Thursday, March 31, 2011

DTN News: Aerospace/Defense Headlines - News Dated March 31, 2011

DTN News: Aerospace/Defense Headlines - News Dated March 31, 2011
Source: DTN News - - This article compiled by Roger Smith from reliable sources including latest updates Defense News,Aerospace/Defense Headlines - News& Yahoo
(NSI News Source Info) TORONTO, Canada - March 31, 2011: Comprehensive daily news related to Aerospace/Defense for the world of TODAY.
*Comprehensive daily news related on Aerospace/Defense for the world of TODAY

Thursday March 31, 2011

Wednesday March 30, 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

DTN News: U.S. Department of Defense Contracts Dated March 31, 2011

DTN News: U.S. Department of Defense Contracts Dated March 31, 2011
(NSI News Source Info) WASHINGTON - March 31, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued March 31, 2011 are undermentioned;

CONTRACTS

AIR FORCE

United Launch Services, Littleton, Colo., is being awarded a $292,958,632 cost-plus-award-fee contract modification for an extension of the period of performance of the Evolved Expendable Launch Vehicle launch capability contract by three months. Work will be performed at Littleton, Colo. The Space & Missile Systems Center, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002-P00275).

Boeing Co., Long Beach, Calif., is being awarded a $258,335,790 fixed-price-award-fee, cost-plus-award-fee contract modification for basic C-17 Globemaster III sustainment partnership. Work will be performed at Long Beach, Calif. The Aircraft Sustainment Directorate, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004-P00543).

Booz Allen Hamilton, Herndon, Va., is being awarded a $24,732,132 cost-plus-fixed-fee contract for survivability and vulnerability technical analyses for Navy Expeditionary Combat Command. Work will be performed at McLean, Va. The 55th Contracting Squadron, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380).

Boeing Co., Long Beach, Calif., is being awarded a $20,149,008 fixed-price contract modification for the C-130 avionics modernization program. Work will be performed at Long Beach, Calif. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-0047-P00189).

Lockheed Martin Corp., Marietta, Ga., is being awarded a $10,000,000 firm-fixed-price contract to obligate fiscal 2010 advance procurement funding for one fiscal 2011 C-130J aircraft. Work will be performed at Marietta, Ga. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456-P00243).

Raytheon Co., Tucson, Ariz., is being awarded a $9,000,000 cost-plus-fixed-fee contract for technical support of the use of Advanced Medium-Range Air-to-Air Missile (AMRAAM) special test vehicles, special test equipment, and test positions to include AMRAAM modeling and simulation. Work will be performed at Eglin Air Force Base, Fla. AAC/PKES, Fort Walton Beach, Fla., is the contracting activity (FA8675-11-D-0377).

NAVY

Fraser’s Boiler Service, Inc.*, National City, Calif. (N55236-11-D-0001); L-3 Services, Inc., Norfolk, Va. (N55236-11-D-0002); and Continental Maritime of San Diego, Inc., San Diego, Calif. (N55236-11-D-0003), are being awarded five-year firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide pump and motor overhaul services aboard Navy ships within a 50-mile radius of San Diego, Calif. Each contractor shall provide all personnel, management, administrative and production services, material, tools, equipment, and required support. Further, the contractor must be familiar with and conform to all prescribed procedures set forth in applicable instructions, directives, publications, etc., issued. The maximum estimated combined total of all three contracts will not exceed $119,780,000. The contract will have an ordering period of five years and each order will be competed among the three awardees. Work will be performed National City, Calif.; Norfolk, Va.; and San Diego, Calif., and is expected to be completed by March 2016. Funds in the amount of $9,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Raytheon Full Service Partnering Corp., Keyport, Wash., is being awarded a $46,954,710 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering services in support of lightweight and heavyweight torpedo systems. This effort includes combined purchases for the Navy (82 percent), and the governments of Canada (8 percent), Japan (4 percent), Brazil (4 percent), and Turkey (2 percent) under the Foreign Military Sales Program. Work will be performed in Newport, R.I., and is expected to be completed by March 2016. Contract funds in the amount of $50,000 will expire at the end of the current fiscal year. The contract was competitively procured with one offer received via the Navy Electronic Commerce Online website. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-11-D-0633).

Diamond Solutions, Inc., Vienna, Va. (N00189-11-D-Z026); Peak Government Services, San Diego, Calif. (N00189-11-D-Z024); and Caban Resources, LLC, El Segundo, Calif. (N00189-11-D-Z025), are each being awarded indefinite-delivery/indefinite-quantity, firm-fixed-price multiple award task order contracts for medical record coding, auditing, training, and clinical coding consulting services in support of the Department of the Navy, Bureau of Medicine and Surgery. This contract consists of a four-month base period for each company with two one-year option periods: Diamond Solutions, $34,352,309; Peak Government Services, $44,907,161; and Caban Resources, $41,892,109. Work is to be performed in various medical facilities located inside and outside the continental United States (80 percent); and the contractor’s facilities in Vienna, Va., San Diego, Calif., and El Segundo, Calif. (20 percent). Work is expected to be complete September 2011. Contract funds will not expire at the end of the fiscal year. This requirement was competitively awarded through Navy Electronic Commerce Online website, with 24 offers received. The Fleet and Industrial Supply Center Norfolk, Contracting Department, Philadelphia, Pa., is the contracting activity.

Sodexo Management, Inc., Gaithersburg, Md., is being awarded a $22,968,156 fixed-price service contract to provide 3,000,000 meals in 20 Marine Corps garrison mess halls located on the West Coast of the continental United States. The contractor is required to maintain continuity of services for management and operation of the West Coast mess halls during the transition to the successor contractor under the follow-on regional garrison food services contract. Work will be performed at Marine Corps Base, Camp Pendleton, Oceanside, Calif. (45 percent); Marine Corps Recruit Depot, San Diego, Calif. (30 percent); Marine Corps Air Ground Combat Center, Twenty-nine Palms, Calif. (10 percent); Marine Corps Air Station, Miramar, Calif. (5 percent); Marine Corps Mountain Warfare Training Center, Bridgeport, Calif. (5 percent); and Marine Corps Air Station, Yuma, Ariz. (5 percent). The contract period of performance commences April 1, 2011 and will be completed on June 30, 2011. Contract funds in the amount of $22,968,156 will expire at the end of the current fiscal year. The notice of intent to award a sole-source requirement to Sodexo Management was synopsized on March 2, 2011 in Federal Business Opportunities under the authority of FAR 6.302-1, “only one responsible source and no other supplies or services will satisfy agency requirements.” Headquarters U.S. Marine Corps, Washington, D.C., is the contracting activity (M00027-11-C-0004).

Surface Technologies Corp.*, Neptune Beach, Fla. (N55236-11-D-0004); R.W. Little Co.*, San Diego, Calif. (N55236-11-D-0005); and South Bay Sand Blasting & Tank Cleaning*, San Diego, Calif. (N55236-11-D-0006), are each being awarded firm-fixed-price, indefinite-delivery/indefinite quantity multiple award contracts with a combined maximum value of $41,126,942 for nonskid decking on Navy ships. Nonskid decking provides a safe and durable surface for Navy operations on certain areas of the ship’s exterior. The surface degrades over time with use and must be removed and replaced to maintain its integrity. Work will be performed in San Diego, Calif., and surrounding areas within a 50-mile radius, and is expected to be completed by April 2012. Contract funds in the amount of $9,000 will expire at the end of the current fiscal year. This contract was competitively procured as a total small business set-aside via the Navy Electronic Commerce Online website, with four proposals solicited and three offers received. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Orbital Sciences Corp., Chandler, Ariz., is being awarded a $26,210,174 firm-fixed-price contract for the Full Rate Production 5 (FRP V) of seven GQM-163A Coyote Supersonic Sea Skimming Target base vehicles, including associated hardware, kits and production support. Work will be performed in Chandler, Ariz. (71 percent); Camden, Ariz. (24 percent); Vergennes, Vt. (3 percent); and Hollister, Calif. (2 percent), and is expected to be completed in March 2011. This contract was not competitively procured pursuant to FAR 6.302-1. 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 (N00019-11-C-0050).

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $19,850,273 cost-plus-fixed-fee contract for the developmental, integration, and flight test services in support of the AIM-9X System Improvement Program, for the Navy, Air Force, and the governments of Korea, Saudi Arabia, Singapore, and Turkey. Work will be performed in Tucson, Ariz., and is expected to be completed in January 2012. Contract funds in the amount of $512,117 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.301-1. This contract combines purchases for the U.S. Navy ($370,000; 1.86 percent); U.S. Air Force ($14,614,738; 73.63 percent); Korea ($2,975,000; 14.99 percent); Saudi Arabia ($1,120,000; 5.64 percent); Singapore ($720,000; 3.63 percent); and Turkey ($50,535; 0.25 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0026).

M7 Aerospace, LP, San Antonio, Texas, is being awarded a $15,645,556 indefinite-delivery contract for logistics support of 12 Navy/Marines UC-35 aircraft and seven Navy C-26 aircraft located at nine global locations. Services to be provided include organizational and depot-level maintenance, parts, support equipment maintenance, and engineering support. Work will be performed in Pacific Missile Range Facility, Barking Sands, Hawaii (14 percent); Marine Corp Air Station (MCAS), Futenma, Japan (13 percent); Andrews Air Force Base, Md. (11 percent); Naval Air Station (NAS), New Orleans, La. (10 percent); NAS Sigonella, Italy (10 percent); Naval Support Activity, Naples, Italy (10 percent); San Antonio, Texas (9 percent); MCAS Miramar, Calif. (8 percent); MCAS Cherry Point, N.C. (8 percent); and Al Udeid, Qatar (7 percent). Work is expected to be completed by May 2012. This contract was competitively procured via electronic request for proposal, with four offers received. 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 (N00019-11-D-0002).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded an $11,881,935 modification to a previously awarded cost-plus-fixed-fee contract (N00421-08-C-0025) to exercise an option for aircrew, engineering, operations, and scheduling services in support of the Naval Test Wing Atlantic and Naval Test Wing Pacific. Work will be performed in Patuxent River, Md., and is expected to be completed in March 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Sensor and Antenna Systems, Lansdale, Inc., Lansdale, Pa., is being awarded an $11,139,128 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0047) to exercise an option for eight low band transmitters; 23 vertical polarized antennas; and 14 horizontal polarized antennas associated with the AN/ALQ-99 low band transmitter. Work will be performed in Lansdale, Pa., and is expected to be completed in January 2014. Contract funds in the amount of $4,135,985 will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Scalable Network Technologies, Inc., Los Angeles, Calif., is being awarded an $11,040,100 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for development and testing of the Joint Tactical Radio System network emulator. Work will be performed in Los Angeles, Calif., and is expected to be completed by March 2016. Contract funds will not expire at the end of the current fiscal year. This contract is a sole-source acquisition. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-11-D-0035).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a not-to-exceed $10,448,257 delivery order #0010 under basic ordering agreement (N00024-11-G-5116), for the procurement and fabrication of a stabile master oscillator (STAMO); radio frequency (RF) combiner; ordnance alteration kits; and associated spares, material and installation services in support of the Aegis modernization efforts onboard Ticonderoga- and Arleigh Burke-class ships. The STAMO provides a very precise and pure RF source that is amplified in the Continuous Wave Illuminator. The Fire Control System uses the CWI’s amplified RF to illuminate targets for a missile engagement. The RF Coherent Combiner modification improves accuracy of power and phase monitoring to reduce the need for sphere tracks to assess radar performance. Work will be performed in Norfolk, Va. (45 percent); Burlington, Mass. (28 percent); and Andover, Mass., (27 percent), and is expected to be completed by August 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.

Raytheon Network Centric Systems, Largo, Fla., is being awarded an $8,100,676 modification to previously awarded contract (N00024-08-C-5203) for a sensor system that significantly improves battle force anti-air warfare capability known as the Cooperative Engagement Capability System and for production of the AN/USG-2B systems and system test aboard USS Abraham Lincoln (CVN 72) and USS Gerald R. Ford (CVN 78). CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information and making the data available to all participating CEC units. Work will be performed in Largo, Fla. (47 percent); St. Petersburg, Fla. (20 percent); Dallas, Texas (18 percent); and McKinney, Texas (15 percent), and is expected to be completed by May 2013. 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.

DEFENSE LOGISTICS AGENCY

Bell Helicopter Textron, Inc., Hurst, Texas, was issued a modification change order on the current contract SPRRA1-11-D-0027/P00001. Award is a firm-fixed-price indefinite-delivery/indefinite-quantity contract with a maximum $105,003,929 to procure additional transmissions. There are no other locations of performance. Using service is Army. The date of performance completion is Jan. 31, 2014. The Defense Logistics Agency Troop Aviation, Redstone Arsenal, Ala., is the contracting activity.

CFM International, Inc., Cincinnati, Ohio, was awarded a firm-fixed-price contract with a maximum $37,206,532 providing aircraft fan blade sets. There are no other locations of performance. Using service is Air Force. The date of performance completion is December 2012. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-11-G-0001-0004).

SupplyCore, Inc.*, Rockford, Ill., was issued a modification on the current contract SPM500-05-D-BP06. Award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $36,000,000 maintenance, repair, and operations, prime vendor for the Japan region. The award is an eight-month bridge contract. 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 Nov. 30, 2011. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Bell Helicopter Textron, Inc., Fort Worth, Texas, was awarded firm-fixed-price contract against a basic ordering agreement with a maximum $7,130,850 for cuff assemblies. There are no other locations of performance. Using service is Navy. The date of performance completion is June 30, 2014. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (W58RGZ-06-G-0003-THKF).

Foster Fuels*, Brookneal, Va., was awarded a fixed-price with economic price adjustment contract with a maximum $7,022,647 for fuel. Other locations of performance are Maine, Vermont, Connecticut, Massachusetts, New York, and New Jersey. Using services are Army, Navy and federal civilian agencies. The date of performance completion is April 30, 2014. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. (SP0600-11-D-8531).

ARMY

L-3 Fuzing and Ordnance Systems, Inc., Cincinnati, Ohio, was awarded on March 29 a $59,309,767 firm-fixed-price contract. The award will provide for the option two quantities for the M783 fuze and the M734A1 fuze. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Dec. 25, 2016. One bid was solicited with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-10-C-0015).

Kipper Tool Co., Gainesville, Ga., was awarded on March 29 a $31,867,159 firm-fixed-price contract. The award will provide for the procurement of 155 standard automotive tool sets. Work will be performed in Gainesville, Ga., with an estimated completion date of Oct. 31, 2011. One bid was solicited with one bid received. The U.S. Army TACOM LCMC, Contracting Command, Warren, Mich., is the contracting activity (DAAE20-03-D-0085).

Harding Security Associates (Six3 Systems Co.), McLean, Va., was awarded on March 29 a $23,863,898 cost-plus-fixed-fee contract. The award will provide for the analysis and forensic services support for the Biometrics Intelligence Program. Work will be performed in Charlottesville, Va., Iraq, and Afghanistan, with an estimated completion date of Sept. 30, 2011. One bid was solicited with one bid received. The U.S. Army Intelligence and Security Command, Acquisition Center, Charlottesville, Va., is the contracting activity (W911W5-11-C-0005).

Norfolk Dredging Co., Chesapeake, Va., was awarded on March 29 a $17,402,729 firm-fixed-price contract. The award will provide the construction of an aircraft carrier corridor, through dredging activities, within the limits of the Federal Navigation Channel between Lambert Bend and the Norfolk Naval Shipyard in the southern branch of the Elizabeth River. Work will be performed in Chesapeake Bay, Va., with an estimated completion date of Sept. 30, 2013. Thirty-five bids were solicited with three bids received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-11-C-0030).

Jacobs Technology, Inc., Tullahoma, Tenn., was awarded on March 29 a $13,632,630 time-and-materials contract. The award will provide for the engineering and support services for the U.S. Army Aberdeen Test Center. Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion date of Jan. 31, 2013. The bid was solicited through the Internet with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0001).

Omega Training Center, Columbus, Ga., was awarded on March 29 a $7,999,297 firm-fixed-price contract. The award will provide for the support services to the Mobilization and Deployment Brigade at Fort Bliss, Texas. Work will be performed in El Paso, Texas, with an estimated completion date of Aug. 31, 2011. One bid was solicited with one bid received. The U.S. Army Mission and Installation Contracting Command, Fort Bliss, Texas, is the contracting activity (W911SG-11-C-0002).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Lincoln Public Schools was awarded on March 31 a $10,651,610.00 firm-fixed-price contract modification exercising final option period of service contract number HE1254-07-C-0005 for comprehensive education program, grades pre-kindergarten through eighth, servicing eligible dependent children of Department of Defense personnel residing on Hanscom Air Force Base, Mass. The period of performance for this option is July 1, 2011 through June 30, 2012. The Domestic Dependent Elementary and Secondary Schools, Peachtree City, Ga., is the contracting activity.

*Small business

*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