Friday, August 19, 2011

DTN News: U.S. Department of Defense Contracts Dated August 19, 2011

DTN News: U.S. Department of Defense Contracts Dated August 19, 2011
(NSI News Source Info) WASHINGTON - August 19, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued August 19, 2011 are undermentioned;

CONTRACTS

NAVY

Island Pacific Energy, L.L.C.*, Honolulu, Hawaii (N62742-11-D-1191); Pacific Energy Solutions, L.L.C.*, Honolulu, Hawaii (N62742-11-D-1192); and Photon Finance, L.L.C.*, Mountain View, Calif. (N62742-11-D-1196), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for the purchase of reliable locally generated solar alternating current power from Solar Power Generation Systems at military installations for the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for installation of Solar Power Generation Systems on roofs, parking shade structures, and vacant parcels of land. The installations will purchase solar alternating current power only, and will not construct, own, or maintain any generation assets. The maximum dollar value, including the base period and four option years, for all three contracts combined is $500,000,000. No task orders are being issued at this time. Work will be performed in the NAVFAC Pacific AOR, state of Hawaii. The installations include, but are not limited to, the following Oahu facilities: Joint Base Pearl Harbor-Hickam; Marine Corps Base Hawaii; Schofield Barracks; Wheeler Army Airfield; Tripler Army Medical Center; Fort DeRussy; the Asia Pacific Center for Strategic Studies; Naval Computer and Telecommunications Area Master Station; Naval Magazine West Loch; the Pacific Missile Range Facility on Kauai; and the Army Reserve Center on Maui. The term of the contract is not to exceed 60 months, with an expected completion date of August 2016. Contract funds in the amount of $15,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with 13 proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. Task orders issued under the contract are contemplated to be for a period of up to 30 years pursuant to the statutory authority of 10 U.S. Code 2922a. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $135,000,000 cost-plus-incentive-fee, firm-fixed-price contract for the engineering, manufacturing, and development of the F/A-18E/F Infrared Search and Track System, a long-wave infrared detection system that targets airborne vehicles in a radar-denied environment. Work will be performed in St. Louis, Mo. (57 percent); Orlando, Fla. (35 percent); Santa Ana, Calif. (4 percent); and Irvine, Calif. (4 percent), and is expected to be completed in September 2015. 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 (N00019-11-C-0036).

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded an $84,702,930 firm-fixed-priced, cost-plus-fixed-fee contract for a Phase III Small Business Innovation Research project under Topics N92-170, entitled “Laser Detection & Ranging Identification Demonstration,” and N94-178, entitled “Air Deployable Expendable Multi-parameter Environmental Probe.” This Phase III award provides for the production, validation, and delivery of the Gondola avionic sensor packages for the Army. In addition, this contract provides for field service representative support; delivery, installation, operation, and maintenance of hardware; continued testing; engineering services; modeling, simulation, analysis; systems engineering and integration in support of the Persistent Ground Surveillance Program. Work will be performed in Afghanistan (75 percent); Elizabeth City, N.C. (20 percent); Patuxent River, Md. (3 percent); and Warminster, Pa. (2 percent). Work is expected to be completed in August 2014. Contract funds in the amount of $60,000,000 will expire at the end of the current fiscal year. This Phase III contract was not competitively procured pursuant to FAR 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0214).

Electric Boat Corp., Groton, Conn., is being awarded a $21,027,297 modification to the previously awarded contract (N00024-09-C-2100) for continued procurement of common missile compartment prototype material, manufacturing and test. The contract will be for manufacturing and testing equipment to be used in the manufacture of the common missile compartment for the Ohio Replacement Program. Work will be performed in Groton, Conn., and is scheduled to be completed by May 2013. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

BAE Systems Land & Armaments, Louisville, Ky., is being awarded a $13,502,273 cost-plus-fixed-fee task order to previously awarded basic ordering agreement (N00024-07-G-5438) for two MK 45 Mod 2 gun mount upgrades. The technical instruction is to inspect and verify the configuration of MK 45 Mod 2/4 gun compatibility kits. The contractor shall provide material and services required to overhaul and upgrade the gun mount to the MK 45 Mod 4 Baseline “E” configuration. Work will be performed in Louisville, Ky. (80 percent), and Minneapolis, Minn. (20 percent), and is expected to complete by September 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.

CMS Toltest, Inc.*, Bargersville, Ind., is being awarded $13,401,318 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N69450-10-D-1271) for construction of a waterfront emergency generator building at Naval Submarine Station Kings Bay. The work to be performed provides for construction of a ballistically hardened emergency generator building which will house and support two emergency generators, required systems, generator controls, underground power distribution and site improvements. Work will be performed in Kings Bay, Ga., and is expected to be completed by May 2013. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

The AGVIQ-CH2M Hill, J.V. III*, Anchorage, Alaska, is being awarded a $12,500,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-08-D-1006) for environmental remedial action services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command Atlantic area of responsibility. The work to be performed provides for environmental restoration services at environmentally contaminated sites, predominately comprehensive environmental response, compensation and liability act sites, contaminated by solvents, petroleum, oil and lubricants, metals, acids, bases, reactives, polychlorinated biphenyls, pesticides and other related activities associated with returning various sites to safe and acceptable levels of contamination in support of the Navy’s Environmental Restoration Program, Munitions Response Program, and other similar programs. After award of this modification, the total cumulative contract value will be $112,500,000. Work will be performed primarily in Florida (40 percent); Mississippi (20 percent); Alaska (5 percent); areas of the Caribbean (5 percent); Georgia (5 percent); Oregon (5 percent); Puerto Rico (5 percent); South Carolina (5 percent); Texas (5 percent); and Washington (5 percent). Work is expected to be completed by March 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded an $11,919,072 cost-plus-fixed-fee order under previously awarded basic ordering agreement (N00024-10-G-4304) to support submarine repair work at Portsmouth Naval Shipyard. This contract is for skilled tradesmen support to four chief of naval operations submarine maintenance availabilities scheduled to be performed at Portsmouth Naval Shipyard. Ships scheduled to undergo repairs include USS San Juan (SSN 751); USS Pasadena (SSN 752); USS Miami (SSN 755); and USS Virginia (SSN 774). Work will be performed in Portsmouth, N.H., and is scheduled to be completed by September 2012. Contract funds in the amount of $11,919,072 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Groton, Conn., is the contracting activity.

BAE Systems Land & Armaments, Louisville, Ky., is being awarded a $6,755,696 cost-plus-fixed-fee task order to previously awarded basic ordering agreement (N00024-07-G-5438) for material and services required to inventory, verify configuration, re-manufacture and convert, perform ordnance alteration and upgrade, inspect, test and prepare for shipment the components and major assemblies for a MK 45 gun mount. Work will be performed in Louisville, Ky. (80 percent), and Minneapolis, Minn. (20 percent), and is expected to complete by February 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) is announcing the award of an indefinite-delivery/ indefinite-quantity, cost-plus-fixed-fee contract to Utah State University Space Dynamics Laboratory, Logan, Utah, with an award value of $150,000,000. Under this contract (HQ0147-11-D-0052), Utah State University Space Dynamics Laboratory will work with MDA to provide technology development for electro-optic sensor systems, space rated instrument and payload development data, essential engineering, research, and development capabilities and services in the development of the Ballistic Missile Defense System. Utah State University Space Dynamics Laboratory is a university affiliated research center sponsored by MDA as designated by the director of defense research and engineering. This contract was a sole-source award and the work will be performed at one of the following locations: Logan, Utah; Huntsville, Ala.; Colorado Springs, Colo.; and Fort Belvoir, Va., from August 2011 through August 2016. Fiscal 2011 research, development, test and evaluation funds in the amount of $1,070,442 will be used to incrementally fund the first task orders under this effort. Contract funds will not expire at the end of the current fiscal year. This is not a foreign military sale acquisition. The MDA, Huntsville, Ala., is the contracting activity.

AIR FORCE

Alaska Aerospace Corp., Anchorage, Alaska, is being awarded a $48,000,000 firm-fixed-price contract to provide launch spaceport services for the Space Launch Division within the Space and Missile Systems Center/Space Development and Test Directorate. SMS/SDTD/PKT, Kirtland Air Force Base, N.M., is the contracting activity (FA8818-11-D-0026; Task Order 0001).

General Atomics Aeronautical Systems, Inc., Kirkham Way, Calif., is being awarded an $11,563,779 cost-plus-incentive and firm-fixed-price contract to purchase MQ-9 Reaper; development of aircraft structural improvement program master plan; left set synthetic aperture radar; and high definition integrated sensor control system. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-05-G-3028-0049-19).

Ft. Mohave Construction/Rock Gap Engineering, J.V., Mohave Valley, Ariz., is being awarded a $9,512,375 firm-fixed-price contract to provide electrical construction work. CONS/LGCB, Luke Air Force Base, Ariz., is the contracting activity (FA4887-11-D-0010)

DEFENSE LOGISTICS AGENCY

Dexis, L.L.C., Des Plaines, Ill., was awarded a fixed-price with economic price adjustment contract with a maximum $26,250,000 for dental imaging systems, software licenses, computers, technical support, maintenance and accessories. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Aug. 18, 2016. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-11-D-8383).

Dentsply Professional, York, Pa., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $6,250,000 for distribution of general dental supplies. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 25, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DE-11-D-7456).

*Small business

*Link for This article compiled by Roger Smith from reliable sources
U.S. DoD issued No. 728-11 August 19, 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: