Monday, August 26, 2013

DTN News: U.S. Department of Defense Contracts Dated August 26, 2013

DTN News: U.S. Department of Defense Contracts Dated August 26, 2013
Source: U.S. DoD issued No.  608-13 August 26, 2013
(NSI News Source Info) TORONTO, Canada - August 26, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  August 26, 2013  are undermentioned;


CONTRACTS
AIR FORCE
           immix Technology, Inc., McLean, Va., (FA8732-13-D-0018); M2 Technology, San Antonio Texas, (FA8732-13-D-0028); Blue Tech, Inc., San Diego, Calif. (FA8732-13-D-0029); Unicom Government, Inc., Herndon Va., (FA8732-13-D-0030); Global Technology Resources, Inc., Denver, Colo., (FA8732-13-D-0031); Micro Tech, Vienna, Va., (FA8732-13-D-0032); Red River Computer Co., Claremont, N.H., (FA8732-13-D-0033); and Integration Technologies Group, Falls Church, Va., (FA8732-13-D-0034) have been awarded a maximum $6,900,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network Centric Solutions-2 (NETCENTS-2) Netcentric Products. This contract vehicle is mandatory for the purchase of netcentric products for Air Force customers. This contract vehicle will provide for commercially available off-the-shelf products to support the Internet Protocol Network and will include the following categories of netcentric products and associated support worldwide: networking equipment, servers/storage, peripherals, multimedia, software (not included on other enterprise licenses), and identity management/biometric hardware and associated software. Because this is an ID/IQ, the location of performance is not known at this time and will be cited on individual delivery orders. Generally, work will be performed at Air Force facilities. The period of performance is six years. The ordering period is a three year basic period with three one-year option periods if exercised. This was a competitive acquisition; offers were solicited electronically through FedBizOps and 26 offers were received. An obligation of $2,500 will be issued to each of the awardees using fiscal 2013 Operations and Maintenance funds. This is not a multiyear contract. The Air Force originally awarded eight ID/IQ contracts under NETCENTS-2 products on April 19, 2013. On May 13, 2013, the Air Force advised the General Accountability Office that, as necessary, it would reevaluate technical proposals with an emphasis on Trade Agreement Act compliance; amend the solicitation; hold limited discussions; issue another request for final proposal revisions; and make new contract awards. During the re-evaluation of the technical proposals, it became apparent that it was not necessary to amend the solicitation, hold discussions or issue another request for final proposals. The Air Force then determined that in addition to the initial eight contract awards, that eight additional contracts would be awarded based on the last proposals received prior to the award on April 19. The contract ceiling for NETCENTS-2 Products remains the same at $6,900,000,000 firm-fixed-price for all 16 contracts. NETCENTS-2 is a set of five categories of contract capabilities spanning Netcentric Products, Network Operations and Infrastructure Solutions, Applications Services, Enterprise Integration and Service Management, and Information Technology Professional Services. Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala., is the contracting activity.

           Dell Marketing LP, Round Rock, Texas, has been awarded a $24,900,000 indefinite-delivery/indefinite quantity contract for up to 100,000 Hypervisor software licenses with first year software maintenance included. The location of performance will be specified on an order by order basis, and is expected to be completed within one year after the conclusion of the ordering period. The ordering period concludes five years after the effective date of the contract. This award is the result of a competitive acquisition. Since the solicitation was conducted through Federal Business Opportunities, the number of offerors solicited is unknown. Four offers were received. Air Force Research Laboratory Specialized and Operational Branch (AFRL/RIKO), Rome, N.Y., is the contracting activity (FA8751-13-D-0001).

ARMY
           Goodrich Corp., Danbury, Conn., was awarded a firm-fixed price, no option, multi-year contract with a cumulative maximum value of $208,502,000 for the procurement of Army/Navy Piloted Aircraft/Visual and Visible Light/Receiving, Passive Detecting (AN/AVR-2B) Laser Detecting Sets (LDS) and associated parts and services. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with bid solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0147).

           Bell Helicopter Textron, Inc., Hurst, Texas, was awarded a $61,056,000 firm-fixed-price, no option, non-multi-year contract modification (P00046) to contract (W58RGZ-11-C-0016) for procurement of 12 new metal scout (OH-58D) helicopter cabins, 12 supplemental parts kits and associated over and above effort demands. Performance location will be 97 percent in Amarillo, Texas and 3 percent in Hurst, Texas, with funding from fiscal 2013 other procurement authority accounts. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.

           Raytheon Co., Tucson, Ariz. was awarded a $54,050,042 firm-fixed price, option eligible; non-multi-year contract modification (P00047) to contract (W15QKN-08-C-0530) to exercise an option to conduct Excalibur 155mm Increment Ib production and procure a total of 765 projectiles. Performance location will be in multiple locations with funding from fiscal 2013 other procurement authorization accounts. This contract was a competitive acquisition with three bids received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J., is the contracting activity.

           Abat Lerew Construction LLC.,* Sutton, Neb., (W91243-13-D-0001); Brunow Contracting LLC.,* Council Bluffs, Iowa, (W91243-13-D-0002); Caspers Construction, Inc.,* Beatrice, Neb., (W91243-13-D-0003); Cerebral Infotech LLC.,* West Des Moines, Iowa, (W91243-13-D-0004); EM Wells Group LLC.,* Omaha, Neb., (W91243-13-D-0005); Hausmann Construction, Inc.,* Omaha, Neb., (W91243-13-D-0006); Ho-Chunk Builders Co.,* Winnebago, Neb., (W91243-13-D-0007); JE Hurley Construction, Inc.,* Colorado Springs, Colo., (W91243-13-D-0008); Kingery Construction Co.,* Lincoln, Neb., (W91243-13-D-0009); Lacy Construction Co.,* Grand Island, Neb., (W91243-13-D-0010); NGC Group, Inc.,* Lincoln, Neb., (W91243-13-D-0011); RGC Constructors, Inc.,* Omaha, Neb., (W91243-13-D-0012); TMG Services, Inc.,* North Kansas City, Mo., (W91243-13-D-0013); TCW Construction, Inc.,* Lincoln, Neb., (W91243-13-D-0014); Venus Unlimited LLC.,* Waverly, Neb., (W91243-13-D-0015); WINN Construction Co.,* Omaha, Neb., (W91243-13-D-0016) were awarded a multiple award indefinite-delivery/indefinite-quantity (IDIQ), firm-fixed-price, option eligible, non-multi-year contract with a cumulative maximum value of $20,000,000 for the support, sustainment, repair and maintenance and other military construction for the Nebraska Army and Air National Guard in the state of Nebraska. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with 16 bids received. National Guard Bureau – Nebraska, Lincoln, Neb. is the contracting activity.

           Rock Collins, Inc., Hurst, Texas, was awarded a firm-fixed-price, no  option, non-multi-year contract with a cumulative maximum value of $10,372,228 for the procurement of 160 each (minimum order) to 1152 (maximum order) of display units for the Blackhawk weapon system. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity. (W58RGZ-13-D-0190).

           Carter’s Contracting Services, Inc., Andalusia, Ala., was awarded a firm-fixed-price, option eligible; non-multi-year contract with a cumulative maximum value of $10,103,700 for the Dredged Material Placement Facility (DMPF) 3-D. DMPF is an existing dredged material management island that requires the dikes to be raised to increase capacity. Work includes decommissioning six existing weirs, excavating, raising, clearing, maintaining and supporting new structures and dikes. Performance location will be Tampa, Fla., with funding from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with five bids received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0021).

           Lockheed Martin Corp., Grand Prairie, Texas, was awarded a cost-plus-fixed-fee, no option, non-multi-year contract with a cumulative maximum value of $7,325,810 for the Patriot Advanced Capability-3 (PAC-3) and Missile Segment Enhancement (MSE) engineering services and support for the enhanced Launcher electronics system and fire solution computer software and hardware post deployment build tactical fielding activities. Performance location will be Grand Prairie, Texas, and funding will be from fiscal 2012 other procurement authorizations. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-G-0001).

           Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $6,964,704 firm-fixed-price, option eligible, multi-year contract modification (P00092) to contract (W58RGZ-12-C-0008) for the continued installation of contractor furnished equipment Star Safire II FLIR (B kits) on 12 Army HH-60 aircraft until Dec. 31, 2013. Performance location will be Stratford, Conn., with funding from fiscal 2013 other procurement authority accounts. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.

NAVY
           FLIR Systems Inc., Wilsonville, Ore., is being awarded a $136,600,358 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for BRITE Star Block II Systems, BRITE Star I upgrades, cables, depot repair actions, data, BRITE Star II class I engineering change proposal, provision item order and engineering services. BRITE Star Block II Systems will be used by Naval Air Systems Command’s UH-1 program and the Vertical Takeoff Unmanned Aerial Vehicle program. These systems provide intelligence, surveillance and reconnaissance, detection, identification and targeting capability in day/night operations for both manned and unmanned platforms. Work will be performed in Wilsonville, Ore., and is expected to be completed by August 2018. Fiscal 2013 Aircraft Procurement Navy funds in the amount of $4,224,564 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was issued on a sole-source basis in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ08).

           General Atomics, San Diego Calif., is being awarded a $12,490,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lithium-ion batteries and associated accessories to be utilized by the dry combat submersible program for the U.S. Special Operations Command. The batteries and accessories will be used on Navy submersible vehicles as primary sources of power. Work will be performed in San Diego, Calif., and is expected to be completed by September 2018. Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $12,490,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-GS12).

           Rolls-Royce Defense Services Inc., Indianapolis, Ind., is being awarded a $9,344,620 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for contractor engineering technical services and contactor field services to support the operation and maintenance of the AV-8B and E-2C/D Power Plant F-402 and T56 Series Engine to include A-427 Engine, sub-systems, and equipment. Work will be performed in Cherry Point, N.C. (50 percent); Yuma, Ariz. (37.5 percent); Indianapolis, Ind. (12.5 percent), and is expected to be completed in August 2016. Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $6,427,759 will be obligated at the time of award, none of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0028).

           ICF Jones & Stokes, Sacramento, Calif. (N62473-06-D-2401); Tierra Data, Inc.*, Escondido, Calif. (N62473-06-D-2402); AMEC, San Diego, Calif. (N62473-07-D-3201); Garcia & Associates, San Anselmo, Calif. (N62473-07-D-3202); RECON, San Diego, Calif. (N62473-07-D-3203); and HDR Environmental, Operations and Construction, Inc., Englewood, Colo. (N62473-07-D-3204), are being awarded $8,000,000 (in aggregate) firm-fixed-price modifications to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity multiple award contract for natural resource services at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). After award of these modifications, the total cumulative contract value will be $33,000,000. Work will be performed at various locations in California (95 percent), Arizona (3 percent), and Nevada (2 percent), and is expected to be completed by September 2013. Fiscal 2013 Operation and Maintenance, Navy funds will be obligated on individual task orders; no contract funds are obligated on these awards and no task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

           Virginia Polytechnic Institute and State University, Blacksburg, Va., is being awarded a $6,767,759 indefinite-delivery/indefinite-quantity, cost-type contract for services as requested for all specific product areas and specific technical capabilities related to the research and development needs of Naval Surface Warfare Center, Dahlgren Division. This contract will entail performing research and development with regard to technologies related to Navy ships and combat systems. Specific tasks will range from applied research, and or exploratory development through technology assessments and engineering studies in support of surface combat systems development. Work will be performed in Blacksburg, Va., and is expected to be completed by August 2015. No funding will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-3(a)(2)(ii). The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-13-D-1031).

DEFENSE LOGISTICS AGENCY
           Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $21,150,000 for rotary wing blades. The contract is a firm-fixed-price, sole-source contract. Location of performance is Texas with a Jan. 30, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 Navy Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (W58RGZ-12-G-0001-THE3).

           The Boeing Co., Ridley Park, Pa., has been awarded a maximum $9,283,339 firm-fixed-price contract for Electro-ME actuators. Location of performance is Pennsylvania with an Aug. 26, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala., (SPRRA1-13-D-0052).

DEFENSE MICROELECTRONICS ACTIVITY
           Lockheed Martin Systems Integration, Owego, N.Y., (H94003-04-D-0001); BAE Systems Information & Electronic Warfare Systems, Nashua, N.H., (H94003-04-D-0002); General Dynamics Advanced Information Systems, Minneapolis, Minn., (H94003-04-D-0003); Northrop Grumman Systems Corp., Linthicum Heights, Md., (H94003-04-D-0004); Northrop Grumman Space & Missions Systems, Redondo Beach, Calif., (H94003-04-D-0005); Raytheon Technical Services Co., Long Beach, Calif., (H94003-04-D-0006); The Boeing Co., Phantom Works, Seattle, Wash., (H94003-04-D-0007); and Honeywell Defense and Space Electronic Systems, Albuquerque, N.M., (H94003-04-D-0008) are being awarded a maximum $1,344,000,000 modification on existing indefinite-delivery/indefinite-quantity, Advanced Technology Support Program III (ATSP3) contracts. The modification raises the ceiling on the current ATSP3 contracts from $4,703,000,000 to $6,047,000,000. ATSP3 are multiple-award, indefinite delivery/indefinite quantity contracts for engineering services designed to resolve problems with obsolete, unreliable, unmaintainable, underperforming, or incapable electronics hardware and software through development of advanced technology insertions and applications to meet the requirements of the Department of Defense for a quick reaction capability. Work will be performed worldwide, and is expected to be completed by Dec 2016. The contracts were competitively procured via a February 2004 solicitation resulting in nine proposals and eight awards. No funds are being obligated on award. Funding will occur through individual task orders. The Defense Microelectronics Activity, McClellan, Calif., is the contracting activity.

*Small Business


*Link for This article compiled by Roger Smith from reliable sources 
U.S. DoD issued No.  608-13 August 26, 2013
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*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

No comments: