Friday, November 19, 2010

DTN News: U.S. DOD Announces Units For Upcoming Afghanistan Rotation

DTN News: U.S. DOD Announces Units For Upcoming Afghanistan Rotation
Source: U.S. DoD issued No. 1078-10 November 19, 2010
(NSI News Source Info) WASHINGTON - November 19, 2010: U.S. DOD Announces Units for Upcoming Afghanistan Rotation.
U.S. Department of Defense Office of the Assistant Secretary of Defense (Public Affairs) News Release
On the Web: http://www.defense.gov/Releases/Release.aspx?ReleaseID=14086 Media contact: +1 (703) 697-5131/697-5132Public contact: http://www.defense.gov/landing/comment.aspx or +1 (703) 428-0711 +1

IMMEDIATE RELEASENo. 1078-10 November 19, 2010

DOD Announces Units for Upcoming Afghanistan Rotation

The Department of Defense announced today major units to deploy as part of upcoming rotations of forces operating in Afghanistan. The announcement involves two headquarters totaling 1,600 personnel and two infantry brigade combat teams totaling 6,800 personnel. The scheduled rotation for these forces will begin in early 2011 and continue through the fall of 2011.

Headquarters units:

1st Cavalry Division Headquarters, Fort Hood, Texas.

82nd Airborne Division Headquarters, Fort Bragg, N.C.

Infantry Brigade Combat Teams:

170th Infantry Brigade Combat Team, Baumholder, Germany.

172nd Infantry Brigade Combat Team, Grafenwoehr and Schweinfurt, Germany.

DoD will continue to announce major deployments as they are approved. For information on the 170th or 172nd BCTs, contact U.S. Army Europe Public Affairs in Heidelberg, Germany, at ocpa.pi@eur.army.mil or 49-6221-57-5816. For information on the 1st Cavalry Division Headquarters, Fort Hood, Texas, contact Lt. Col. Chad Carroll at 254-2879400, chad.carroll@us.army.mil. For information on the 82nd Airborne Division Headquarters, Fort Bragg, N.C., contact Lt. Col. David Connolly at 910-432-0661, david.connolly1@us.army.mil.

*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News, contact: dtnnews@ymail.com
© Copyright (c) DTN News Defense-Technology News

DTN News: U.S. Department of Defense Contracts Dated November 19, 2010

DTN News: U.S. Department of Defense Contracts Dated November 19, 2010
Source: U.S. DoD issued No. 1073-10 November 19, 2010
(NSI News Source Info) WASHINGTON - November 19, 2010: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued November 19,
2010 are undermentioned;

CONTRACTS

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $3,485,385,767 modification to a previously awarded cost-plus-incentive-fee contract (N00019-09-C-0010). This modification converts contract type for the efforts described below from a cost-plus-incentive-fee to a fixed-price-incentive (firm target) for the manufacture and delivery of F-35 Joint Strike Fighter low rate initial production Lot IV aircraft. This modification provides for the procurement of 10 conventional take-off and landing aircraft for the U.S. Air Force; 16 short take-off vertical landing (STOVL) aircraft for the U.S. Marine Corps; one STOVL aircraft for the United Kingdom Royal Navy; and four carrier variant aircraft for the U.S. Navy. In addition, this modification provides for the procurement of associated ancillary mission equipment, flight test instrumentation, and manufacturing support equipment. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2013. Contract funds in the amount of $21,773,633 will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($1,099,960,361; 31.6 percent); the U.S. Marine Corps ($1,685,707,859; 48.4 percent); the U.S. Navy ($582,147,988; 16.6 percent); and the United Kingdom ($117,569,559; 3.4 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Navistar Defense, LLC, Warrenville, Ill., is being awarded $252,779,055 for firm-fixed-priced delivery order #0015 under a previously awarded contract (M67854-07-D-5032) for the procurement of 250 Mine Resistant Ambush Protected recovery vehicles (MRV) and contractor logistics support (CLS). The objective of the MRV and CLS requirement is to support the warfighters and coalition forces that require assistance resulting from disabled vehicles during Operation Enduring Freedom. Work will be performed in West Point, Miss., and is expected to be completed by the end of September 2011. Contract funds in the amount of $252,779,055 will expire on Sept. 30, 2011. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Mission Systems & Sensors, Ships and Aviation Systems, Baltimore, Md., is being awarded a $24,515,108 modification to previously awarded firm-fixed-price contract (N00104-01-D-ZD52) to exercise the second option for the manufacture of spare and repair parts used in the MK-41 vertical launching system. Work will be performed in Baltimore, Md. (15 percent), and Ventura, Calif. (85 percent), and is expected to be completed by November 2014. Contract funds will not expire before the end of the current fiscal year. The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity.

Advanced Acoustic Concepts, Inc.*, Hauppauge, N.Y., is being awarded a $15,889,641 cost-plus-fixed-fee contract for the development and implementation of improved acoustic intercept sensor and full band signal processing in support of the AN/SQQ-89(V) and AN/SQQ-89(V)15 anti-submarine warfare combat systems. Work will be performed in Hauppauge, N.Y. (50 percent); Columbia, Md. (30 percent); and Lemont Furnace, Pa. (20 percent). Work is expected to be completed by November 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 (N00024-11-C-5204).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $13,729,506 modification to the previously awarded cost-plus-incentive-fee/award-fee contract (N00019-08-C-0028) to exercise an option for the procurement of one ruggedized repair verification radar (RVR) test set in support of the F-35 Joint Strike Fighter. The RVR test set will support aircraft maintenance level for evaluation and verification of zonal radar cross section performance characteristics following aircraft repair of all three variants. Work will be performed in El Segundo, Calif. (96 percent); Fort Worth, Texas (3.5 percent); and Orlando, Fla. (0.5 percent). Work is expected to be completed in January 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.

B.R. Flowers & Co., Inc.*, Hampton, Va. (N50054-11-D-1101); UHP Projects, Inc.*, Newport News, Va. (N50054-11-D-1102); International Flooring & Protective Coatings, Inc.*, Norfolk, Va. (N50054-11-D-1103); and Surface Technologies Corp.*, Neptune Beach, Fla. (N50054-11-D-1104), are each being awarded maximum value $12,236,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contracts for work associated with removing surface ship and submarine deck coverings. The companies will provide management, administrative and production services, materials, tools, equipment, and required support to accomplish removal of old deck covering and underlayment (including rubber base if present), abrasive blast, ultra high pressure water jet, and power tool clean decks; prepare surfaces, apply primer coatings, and install new non-skid deck covering onboard U.S. Navy vessels including submarines. Work will be primarily performed on vessels located in Norfolk, Va., and is expected to be completed by November 2011. Contract funds in the amount of $145,200 will expire at the end of the current fiscal year. This multiple award contract was competitively procured via the Navy Electronic Commerce Online website, with five offers received. The Norfolk Ship Support Activity, Portsmouth, Va., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $10,085,840 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-07-G-0008) for non-recurring efforts required to complete the fuel jettison mission management restriction removal engineering change proposal (ECP) for the Air Force CV-22. This ECP will remove the fuel jettison restriction allowing the aircrew to rapidly manage CV-22 aircraft mission gross weight. Work will be performed in Ridley Park, Pa. (70 percent); Dallas, Texas (20 percent); Fort Worth, Texas (7 percent); Fort Walton Beach, Fla. (2 percent); and St. Louis, Mo. (1 percent). Work is expected to be completed in August 2013. Contract funds in the amount of $10,085,840 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Renaissance Science Corp.*, Chandler, Ariz., is being awarded a $9,750,000 indefinite-delivery/indefinite-quantity contract for the research and development of virtual environment technologies in support of the Navy's simulation and training requirements, including analyses, studies and engineering in virtual environment synthetic. Work will be performed in Chandler, Ariz. (50 percent), and Orlando, Fla. (50 percent), and is expected to be completed in November 2015. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; four offers were received. Contract funds in the amount of $254,272 will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-D-0003).

Correction: Contract awarded Nov. 16, 2010, to University Multispectral Laboratory, Oklahoma State University, Stillwater, Okla. (N65236-07-D-7878), should have stated the modification award amount as $11,500,000.

ARMY

Oshkosh Corp., Oshkosh, Wis., was awarded on Nov. 17 a $797,889,723 firm-fixed-price contract for the production of 4,773 family of medium tactical vehicles. Work is to be performed in Oshkosh, Wis., with an estimated completion date of March 31, 2012. Bids were solicited on the World Wide Web with three bids received. TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

BAE Systems, York, Pa., was awarded on Nov. 5 a $250,128,753 cost reimbursement, no fee contract. This requirement will procure Operation Desert Storm Situational Awareness (ODS-SA) long-lead material for a total of 247 ODS-SA conversion kits; 202 will be used under the contract to convert vehicles from ODS to ODS-SA configurations in support of the Bradley fighting vehicles. Work is to be performed in York, Pa., with an estimated completion date of Feb. 28, 2012. One bid was solicited with one bid received. U.S. Army, TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-10-G-0003).

Global Engineering and Construction, LLC, Kent, Wash., was awarded on Nov. 8 a $165,000,000 indefinite-delivery/indefinite-quantity multiple award task order contract with firm-fixed-price and time-and-materials task orders contract. This acquisition is for acquiring O&M services under NAICS code 561210, facilities support services, to preserve and maintain government medical and non-medical real property facilities in such a condition that they may be effectively used for their designated functional purpose. Although this acquisition applies to both medical and non-medical facilities located inside and outside the contiguous United States, the primary focus of this acquisition will be medical facilities located inside the contiguous United States. This acquisition will provide operations and maintenance engineering enhancement services at ambulatory care facilities including non-complex specialized O&M services. Work is to be performed in England, Germany, Portugal, Spain, Italy, Turkey, Japan, South Korea, and Cuba, with an estimated completion date of Nov. 7, 2011. Restricted bids were solicited with10 bids received. U.S. Army Corps of Engineers, CEHNC-CT-A, Huntsville, Ala., is the contracting activity (W912DY -11-D-0009).

EML/BMAR, JV, LLC, Franklin, Tenn., was awarded on Nov. 8 a $165,000,000 indefinite-delivery/indefinite-quantity multiple award task order contract with firm-fixed-price and time-and-materials task orders contract. This acquisition is for acquiring O&M services under NAICS code 561210, facilities support services, to preserve and maintain government medical and non-medical real property facilities in such a condition that they may be effectively used for their designated functional purpose. Although this acquisition applies to both medical and non-medical facilities located inside and outside the contiguous United States, the primary focus of this acquisition will be medical facilities located inside the contiguous United States. This acquisition will provide operations and maintenance engineering enhancement services at ambulatory care facilities including non-complex specialized O&M services. Work is to be performed in England, Germany, Portugal, Spain, Italy, Turkey, Japan, South Korea, and Cuba, with an estimated completion date of Nov. 7, 2011. Restricted bids were solicited with10 bids received. U.S. Army Corps of Engineers, CEHNC-CT-A, Huntsville, Ala., is the contracting activity (W912DY -11-D-0008).

Angel Menendez Environmental Services, Inc., Petersburg, Fla., was awarded on Nov. 8 a $165,000,000 indefinite-delivery/indefinite-quantity multiple award task order contract with firm-fixed-price and time-and-materials task orders contract. This acquisition is for acquiring O&M services under NAICS code 561210, facilities support services, to preserve and maintain government medical and non-medical real property facilities in such a condition that they may be effectively used for their designated functional purpose. Although this acquisition applies to both medical and non-medical facilities located inside and outside the contiguous United States, the primary focus of this acquisition will be medical facilities located inside the contiguous United States. This acquisition will provide operations and maintenance engineering enhancement services at ambulatory care facilities including non-complex specialized O&M services. Work is to be performed in England, Germany, Portugal, Spain, Italy, Turkey, Japan, South Korea, and Cuba, with an estimated completion date of Nov. 7, 2011. Restricted bids were solicited with10 bids received. U.S. Army Corps of Engineers, CEHNC-CT-A, Huntsville, Ala., is the contracting activity (W912DY -11-D-0007).

Northrop Grumman Information Technology, McLean, Va., was awarded on Nov. 15 a $75,000,000 contact for the Cooperative Threat Reduction Program advisory and assistance services support. Work is to be performed in Lorton, Va., with an estimated completion date of April 26, 2011. One sole-source bid was solicited with one bid received. Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-05-D-0003).

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded on Nov. 16 a $31,915,000 cost-plus-incentive-fee contract for the incremental funding modification for the extension of continuing and additional work for the system development and design contract for the extended range/multi-purpose unmanned aerial system. Work is to be performed in Poway, Calif., with an estimated completion date of Dec.31, 2010. One bid was solicited with one bid received. U.S. Army Contracting Command, AMCOM Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0069).

Lockheed Martin Electronics and Fire Control, Orlando, Fla., was awarded in Nov. 12 a $22,855,083 firm-fixed-price contract for life cycle contractor support, which includes management and logistics functions for the fire control radar system on all government Apache AH-64D helicopters. This requirement is comprised of depot repair, replenishment spares, spares and/or repair parts, sustainment /engineering services, contractor field service representatives, and repair/replacement of battle/crash damaged equipment. Work is to be performed in Orlando, Fla., with an estimated completion date of Dec. 31, 2012. One bid was solicited with one bid received. U.S. Army Contracting Command, AMCOM Contracting Center CCAM-AP-B, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0126).

KDH Defense Systems, Inc., Eden, N.C., was awarded on Nov. 10 a $16,242,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 26,400 improved outer tactical vests. Work is to be performed in Eden, N.C., with an estimated completion date of March 2, 2011. Eight bids were solicited with three bids received. Research, Development & Engineering Command Contracting Center (RDECOM CC), Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0049).

Purnell Construction Co., LLC, Baton Rouge, La., was awarded on Nov. 12 a $13,064,983 firm-fixed-price contract. The work consists of constructing a continuous line of hurricane flood protection across the discharge basin at Belle Chasse No.2 Pumping Station on the east side of the Algiers Canal. This protection will incorporate pile founded reinforced concrete T-wall monoliths. New butterfly gates will be required within the steel discharge tubes. Gate operation will be by individual electric actuators utilizing local and remote control. Site work will include modifications to existing pumping station utilities, dewatering systems, construction of temporary retaining structures with work platforms, miscellaneous excavation and demolition, clearing and grubbing. Miscellaneous mechanical and electrical work will also be performed. Work will be performed at "West Bank and Vicinity, New Orleans, LA Hurricane and Storm Damage Risk Reduction System (HSDRRS), Harvey Canal West Bank Levees - Phase 2, Jefferson Parish," with an estimated completion date of Dec. 28, 2011. Bids were solicited on the World Wide Web with eight bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-D-0042).

LEC-CMS, LP, Frisco, Texas., was awarded on Nov. 17 a $12,743,000 firm-fixed-price contract. This contract is for the design-build of a health and dental clinic, Fort Bliss, Texas. Work is to be performed in Fort Bliss., Texas, with an estimated completion date of Oct. 25, 2011. Twenty bids were solicited with four bids received. Corps of Engineers, CESWF-CT, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0050).

Northrop Grumman Systems Corp., Melbourne Fla., was awarded on Nov. 16 a $12,271,471 cost-plus-fixed-fee. The contract is for system design and development of the Airborne Surveillance, Target Acquisition, and Minefield Detection System (ASTAMIDS) Block I. The purpose of the ASTAMIDS is to detect, locale and designate combat vehicles, systems and troops, and to detect, characterize, and locate minefields and obstacles, and to provide information to help locate and characterize non-mined areas and safe avenues. ASTAMIDS consists of two subsystems: the airborne payload and the tactical ground segment. Work is to be performed in Melbourne, Fla., with an estimated completion date of Nov. 30, 2010. One bid was solicited with one bid received. CECOM Contracting Center Washington, Fort Belvoir, Va., is the contracting activity (DAAB15-03-C-0013).

SAIC, McLean, Va., was awarded on Nov. 11 an $11,879,381 cost-plus-fixed-fee, level of effort contract. The warfighter analysis and integration contract provides the Army, other services, and the Department of Defense an advanced capability for analysis and integration of defense issues. These defense issues include investigation of battlefield and battle space systems and technologies, impact of changes to force structures, analysis of training, tactics, procedures, and hardware-software; including specific efforts for simulation design; simulation engineering; simulation implementation; simulation integration and maintenance; parametric modeling; data collection, reduction and first level analysis; and design, engineering and integration of simulations and modeling to support evaluation of potential threats, doctrine and requirements, technologies, designs and performance, manufacturing processes, logistics and manpower, and defense system interface architectures. Work is to be performed in McLean, Va., with an estimated completion date of Jan. 31, 2011. One bid was solicited with one bid received. U. S. Army Space & Missile Defense Command, Huntsville, Ala., is the contracting activity (DASG60-02-D-0006).

Datron World Communications, Inc., Vista, Calif., was awarded on Nov. 10 a $10,439,960 firm-fixed-price contract. This delivery order is to procure radio systems, spares, installation kits, batteries, and chargers in the amount of $10,439,960 in support of Foreign Military Sales Case "G5-B-UAP A2" for Afghanistan. Work is to be performed in Vista, Calif., with an estimated completion date of Feb. 28, 2012. One bid was solicited with one bid received. CECOM Contracting Center, Aberdeen Proving Grounds, Md., is the contracting activity (W15P7T-09-D-D212).

BAE Systems Land & Armaments, Santa Clara, Calif., was awarded on Nov. 9 a $8,500,000 cost-share contract for the acquisition of three right-hand drive Joint Light Tactical Vehicles and one companion trailer. Work is to be performed in Santa Clara, Calif., with an estimated completion date of Aug. 15, 2011. One bid was solicited with one bid received. TACOM, Warren, AMTSA-AQ-ATBA, Warren, Mich., is the contracting activity (W56HZV-09-C-0107).

KDH Defense System, Inc., Eden, N.C., was awarded on Nov. 9 a $7,200,000 firm-fixed-price supply contract for Operation Enduring Freedom camouflage pattern soldier plate carrier system retrofit kits. Work is to be performed in Eden, N.C., with an estimated completion date of Jan. 28, 2011. Bids were solicited on the World Wide Web with none bids received. Research & Development, Engineering Command Contracting Center (CCRD-AP-BA), Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-10-F-0001).

Goodrich Pump & Engine Control Systems, Inc., Hartford, Conn., was awarded on Nov. 8 a $6,887,000 cost-plus-fixed-fee contract. This acquisition is for a research and development program entitled, "Universal Control (UC) Full Authority Digital Electronic Control." The intent of the proposed program is to continue developing and qualifying an advanced next generation engine UC that demonstrates commonality across all Army aviation engines simplifying logistical support for such controls while significantly reducing weight, size and life cycle cost. Work is to be performed in West Hartford, Conn., with an estimated completion date of Nov. 4, 2012. One bid was solicited with one bid received. U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-09-D-0017).

DEFENSE LOGISTICS AGENCY

Ziehm Imaging, Inc.*, Orlando, Fla., is being awarded a maximum $24,000,000 fixed-price with economic price adjustment contract for radiology systems, subsystems, accessories, components and training. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The original proposal solicited on the Federal Business Opportunities website with 47 responses. The date of performance completion is Nov. 18, 2011. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-11-D-8344).

Duramold Castings, Inc.*, South Bend, Ind., is being awarded a maximum $9,944,539 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for track modification kits. There are no other locations of performance. Using service is Army. The original proposal was Web solicited with 21 responses. The date of performance completion is Nov. 30, 2015. The Defense Logistics Agency Land and Maritime, Warren, Mich., is the contracting activity (SPRDL1-11-D-0005).

Shamrock Foods Co., Phoenix, Ariz., is being awarded a maximum $7,125,000 firm-fixed-price, indefinite-quantity, sole-source, prime vendor contract for full line food distribution. There are no other locations of performance. Using services are Army, Air Force and Marine Corps. There was originally one proposal solicited with one response. The date of performance completion is Nov. 20, 2011. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-11-D-3395).

*Small business

*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News, contact: dtnnews@ymail.com
© Copyright (c) DTN News Defense-Technology News