Thursday, August 04, 2011

DTN News: U.S. Department of Defense Contracts Dated August 4, 2011

DTN News: U.S. Department of Defense Contracts Dated August 4, 2011
(NSI News Source Info) WASHINGTON - August 4, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued August 4, 2011 are undermentioned;

CONTRACTS

NAVY

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a not-to-exceed $110,799,779 contract modification to previously awarded contract (N00024-06-C-2303) for long lead time construction for DDG 1001, long lead time material for DDG 1002, and engineering and production support services. Work will be performed in Coatesville, Pa. (23.3 percent); Erie, Pa. (13 percent); Walpole, Mass. (12.9 percent); Parsippany, N.J. (11.1 percent); Loanhead, Midlothian, United Kingdom (5.4 percent); Deer Park, Texas (5.4 percent); Newton Square, Pa. (4.5 percent); Kingsford, Mich. (4.4 percent); Milwaukee, Wis. (2.8 percent); South Portland, Maine (2.7 percent); and other various locations with less than 2 percent (14.5 percent). Work is expected to be completed by October 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

TEC-AECOM Pacific, J.V., Charlottesville, Va., is being awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer services contract for environmental planning services in the preparation, updating and reviewing of National Environmental Policy Act documents, environmental studies and technical services related to such documents as may be requested by activities at various Navy and Marine Corps activities 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 in the NAVFAC Pacific AOR including, but not limited to, Guam (50 percent), Hawaii (20 percent), Japan (10 percent), other locations within the Pacific Basin and Indian Ocean areas (10 percent), and the continental United States (10 percent). The term of the contract is not to exceed five years, with an expected completion date of August 2016. Contract funds in the amount of $50,000 will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website, with five proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-11-D-1801).

Treadwell Corp., Thomaston, Conn., is being awarded a $49,552,417 firm-fixed price, indefinite-delivery/indefinite-quantity contract to furnish up to 17 low pressure electrolyzers, and associated installation services, trainin,g and technical data to replace the Model 6L16 electrolytic oxygen generator and oxygen generating plant aboard the SSBN- 726 and SSN-21 submarines. The low pressure electrolyzers are designed to operate as the primary oxygen producers aboard the SSBN-726 and SSN-21 submarines. They will provide increased reliability, maintainability, safety and ease of operation. Funds in the amount of $40,000 will be obligated at this time. Work will be performed in Thomaston, Conn., and is expected to be completed by January 2014. Contract funds will not expire at the end of the current fiscal year. The solicitation was synopsized on the Federal Business Opportunities website. This contract was competitively procured with one offer received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-11-D-0014).

Donjon Marine Co., Inc., Hillside, N.J., is being awarded a $41,000,000 ceiling priced, indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract for salvage, salvage-related towing, harbor clearance, ocean engineering and point-to-point towing services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $215,000,000. Work will be performed in the Atlantic Ocean (80 percent) and the Gulf of Mexico (20 percent), and is expected to be completed by August 2012. Contract funds in the amount of $50,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Sea Systems Command is the contracting activity (N00024-11-D-4002).

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $29,969,607 modification to a previously issued delivery order placed against basic ordering agreement N00019-09-G-0005. This modification provides for additional phase two non-recurring efforts in support of the MH-60R situational awareness technology insertion engineering, manufacturing, and development. Work will be performed in Owego, N.Y. (95 percent), and Melbourne, Fla. (5 percent), and is expected to be completed in February 2014. Contract funds in the amount of $29,969,607 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Hampton Roads Mechanical of Virginia, Inc., Chesapeake, Va., is being awarded a maximum amount $23,441,647 indefinite-delivery/indefinite-quantity contract for maintenance, inspection, cleaning, painting, repair, testing, and replacement of various utility systems in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads region. No task orders are being issued at this time. Work will be performed in the NAVFAC Mid-Atlantic area of responsibility, and is expected to completed by August 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-11-D-0063).

PKL Services, Inc.*, Poway, Calif., is being awarded a $15,876,931 modification to a previously awarded firm-fixed-price contract (N00421-09-C-0023) to exercise an option for organizational level maintenance on the following Marine Corp aircraft platforms: AH-1W, UH-1N, CH-53D/E, and CH-46E. Work will be performed in Camp Pendleton, San Diego, Calif. (30 percent); Jacksonville, Fla. (25 percent); Iraq/Afghanistan (22 percent); San Diego, Calif. (18 percent); and Kanehoe Bay, Hawaii (5 percent). Work is expected to be completed in February 2012. Contract funds in the amount of $13,607,448 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Environet, Inc.*, Kamuela, Hawaii, is being awarded $7,998,000 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N62748-10-D-4020) for repairs and upgrades to primary electrical distribution systems and emergency power systems at the water reclamation facility at Marine Corps Base Hawaii. The work to be performed provides for removal and replacement of medium voltage and low voltage distribution systems, control and instrumentation systems, miscellaneous architectural and electrical repairs and incidental related work. Work includes erecting of a new building to house a new standby generator and distribution equipment and additions to the existing underground distribution systems. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by September 2012. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sysco Hampton Roads, Suffolk, Va., was issued a modification exercising the fourth option year on the current contract SPM300-08-D-3204/P00037. Award is a prime vender, indefinite-quantity contract with a maximum $100,000,000 for full line food service distribution. There are no other locations of performance. Using service is Navy. The date of performance completion is Aug. 4, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

DEFENSE HUMAN RESOURCES ACTIVITY

IIF Data Solutions, Inc., Centerville, VA., was awarded an estimated $44,296,526 firm-fixed price requirements contract. The award will provide program support technicians and administrative support technician level staff support, in relation to the efforts associated with the respective state committees within the four employer support of the Guard and Reserve regions and 54 state committees and Reserve component liaisons to support the leadership in the Reserve component (Army, Navy, Air Force, and Marine Reserve) headquarters. The award shall also provide program specialists in support of the Yellow Ribbon Reintegration Program to provide implementation assistance to regional areas located within the United States and its territories and supporting the leadership in the Army, and Air National Guard, and Army, Navy, Air Force, and Marine Reserve headquarters. Work will be performed at various locations within the United States and its territories with a completion date of April 30, 2015. The bid was solicited through full and open competition, with nine bids received. Contract funds will expire at the end of the current fiscal year. The Defense Human Resources Activity is the contracting activity (H98210-11-D-0004).

U.S. SPECIAL OPERATIONS COMMAND

Raytheon Co., McKinney, Texas, is being awarded a $21,000,000 indefinite-delivery/indefinite-quantity contract (H92241-11-D-0006) for production of the AN/ZSQ-2 (V1 Assault) and AN/ZSQ-2 (V2 Attack), Electro-Optical Sensor System for the MH-47G and MH-60M aircraft assigned to the Special Operations Aviation Regiment at Fort Campbell, Ky., in support of the U.S. Special Operations Command, Technology Applications Contracting Office. The work will be performed primarily in McKinney, Texas, and is expected to be completed by Aug. 2, 2013. Delivery order 0001 is anticipated to be issued on Aug. 2, 2011 in the amount of $15,623,149. This contract was awarded as a sole-source after approval of a justification and approval document as an exception to full and open competition under the authority of FAR 6.302-1.

AIR FORCE

The Boeing Co., Long Beach, Calif., is receiving a modification to a firm-fixed-price contract in the amount of $10,353,001 for the C-17 Globemaster III Sustainment Partnership to provide total C-17 weapon system sustainment responsibility under a single prime contractor with the goal of achieving improvements in logistics support and mission readiness while reducing operating and support costs. Work will be performed at Long Beach, Calif. The ASC/WLMK, C-17 Division, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8614-040C-2004, P00428).

DME Corp., Fort Lauderdale, Fla., is being awarded a $7,395,336 indefinite-delivery/indefinite-quantity contract for light-emitting diode (LED) taxiway lighting fixtures. This contract provides a vehicle to strategically source elevated (-861T) and in-pavement (L-852T) LED taxiway lighting fixtures, both with and without arctic heater options, at Air Force airfields inside the United States, including Alaska and Hawaii. Work will be performed at Fort Lauderdale, Fla. 711 ESS/EGA- Civil Engineering, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8056-11-R-0001).

*Small business

U.S. DoD issued No. 680-11 August 4, 2011
*Speaking Image - Creation of DTN News ~ Defense Technology News
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News

©

COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

No comments: