Thursday, July 08, 2010

DTN News: U.S. Department of Defense Contracts Dated July 8, 2010

DTN News: U.S. Department of Defense Contracts Dated July 8, 2010 Source: U.S. DoD issued July 8, 2010 (NSI News Source Info) WASHINGTON - July 9, 2010: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued July 8, 2010 are undermentioned; CONTRACTS DEFENSE LOGISTICS AGENCY ~Refinery Associates of Texas*, New Braunfels, Texas, is being awarded a maximum $122,798,741 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. Other location of performance is United Kingdom. Using service is the Defense Energy Support Center. The original proposal was Web-solicited with 10 responses. The date of performance completion is July 30, 2011. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0481). ~Sikorsky Aircraft Corp., Stratford, Conn. is being awarded a maximum $63,754,114 firm-fixed-price, sole-source contract to supply aircraft platform spare parts. 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. The date of performance completion is July 7, 2011. The Defense Supply Center Richmond, Richmond, Va., is the contracting activity (SPM4AX-09-D-9404). ~Belleville Shoe Manufacturing Co., Belleville, Ill., is being awarded a maximum $24,337,375 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for hot weather Army combat boots. Other location of performance is Arkansas. Using services are Army, Navy, Air Force and Marine Corps. The proposal was originally Web-solicited with nine responses. The date of performance completion is July 9, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-07-D-1518). ~Altama Footwear, Atlanta, Ga. is being awarded a maximum $19,814,297 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for hot weather Army combat boots. Other locations of performance are Puerto Rico and Tennessee. Using services are Army, Navy, Air Force and Marine Corps. The proposal was originally Web-solicited with nine responses. The date of performance completion is July 9, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-07-D-1519). ~Wellco Enterprises, Inc., Morristown, Tenn., is being awarded a maximum $18,280,079 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for temperate weather Air Force boots. Other location of performance is Puerto Rico. Using service is Air Force. The proposal was originally Web-solicited with seven responses. The date of performance completion is July 7, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-10-D-1040). ~Wellco Enterprises, Inc., Morristown, Tenn., is being awarded a maximum $14,754,917 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for hot weather Army combat boots. Other location of performance is Puerto Rico. Using services are Army, Navy, Air Force and Marine Corps. The proposal was originally Web-solicited with nine responses. The date of performance completion is July 9, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-07-D-1522). ~Rocky Shoes & Boots, Inc., Nelsonville, Ohio, is being awarded a maximum $6,192,657 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for hot weather Army combat boots. Other location of performance is Puerto Rico. Using services are Army, Navy, Air Force and Marine Corps. The proposal was originally Web-solicited with nine responses. The date of performance completion is July 9, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-07-D-1523). ~Sterling Foods, LLC, San Antonio, Texas, is being awarded a maximum $6,117,439 firm-fixed price contract for various polymeric traypack ration items. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. The original proposal was solicited via the Defense Logistics Agency Internet Bid Board System Web site, with one response. The date of performance completion is July 5, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM3S1-10-D-Z188). NAVY ~BAE Systems Technology Solutions & Service, Rockville, Md. (N65236-10-D-6827), ~ENGlobal Technical Services, Tulsa, Okla. (N65236-10-D-6828), and ~Honeywell Technology Solutions, Inc., Columbia, Md. (N65236-10-D-6829), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee type multiple-award contract for technical and maintenance services for automated tank gauging; automated fuel service stations; automated fuel handling equipment; environmental leak detection; airfield refueling electrical supervision and control systems; overfill protection systems; physical and electronic sensor systems; and associated systems to include maintenance management, preventive maintenance, corrective maintenance and operational support. Each contractor will be awarded $8,300 at the time of award. These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $107,658,337. These three contractors will compete for the task orders under the terms and conditions of the awarded contract. Work will be performed in the contiguous U.S. (68 percent); the Pacific area, to include Alaska and Hawaii (17 percent); and Europe (15 percent). Work is expected to be completed by July 2015. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Command E-commerce and the Federal Business Opportunities Web sites, with three offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity. ~The CENTECH Group, Inc.*, Falls Church, Va. (N65236-10-D-5827), and ~Suh’dutsing Technologies, LLC*, Cedar City, Utah (N65236-10-D-5828), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple-award contract for telephony and telecommunications system maintenance and support. Each contractor will be awarded $50,000 at the time of award. These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $100,000,000. Work will be performed throughout the contiguous U.S. (70 percent); military installations in Southwest Asia (20 percent); and other government stations worldwide (10 percent). Work is expected to be completed by July 2011. If all options are exercised, work could continue until July 2015. Contract funds will expire at the end of the current fiscal year. The multiple-award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central and the Federal Business Opportunities Web sites, with four offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity. ~Bowhead Systems Management, Inc.*, Alexandria, Va. (N61339-10-D-2001); ~Engineering Support Personnel, Inc.*, Orlando, Fla. (N61339-10-D-2002); ~FTSS, JV*, Frankfort, Ill. (N61339-10-D-2003); ~ProActive Technologies, LLC*, Orlando, Fla. (N61339-10-D-2004); and ~T.J. Drafting and Design, Inc.*, Christmas, Fla. (N61339-10-D-2005), are each being awarded indefinite-delivery/indefinite-quantity multiple-award contracts for fielded training systems support services in support of over 900 training simulators for the Navy, and non-Navy and Foreign Military Sales customers. Services to be provided include contractor operation and maintenance; contract instruction; training device modifications; training device relocations; training system management; in-service engineering office support; spares/product support; and other related trainer support services. The aggregate not-to-exceed amount for these multiple award contracts is $80,000,000, and the companies will have the opportunity to bid on each individual task order. Work will be performed in various locations inside and outside the U.S. Work performed under these contracts is expected to be completed in July 2015. Contract funds in the amount of $141,918 will expire at the end of the current fiscal year. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside, with eight offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity. ~Lockheed Martin Corp., Liverpool, N.Y., is being awarded a $51,063,478 modification to previously awarded contract (N00024-09-C-5300) to exercise the cost-plus-incentive-fee option for the Surface Electronic Warfare Improvement Program (SEWIP) Block 2 system development and demonstration. SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) electronic warfare system. The SEWIP Block 2 will expand upon the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration. Work will be performed in Syracuse, N.Y. (74.5 percent); Lansdale, Pa. (13.7 percent); and Morgan Hill, Calif. (11.8 percent). Work is expected to be completed by January 2013. 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 (N00024-09-C-5300). ~The Boeing Co., St. Louis, Mo., is being awarded a $43,322,994 cost-plus-fixed-fee contract for non-recurring engineering to integrate Mode 5 capability into the F/A-18E/F and EA-18G AN/APX-111 combined interrogator transponder (CIT), including the upgrade of three Mode 5 CIT assets, procurement of 14 Mode CIT test assets, and implementation of Mode 5 into automated test equipment. Work will be performed in Greenlawn, N.Y. (75 percent), and St. Louis, Mo. (25 percent), 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 Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0078). ~HP Enterprise Services, LLC, Herndon, Va., is being awarded a $27,000,000 fixed-price award fee, indefinite-delivery/indefinite-quantity contract for continuation of information technology (IT) services provided under the Navy Marine Corps Intranet (NMCI) contract (N00024-00-D-6000). The base contract requirement is for the purchase of a license to access the NMCI intellectual property. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $3,400,000,000. Work will be performed in Herndon, Va., and is expected to be completed by Sept. 30, 2010. If all options are exercised, work could continue until July 2015. Work performed during the option periods will be performed at approximately 2,500 locations including bases, camps, posts, stations, offices and single-seat storefronts in the contiguous U.S., Alaska, Hawaii, Japan, Guantanamo Bay (Cuba), and Puerto Rico. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. HP Enterprise Services, LLC, is the owner/operator of the NMCI network and is the only source that can satisfy the Navy’s requirement for continuity of IT services. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0010). ~Oceaneering International, Inc., Marine Services Division, Chesapeake, Va., is being awarded a $26,212,092 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for planning yard, technical, engineering, production, maintenance, integration, logistics, repair, and installation of field changes services in support of the dry deck shelter program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $71,636,464. Work will be performed in Chesapeake, Va. (45 percent); Honolulu, Hawaii (45 percent); and overseas (10 percent). Work is expected to be completed by July 2011. Contract funds in the amount of $2,984,806 will expire at the end of the current fiscal year; however, no funds are obligated by award of this contract as funds are obligated on individual delivery orders. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-D-6401). ~GE Aviation Systems, LLC, Vandalia, Ohio, is being awarded an $11,800,000 firm-fixed-price contract for the procurement of 236 main generators for the CH-46E helicopter. Work will be performed in Vandalia, Ohio, and is expected to be completed in July 2016. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0043). ~SYS Technologies Inc.*, San Diego, Calif., is being awarded a $11,066,355 cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for non-personal technical and engineering services in support of the Navy Directed Energy and Electric Weapon Systems Program Office and the Total Ship Training Systems Program Office. SYS Technologies, Inc., shall provide technologically-sensitive engineering, program, resource and contract management; research, development, test, and system engineering; technical analysis, including capabilities, limitations, lethality, and countermeasure assessments; programmatic, acquisition, and technical documentation development, review, and analysis; shipboard integration/installation planning, environmental and safety/security-related engineering/documentation/planning across all types of security classification levels. Work will be performed in San Diego, Calif. (12 percent); Washington, D.C. (40 percent); Arlington, Va. (40 percent); and Dahlgren, Va. (8 percent). Work is expected to be completed by July 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-10-D-WM15). ~Stronghold Engineering, Inc., Riverside, Calif., is being awarded $8,924,115 for firm-fixed-price task order #0002 under a previously awarded multiple-award construction contract (N62473-10-D-5483) for the installation of photovoltaic systems at Space and Naval Warfare Systems Command (SPAWAR). The work to be performed provides for procurement, installation and commissioning of a solar photovoltaic power system and to provide roof repairs. The solar power generator shall be constructed on the roof of the SPAWAR System Center Pacific Old Town Complex Buildings 1 and 2. The project shall provide a turnkey solar photovoltaic power system. Work will be performed in San Diego, Calif., and is expected to be completed by October 2011. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity. AIR FORCE ~Integral Systems, Inc., Columbia, Md., was awarded a contract modification of $13,417,469 which will extend the contract for the command and control system-consolidated program from Sept. 30, 2011 to Sept. 30, 2012, to accommodate launch delays on the Advanced Extremely High Frequency Space Vehicles 1, 2 and 3. At this time, no money has been obligated. Space & Missiles System Center, Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-01-C-0012; P00170). *Small business

No comments: