid was solicited with one bid received. Aviation & Missile Command Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057).

NCI Information Systems, Inc., Reston, Va., was awarded a $27,651,725 time-and-material contract. The contractor will provide a wide range of diverse services in the area of management, logistical and technical engineering support to Program Executive Office Soldier, Project Manager (PM) Soldier protection and individual equipment, PM Soldier sensors and lasers, PM Soldier Warrior, and PM Soldier Weapons, with performance through Oct. 31, 2010. Work is to be performed in Middle River, Md. (20 percent); Fort Belvoir, Va. (20 percent); Haymarket, Va. (30 percent); Hopewell, Va. (15 percent); Fort Benning, Ga. (4 percent); Afghanistan (1 percent); Iraq (1 percent); and Kuwait (9 percent), with an estimated completion date of Oct. 31, 2010. One single-award indefinite-delivery/indefinite-quantity bid was solicited with one bid received. U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91BRF-07-D-0014).

John C. Grimberg, Rockville, Md., was awarded on June 24 a $13,478,000 firm-fixed-price contract. This contract is for the design and construction of a multi-story emergency services center that will provide a fire station, police/law enforcement, and administrative support space. Work is to be performed in Fort Detrick, Md., with an estimated completion date of Sept 17, 2012. Bids were solicited via the Federal Business Opportunities Web site with 13 bids received. U.S. Army Corps of Engineers, Baltimore District, Baltimore, Md., is the contracting activity (W912DR-10-C-0087).

SRI International, Menlo Park, Calif., was awarded on June 24 a $9,036,694 cost-plus-fixed-fee contract. This contract is for Phases II/II of the Defense Advanced Research Projects Agency's panoptic analysis of chemical traces program. SRI International will develop an advanced analytical system for processing and identification of chemicals in the atmosphere which will provide high-throughout, cost-effective, high fidelity identification of chemical constituents. This technology will facilitate rapid, accurate chemical mapping and reconnaissance. Work is to be performed in Menlo Park, Calif. (80.9 percent); Plymouth, Minn. (8.6 percent); Poway, Calif., (4.7 percent), Toronto, Canada (4.9 percent); and Seattle, Wash., (0.9 percent), with an estimated completion date of June 30, 2012. Bids were solicited through a broad agency announcement with four bids received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-10-C-0113).

P&S Construction, Inc., Lowell, Mass., was awarded on June 24 an $8,967,000 firm-fixed-price contract for the construction of a new 150-member Army Reserve center, vehicle maintenance shop, and unheated storage building located in Luzerne County, Ashley, Pa. Work is to be performed in Hanover Township, Pa., with an estimated completion date of Oct. 30, 2011. Fifty bids were solicited with six bids received. U.S. Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0062).

Omega Training Group, Inc., Columbus, Ga., was awarded on June 24 a $5,668,512 time-and-material contract. The contractor will provide support services for non-governmental-in-nature tasks that exceed organic capabilities of Task Force Marshall at Fort Jackson, S.C. Work is to be performed in Fort Jackson, S.C., with an estimated completion date of June 21, 2012. Seven bids were solicited with six bids received. Mission & Installation Contracting MICC Center, Fort Bragg, N.C., is the contracting activity (W91247-10-C-9001).

*Small business

Technorati Tags:
,



No comments: