Wednesday, November 06, 2013

DTN News: U.S. Department of Defense Contracts Dated November 6, 2013

DTN News: U.S. Department of Defense Contracts Dated November 6, 2013
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-002-13 November 6, 2013
(NSI News Source Info) KOTTAKKAL, Kerala, India - November 6, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  November 6, 2013  are undermentioned;

CONTRACTS 
AIR FORCE
DRS-Sustainment Systems, Inc., St. Louis, Mo., has been awarded a $391,100,000 (estimated) hybrid firm-fixed-price, fixed-price-incentive-firm-target, cost-reimbursable-no fee (travel only), requirements-type "D" contract for the Tunner 60K Aircraft Cargo Loader Performance-Based-Logistics (PBL) program.  This requirement is for Level 3 PBL support for 318 Tunner aircraft cargo loaders at over 80 worldwide locations.  The Level 3 PBL availability metric ensures maximum cargo velocity support is provided to Air Mobility Command.  There are six elements of support that comprise this requirement:  material management (MM) parts, MM infrastructure, program engineering support, overhaul, unscheduled depot level maintenance and modifications.  Work will be performed at West Plains, Mo., and is expected to be completed by July 31, 2024.  This award is the result of a competitive acquisition.  Unlimited offers were solicited, and two offers were received.  Fiscal 2014 working capital funds, centralized asset management, Air Force Reserve Command and Air National Guard funds will be obligated being obligated upon availability.  This is not a multiyear contract.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-14-D-0001). 
General Electric Co., GE Global Research, Niskayuna N.Y., has been awarded a not-to-exceed $19,970,000, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide research and development pertaining to the development and implementation of condition-based maintenance plus structural integrity.  The contractor will develop and demonstrate a probabilistic, risk-based, flight-by-flight individual aircraft tracking (IAT) framework to replace the baseline deterministic IAT framework currently used for legacy aircraft.  The program will identify key uncertainty drivers and promising areas for future research and will assess the feasibility of the approach for application to legacy fleets.  Deliverables will include technical reports and may include hardware and software.  Work will be performed at Niskayuna, N.Y., and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 1, 2020.  The award is a result of a competitive acquisition.  Unlimited offers were solicited and four offers were received.  Fiscal 2013 research and development funds in the amount of $654,932 are being obligated at time of award.  This is not a multiyear contract.  Air Force Research Laboratory/RQKPD, Wright-Patterson Air Force Base, Ohio, is the contracting activity  (FA8650-14-D-2443).
ARMY 
Oshkosh Corp., Oshkosh, Wis., was awarded a $74,086,915 modification (000717) to firm-fixed-price contract W56HZV-09-D-0159.  The contract adds 246 medium tactical vehicles (FMTV), and applicable federal retail excise tax to the contract.  Work location is Oshkosh, Wis., with an estimated completion date of Dec. 31, 2014.  Fiscal 2013 procurement funds in the amount of $19,851,017 are being obligated at the time of the award.  Bids were solicited via the Internet with three received.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency. 
Fidelity Technologies Corp., Reading, Pa., was awarded a $23,562,700 modification (P00008) to firm-fixed-price contract W56HZV-13-C-0052.  The contract awards options for armor kits for the Heavy Mobility Tactical Truck A4, Palletized Load System A1, Heavy Mobility Tactical Truck A4 Tanker Armor Module Kit and the M915A5.  Work location is Reading, Pa., with an  estimated completion date of May 25, 2014.  Fiscal 2013 procurement funds in the amount of $8,763,071 are being obligated at the time of the award.  Bids were solicited via the internet with nine received.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency. 
ISO Group, West Melbourne, Fla., was awarded a $7,635,520 firm-fixed-price, foreign military sales contract for providing M60 spare parts to the Sultanate of Oman.  Work location is West Melbourne, Fla., with an estimated completion date of June 30, 2014.  Fiscal 2013 procurement funds in the amount of $7,635,520 are being obligated at the time of the award.  Bids were solicited via the internet with one received.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency (W56HZV-14-C-0028). 
NAVY
Heil Trailer International, Gatesville, Texas, is being awarded $9,721,600 for firm-fixed-price delivery order 0014 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-10-D-5069).  This delivery order is for the purchase of 70 Flatrack Refueling Capability (FRC) Full Rate Production units.  The FRC is a self-contained and transportable fueling system.  The FRC fuels tactical vehicles, stationary equipment, and dispense and remove fuel from fixed and rotary wing aircraft.  The primary mission for the FRC will be to distribute fuel in the Marine Air-Ground Task Force Expeditionary and combat environment.  Work and production will be performed in Gatesville, Texas, and work is expected to be completed by March 31, 2015.  The contract was competitively procured via the Federal Business Opportunities website.  Fiscal 2013 procurement, Marine Corps contract funds in the amount of $9,721,600 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
Northrop Grumman Systems Corp., Charlottesville, Va., is being awarded an $8,917,999 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance based contract with provisions for firm-fixed-price orders,  The contract is for the procurement of engineering and technical services consisting of parts procurement, repair, field, and marine repair services, software, and engineering support for the AN/WSN-7/7A Ring Laser Gyro Navigation (RLGN) systems, AN/WSN-7B Ring Laser Gyrocompass (RLGN), Integrated Bridge System (IBS)/Voice Management System and Navigation and Search Radar Systems.  This contract includes options which, if exercised, would bring the cumulative value (ceiling) of the contract to an estimated $27,526,385.  This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling.  Work will be performed in Charlottesville, Va., (85 percent); Charleston, S.C., (10 percent); and other locations outside the continental United States (5 percent).  Work is expected to be completed by October 2014.  If all options are exercised, work could continue until October 2016.  Fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $240,359 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-14-D-2813). 
General Electric Co., Lynn, Mass., is being awarded an $8,048,888 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to procure long lead material for the F414-GE-400 engines in support of the F/A-18E/F/G aircraft.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in October 2015.  Fiscal 2013 aircraft procurement, Navy, advanced procurement funding in the amount of $8,048,888 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Huntington Ingalls Inc., Newport News, Va., is being awarded a $7,319,933 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2101) for planning and design yard functions for standard Navy valves in support of nuclear-powered submarines.  Work will be performed in Newport News, Va., and is expected to be completed by September 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $7,319,933 are being obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 
DEFENSE LOGISTICS AGENCY 
API, LLC, Comerio, Puerto Rico, has been awarded a maximum $32,859,542 modification (P00011) exercising the second one-year option period on a one-year base contract (SPM1C1-12-D-1006) with three one-year option periods for duffel bags.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Puerto Rico with a Nov. 8, 2014, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
CORRECTION:  The contract (SPM300-14-D-3735) to Pacific Unlimited Inc., originally announced on Nov. 4, 2013, was not awarded.
*Link for This article compiled by K. V. Seth from reliable sources U.S. DoD issued No. CR-002-13 November 6, 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: