Democratic Underground Latest Greatest Lobby Journals Search Options Help Login
Google

Your 'defense' tax dollars at work, week ending 3.12.2010

Printer-friendly format Printer-friendly format
Printer-friendly format Email this thread to a friend
Printer-friendly format Bookmark this thread
This topic is archived.
Home » Discuss » Archives » General Discussion (1/22-2007 thru 12/14/2010) Donate to DU
 
unhappycamper Donating Member (1000+ posts) Send PM | Profile | Ignore Sun Mar-14-10 05:22 AM
Original message
Your 'defense' tax dollars at work, week ending 3.12.2010
Edited on Sun Mar-14-10 06:09 AM by unhappycamper
Contracts valued at $5 million or more are announced each business day at 5 p.m.


Contracts for March 08, 2010

FOR RELEASE AT
5 p.m. ET No. 178-10
March 08, 2010

CONTRACTS

AIR FORCE


McDonnell Douglas Corp., St. Louis, Mo., was awarded a $148,668,470 contract which will provide for 6,565 Lot 14 guided vehicle kits procured for Joint Direct Attack Munition (JDAM) purposes. At this time, the entire amount has been obligated. 678 ARSS/PK, Eglin Air Force Base, Fla., is the contracting activity (FA8681-10-C-0072, P00003).

Boeing Co., St Louis, Mo., was awarded a $69,702,919 contract which will provide for the QF-16 full scale aerial target basic contract. At this time, $950,000 has been obligated. 691 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8678-10-C-0100).

Science Applications Technology Services Co., San Diego, Calif., was awarded a $50,841,636 contract which will provide for Option 3 for system engineering and integration contract. This will provide proactive technical management to enable more effective program execution. At this time, $25,578,521 has been obligated. GPSW/PK, El Segundo, Calif., is the contracting activity (FAA807-07-C-0002, P00046).

DRS Sustainment Systems, Inc., St. Louis, Mo., was awarded a $23,102,651 contract which will provide the Tunner 60K loader is an air cargo transporter/loader designed to transport and load up to six pallets with a total combined weight of 60 thousand pounds. At this time, $15,401,767 has been obligated. 542 CSW/PKBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-04-D-0006).

United Launch Services, Littleton, Colo., was awarded a $6,502,811 contract which will provide new capabilities, tools, or resources required to increase the Evolved Expendable Launch Vehicle. At this time, the entire amount has been obligated. SMC/LR, El Segundo, Calif., is the contracting activity (FA8816-06-C-0003).

NAVY


Force Protection Industries, Inc., Ladson, S.C., is being awarded $26,192,014 for firm-fixed-priced delivery order #0012 under previously awarded contract (M67854-07-D-5031) for the purchase of extending the performance of 216 field service representatives, life support, and vehicle and equipment rental in support of the TAK-4 Independent Suspension System installation on Mine Resistant Ambush Protected (MRAP) Cougar Vehicles. Work will be performed at the MRAP Sustainment Facility in Kuwait, and is expected to be completed by June 30, 2010. Contract funds will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Oceaneering International, Inc., Hanover, Md., is being awarded an $8,230,478 cost-plus-fixed-fee contract for worldwide rapid non-nuclear engineering, production, planning, and yard support; Navy sponsored deep ocean search, research escape and rescue, and recovery services; and support for underwater and surface systems in support of the Deep Submergence System Program Office, Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine (20 percent); Hanover, Md. (20 percent); Chesapeake, Md. (35 percent); Pearl Harbor, Hawaii (15 percent); Diego Garcia (5 percent); and Guam (5 percent). Work is expected to be completed by March 2015. Contract funds in the amount of $250,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Electronics Commerce Online, Federal Business Opportunities, and Naval Sea Logistics Center Web sites, with one offer received. The Naval Sea Logistics Center, Mechanicsburg, Pa., is the contracting activity (N65538-10-D-0001).


Contracts for March 09, 2010

FOR RELEASE AT
5 p.m. ET No. 182-10
March 09, 2010

CONTRACTS

NAVY


Ecology and Environment, Inc., Lancaster, N.Y., is being awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity contract for environmental planning and engineering services for National Environmental Policy Act and Executive Order 12114, Environmental Effects Abroad of Major Federal Actions – Aircraft Homebasing Issues. Work will predominantly be performed in Virginia (25 percent), North Carolina (25 percent), Florida (15 percent), California (15 percent), and Washington (15 percent). Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the continental United States, the Caribbean, Europe, and North Africa (5 percent). However, tasks associated with this contract may be assigned anywhere in the world. The term of the contract is not to exceed 60 months, with an expected completion date of March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-3003).

CKY, Inc.*, Honolulu, Hawaii (N62742-10-D-1805); EATC, JV*, Honolulu, Hawaii (N62742-10-D-1806); FOPCO, Inc.*, Kapolei, Hawaii (N62742-10-D-1807); and WCP-Zapata, JV, LLC*, Honolulu, Hawaii (N62742-10-D-1808), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract in support of the Environmental Remedial Action Program at various sites in the Naval Facilities Engineering Command (NAVFAC), Pacific area of responsibility (AOR). The maximum dollar value, including the base period and four option years, for all four contracts combined is $30,000,000. Work will be performed at various sites predominantly in Oahu, Hawaii (55 percent); however, work may also be performed at any site within the NAVFAC Pacific AOR, including Guam (15 percent), Japan (5 percent), Okinawa (15 percent), Diego Garcia (5 percent), and other areas in the Pacific and Indian Oceans (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2015. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 10 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

BAE Systems Technology Solutions & Services, Inc., Rockville, Md., is being awarded a $23,237,133 modification to a previously awarded cost-plus-fixed-fee term, level of effort contract (N00421-06-C-0085) to exercise an option for maintenance, logistics, and life cycle services in support of communication-electronic equipment/systems and subsystems for various Navy, Army, Air Force, special operations forces and other federal agencies. The estimated level of effort for this option period is 342,000 man-hours. These services are in support of the Special Communications Requirements Division of the Naval Air Warfare Center Aircraft Division. Work will be performed in Chesapeake, Va. (32 percent); Fayetteville, N.C. (28 percent); California, Md. (22 percent); San Diego, Calif. (6 percent); Fort Bliss, Texas (4 percent); Fort Walton Beach, Fla. (2 percent); Panzer Kaserne, Germany (2 percent); Homestead, Fla. (2 percent); Tampa, Fla. (1 percent); and the District of Columbia (1 percent). Work is expected to be completed in March 2011. 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.

DCK Pacific Guam, LLC, Barrigada, Guam, is being awarded an $18,394,000 firm-fixed-price contract for design and construction of the Guam Army National Guard Readiness Center at the Guam Army National Guard Complex. The work to be performed provides for the design and construction of a permanent masonry type construction, with standing seam roof, concrete floors, and mechanical and electrical equipment with emergency power generator backup. Work will be performed in Barrigada, Guam, and is expected to be completed by Jan. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command E-solicitation Web site, with seven proposals received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-10-C-1335).

CATLIN Engineers and Scientists, Inc.*, Wilmington, N.C., is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for civil A-E services at Marine Corps installations at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. The work to be performed provides for civil design projects that include, but are not limited to, providing/replacing/upgrading sanitary collection and treatment systems; installation of security fencing and entry control facilities; design of new and resurfacing of existing airfields, roads and parking lots; and facility site work to include demolition, etc. Work will be performed in Jacksonville, N.C. (85 percent), and Havelock, N.C. (15 percent), and is expected to be completed by March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through the Navy Electronic Commerce Online Web site, with 20 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-D-5303).

U.S. TRANSPORTATION COMMAND


Presidential Airways, Inc., an Aviation Worldwide Services Co., Camden, N.C., is being awarded a $39,084,532 task order for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan and the task order will start March 5, 2010, to be completed by Nov. 30, 2010. This contract was a competitive acquisition. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-09-D-0021).

Canadian Commercial Corp., subcontracting services to Canadian Helicopters, Ltd., Toronto, Canada, is being awarded a $20,472,000 task order for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan and the task order will start March 5, 2010, to be completed by Nov. 30, 2010. This contract was a competitive acquisition. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-09-D-0022).

Evergreen Helicopters, Inc., McMinnville, Ore., is being awarded a $20,094,000 task order modification for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan and the task order will start March 5, 2010, to be completed by Nov. 30, 2010. This contract was a competitive acquisition. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-09-D-0023).

*Small business


Contracts for March 10, 2010

FOR RELEASE AT
5 p.m. ET No. 184-10
March 10, 2010

CONTRACTS

NAVY


Guam Pacific International, LLC*, Barrigada, Guam (N40192-10-D-2800); Bulltrack-Watts, JV*, Marysville, Calif. (N40192-10-D-2801); Niking Corp.*, Pearl City, Hawaii (N40192-10-D-2802); Overland Corp.*, Ardmore, Okla. (N40192-10-D-2803); P&S Construction Inc.*, Lowell, Mass. (N40192-10-D-2804); and Pacific West Builders*, National City, Calif. (N40192-10-D-2810), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation/modernization and routine repair/maintenance of government shore-based facilities in Guam. The dollar value for all six contracts combined is $100,000,000. The contract also contains four unexercised option periods which, if exercised, would increase cumulative contract value to $500,000,000. Guam Pacific International, LLC, is being awarded task order 0001 at $12,959,699 for the complete design and construction of a combat support vehicle maintenance facility at the northwest field area of Andersen Air Force Base, Guam. Work for this task order is expected to be completed by July 2011. All work on this contract will be performed in Guam, with an expected completion date of March 2015. Contract funds for task order 0001 will not expire at the end the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 13 proposals received. These six contractors will compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded an $81,491,000 contract for DDG 1002 diminishing manufacturing sources (DMS) materials and long-lead/advanced procurement items, DDG 1000 class training equipment and curriculum, and associated DDG 1000 class engineering services. These DMS materials and long-lead/advanced procurement items will be incorporated into the mission systems equipment for DDG 1002. The DDG 1000 class training equipment and associated DDG 1000 class engineering services include continuation efforts to complete DDG 1000 Class combat system training course requirements, data center items, and long-lead training equipment material. Work will be performed in Portsmouth, R.I. (79.1 percent); Falls Church, Va. (14.5 percent); and Andover, Mass. (6.4 percent), and is expected to be completed by March 2012. 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 (N00024-10-C-5126).

The Boeing Co., Ridley Park, Pa., is being awarded an $11,433,264 cost-plus-fixed-fee/firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-05-G-0012) for the procurement of 58 each overhead (OH) panel kits and main distribution panel (MDP) kits for the CH-46E helicopter. In addition, this order provides for updates to the drawings that define the OH and MDP panels, the item unique identification marking on the panels, and required field support services. Work will be performed in Salisbury, Md. (90 percent), and Ridley Park, Pa. (10 percent), and is expected to be completed in June 2012. 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.

Marvin Engineering Co., Inc.*, Inglewood, Calif., is being awarded a $9,895,746 modification to a previously awarded firm-fixed-price contract (N00421-06-C-0050) to exercise an option for 324 production BRU-32 B/A ejector bomb racks and three periodic production samples for the F/A-18 E/F/G aircraft. Work will be performed in Inglewood, Calif., and is expected to be completed in May 2011. 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.

DEFENSE LOGISTICS AGENCY


BAE Systems Specialty Defense Systems of Pennsylvania, Inc., Jessup, Pa. is being awarded a maximum $27,973,542 firm-fixed-price contract for lightweight helmets. There are no other locations of performance. Using service is Marine Corps. There were originally two proposals solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Nov. 30, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-10-C-0011).

River Trading Co., Ltd. *, Cincinnati, Ohio, is being awarded a maximum $16,909,258 firm-fixed-price contract for delivery of bituminous coal. Other location of performance is West Virginia. Using services are Navy, Air Force, Marine Corps, and federal civilian agencies. There were originally 171 proposals solicited with 13 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is May 31, 2011. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0653).

Delta Coals, LLC*, Nashville, Tenn., is being awarded a maximum $6,700,248 firm-fixed-price, total set-aside contract for delivery of bituminous coal. Other location of performance is Virginia. Using services are Army and Marine Corps. There were originally 171 proposals solicited with 13 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is May 31, 2011. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0651).

AAR Parts Trading, Inc., Wood Dale, Ill., is being awarded a maximum $6,439,950 fixed-price with economic price adjustment, sole-source contract for control assembly and difuser. There are no other locations of performance. Using service is Army. There were originally two proposals solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is March 2, 2015. The Defense Logistics Agency, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-10-D-0004).

AIR FORCE


Universal Technology Corp., Dayton, Ohio, was awarded a $24,500,000 contract which will provide for short term research and development in key technology areas for the air vehicles director, Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio. At this time, $50,000 has been obligated. AFRL/PKVC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-10-D-3037).

McDonnell Douglas Corp., St. Louis, Mo., was awarded an $8,823,078 contract which purchase 100 focused lethality munitions-small diameter bomb I variant. At this time, the entire amount has been obligated. 681 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8672-10-C-0013, P00002).

Kuhana Associates, Honolulu, Hawaii, was awarded a $7,149,646 contract which will provide a full range of clinical support services in the form of health care workers. At this time, $2,186,000 has been obligated. 355 CONS, Davis-Monthan Air Force Base, Ariz., is the contracting activity. (FA4877-10-D-0001)

*Small business


Contracts for March 11, 2010

FOR RELEASE AT
5 p.m. ET No. 188-10
March 11, 2010

CONTRACTS

AIR FORCE


ADVENT Environmental, Inc., Mount Pleasant, S.C. (FA8903-10-D-8602); EA Engineering, Science, and Technology, Inc., Hunt Valley, Md. (FA8903-10-D-8601); and Zapata Inc., Charlotte, N.C. (8903-10-D-8600), were awarded a $350,000,000 contract which will provide environmental support restoration and remediation. At this time, $3,000 per contract has been obligated. AFCEE/ACX, Brooks City-Base, Texas, is the contracting activity.

L-3 Communications, Pittsburgh, Pa., was awarded a $6,000,000 contract which will provide support for the Air Force Flight Test Center Range System Upgrade program. At this time, the entire amount has been obligated. AFFTC/PKEE, Edwards Air Force Base, Calif., is the contracting activity (FA9302-10-D-0007).

NAVY

General Electric Aircraft Engines, Lynn, Mass., is being awarded a $326,080,865 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0088) to exercise an option for 80 F414-GE-400 engines and modules and two spare engines for the Navy. In addition, this modification provides advanced procurement funding for associated long-lead material for future F414-GE-400 engines. The F414-GE-400 engine powers the F/A-18E/F and EA-18G aircraft. This modification also provides for the procurement of one engine fan module; eight engine high pressure turbine modules; 33 combuster modules; and 80 engine device kits. Work will be performed in Lynn, Mass. (49 percent); Madisonville, Ky. (21 percent); Hooksett, N.H. (12 percent); Albuquerque, N.M. (7 percent); Rutland, Vt. (5 percent); Dayton, Ohio (2 percent); Wilmington, N.C. (2 percent); Evendale, Ohio (1 percent); and Bromont, Quebec (1 percent), and is expected to be completed in May 2012. 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.

Science Applications International Corp., San Diego, is being awarded a $47,626,804 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide technical and engineering support for software development; systems engineering; configuration management; quality assurance; logistics and life-cycle management to support unmanned systems; airspace control; maritime surveillance systems; anti-terrorist force protection surveillance systems; security systems; and command, control, communications, computers and intelligence systems. This five-year contract includes three 12-month award term periods for a total potential period of performance of eight years and a total potential value of $63,601,466. All work will be performed at government and contractor sites in the San Diego area, and work for the base award is expected to be completed by March 10, 2015. Contractfunds will notexpire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities Web site and posting to the SPAWAR e-Commerce Central Web site, with one offer received. The Space and Naval Warfare Systems Center Pacific, San Diego, is the contracting activity (N66001-10-D-0049).

Omega Aerial Refueling Services, Inc., Alexandria, Va., is being awarded a $32,438,304 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0009) to exercise an option for contractor owned-and-operated aircraft in support of the Commercial Air Services (CAS) program. The CAS program provides aerial refueling services for the U.S. Navy, other Department of Defense and government agencies, and Foreign Military Sales aircraft. Work will be performed at various locations in the continental United States (45 percent East Coast, 35 percent West Coast) and at various locations outside the continental United States (20 percent), and is expected to be completed in March 2011. 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.

ViaSat, Carlsbad, Calif., was awarded on March 10, 2010, a $21,470,330 firm-fixed-price contract and delivery order for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs). The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for U.S. Navy, Air Force and Army platforms. This delivery order combines purchases for the United States (68 percent); the government of Germany (11 percent); and the governments of Australia (18 percent) and South Korea (3 percent) under the Foreign Military Sales program. Contractfunds in the amount of $1,573,644 will expire at the end of the current fiscal year. Work will be performed in Carlsbad, Calif. (30 percent) and in various other sites worldwide (70 percent), and is expected to be completed by Feb. 28, 2012. This contract was competitively procured via the Space and Naval Warfare Systems E-commerce Web site, with two offers received. The synopsis was released via the Federal Business Opportunities Web site. Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-10-D-0032).

Data Link Solutions, Cedar Rapids, Iowa, was awarded on March 10, 2010, a $19,946,436 firm-fixed-price contract and delivery order for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs). The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for U.S. Navy, Air Force and Army platforms. This delivery order combines purchases for the United States (61 percent) and the governments of Finland (22 percent), Japan (8 percent) and Saudi Arabia (9 percent) under the Foreign Military Sales program. Work will be performed in Wayne, N.J. (50 percent), and Cedar Rapids, Iowa (50 percent), and is expected to be completed by Feb. 28, 2012. Contractfunds in the amount of $3,173,712 will expire at the end of the current fiscal year. This contract was competitively procured via the Space and Naval Warfare Systems E-commerce Web site, with two offers received. The synopsis was released via the Federal Business Opportunities Web site. The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-10-D-0031).

Guam Industrial Services, Inc., dba Guam Shipyard, Santa Rita, Guam, is being awarded a $10,404,769 firm-fixed-price contract for the civilian modification of the Military Sealift Command (MSC) submarine tender USS Frank Cable, which transferred to MSC operation on Feb. 1, 2010. The ship requires maintenance and repair, as well as modifications including the installation of equipment and systems for operation by MSC civil service mariners in keeping with U.S. merchant marine standards. The modifications are to better equip the vessel for MSC’s reduced manning profile. The ship’s primary mission is to provide repairs, spare parts, provisions, stores, potable water, consumables, and petroleum to the Navy’s submarines and other naval forces at sea. This contract includes options which, if exercised, would bring the cumulative value of this contract to $15,116,641. Work will be performed at Guam Shipyard in Santa Rita, Guam, and is expected to be completed by September 2010. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured; it was procured on a sole-source basis for the purposes of industrial mobilization. A pre-solicitation notice was posted on the Federal Business Opportunities Web site in order to provide public notice of the intent to issue a sole-source contract. No other contractors expressed interest in this procurement. The U.S. Navy’s Military Sealift Command is the contracting activity (N00033-10-C-7500).

Science Applications International Corp., San Diego, is being awarded a $6,307,064 cost-plus-incentive fee, firm-fixed-price, and cost-only contract for Tactical Mobile (TacMobile) systems engineering and technical support services. This contract will allow the Navy Carrier and Air Integration Program Office and the Program Executive Office for Command, Control, Communications, Computers, and Intelligence, to acquire technical services, equipment, system integration/assembly/testing, installation training, maintenance, and logistics products in support of the TacMobile program. This contract contains options which, if exercised, will bring the total estimated value of the contract to $108,164,122. Work will be performed in Charleston, S.C. (65 percent), and Patuxent River, Md. (35 percent), and work is expected to be completed December 2010. If option years are exercised under this contract, work could continue through December 2014. Contract funds will not expire at the end of the current fiscal year. This contract wascompetitively procured using full and open competitive procedures via the Space and Naval Warfare Systems Command E-commerce Web site, with one offer received. The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-10-C-0046).

DEFENSE LOGISTICS AGENCY


MedImmune Vaccines, Inc., Gaithersburg, Md., is being awarded a maximum $32,293,397 firm-fixed-price, sole-source contract for influenza vaccine packages. Other location of performance is Pennsylvania. Using services are U. S. Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is May 26, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DP-09-D-0005).

ARMY


Alacran Contracting, LLC, Rockford, Ill., was awarded on March 09, 2010, a $13,364,000 firm-fixed-price contract for the construction of a Combined Arms Collective Training Facility. Work is to be performed at Fort McCoy, Wis., with an estimated completion date of March 07, 2012. Bids were posted on the World Wide Web with four bids received. U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-V-004).

Alliant Techsystems Inc., Radford, Va., was awarded on March 9, 2010, an $11,902,416 firm-fixed-price contract. This contract is for TNT procured to MIL-DTL-248, Revision D, May 14, 2002, with Amendment 1, June 27, 2007. Work is to be performed in Radford, Va., with an estimated completion of Sept. 30, 2012. Bids were solicicted on the World Wide Web with three bids reveived. Army Contracting Command, Rock Island Contracting Center, CCRC-AR, Rock Island Arsenal, Ill., is the contracting activity (W52P1J-09-D-0017).

Oshkosh Corp., Oshkosh, Wis., was awarded on March 4, 2010, a $10,365,999 firm-fixed-price contract for the procurement of 1,401 kits for remote weapons systems crew remote operation weapons systems for Operation Enduring Freedom on the Mine Resistant Ambush Protected All Terrain Vehicle. Work is to be performed in Oshkosh, Wis., with an estimated completion date of May 31, 2012. Five bids were solicited with five bids received. TACOM, CCTA-ADCA, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Inland Dredging Co., LLC, Dyersburg, Tenn., was awarded on March 8, 2010, a $10,121,000 firm-fixed-price contract for flood control, Mississippi River and tributaries, Yazoo Basin, Mississippi, Tallahatchie County, Mississippi, upper Yazoo projects, Item 7B, channel improvement. Work is to be performed in Tallahatchie County, Miss., with an estimated completion date of Jan. 10, 2010. Bids were solicited via the Federal Business Opportunities Web site with four bids received. U.S. Army Corps of Engineers, Vicksburg District, Vicksburg Contracting Office, Vicksburg, Miss., is the contracting activity (W912EE-10-C-0010).

Geodetics, Inc., San Diego, was awarded on March 4, 2010, an $8,400,000 firm-fixed-price contract for real-time enhanced network global positioning systems units. This modification is to increase the order ceiling by $8,400,000 from $3,811,500 to $12,211,500. Work is to be performed in San Diego with an estimated completion date of Aug. 21, 2012. One bid was solicited with one bid received. U.S. Army Test & Evaluation Command, Mission Support Contracting Activity, Fort Hood, Texas, is the contracting activity (W9115U-08-D-0001).

O’Neal & Associates, Inc., Miamisburg, Ohio, was awarded on March 8, 2010, a $10,000,000 cost-plus-fixed-fee contract. This award exercises option for 88,313 hours of support and maintenance of the Electronic Maintenance System (EMS) next generation software. The EMS software ia a suite of web-based software modules consisting of content development, content managemant, and deployed applications currently used in thousands of Army fighting and tactical vehicles for system diagnostic troubleshooting and maintenance. Work is to be performed in Warren, Mich. (10 percent); Miamisburg, Ohio (75 percent); and National City, Calif. (15 percent), with an estimated completion date of Sept. 30, 2010. One bid was solicited with one bid received. TACOM, Warren, Mich., is the contracting activity (W56HZV-09-C-0251).

Overland Corp., Okla., was awarded on March 9 a $9,692,700 firm-fixed-price contract for design/build of guardrails throughout Texas, Kansas, and Oklahoma. Work is to be performed in various cities in the United States with an estimated completion date of May 19, 2011. Five bids were solicited with two bids received. U.S. Army Corps of Engineers, Tulsa District, Okla., is the contracting actiity (W9126G-08-D-0083).

Lockheed Martin Electronics and Fire Control, Orlando, Fla., was awarded on March 1, 2010 a $7,559,720 firm-fixed-price contract to reset support to include inspection, refurbishment, and removal of sand, dust and foreign material intrusion to the Apache modernized and legacy target acquisition designation sight assembly and pilot night vision sensor assembly system. Work is to be performed in Orlando, Fla., with an estimated completion date of Feb. 28, 2011. One bid was solicited with one bid received. U.S. Army Contracting Command, Aviation & Missile Command Contracting Center, CCAM-AP-B, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0023).

E-One, Inc., Ocala, Fla., was awarded on March 1, 2010, a $7,507,533 firm-fixed-price contract for the procurement of 10 air rescue fire fighting vehicles; spare parts; vehicle test; diagnostic software kit; training outside of the continental United States; and deprocessing of vehicles. Work is to be performed in Ocala, Fla., with an estimated completion date of June 30, 2011. One sole-source bid was solicited with one bid received. TACOM, CCTA-ADB-A, Warren, Mich., is the contracting activity (W56HZV-10-C-0111).

ARES Systems Group, LLC, Vicksburg, Miss., was awarded on March 9 a $6,846,241 cost-plus-fixed-fee contract for threat detection alongside or approaching roadways. Work is to be performed in Alexandria, Va., with an estimated completion date of March 9, 2011. Bids were solicited via the Federal Business Opportunities Web site with one bid received. U.S. Army Corps of Engineers, ERDC Contracting Office, Vicksburg, Miss., is the contracting activity (W912HZ-09-C-0097).

Whiting-Turner, Baltimore, Md., was awarded on March 5, 2010, a $6,743,000 firm-fixed-price contract for building 705 renovations, Fort Eustis, Va. Work will include renovations to administrative, classroom, and library space. Work is to be performed in Fort Eustis, Va., with an estimated completion date of Sept. 30, 2011. Six bids were solicited with five bids received. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Va., is the contracting activity (W91236-08-D-0069).

L.R. Costanzo Co., Inc., Scranton, Pa., was awarded on March 2, 2010, a $6,265,989 firm-fixed-price contract. This procurement is for the renovation of 60,000 square feet within Tobyhanna Army Depot’s existing industrial complex. Necessary improvements to existing bays include lighting upgrades, power upgrades, HVAC, crane, and other modification necessary based on the large weapons systems at issue. Work is to be performed in Tobyhanna Army Depot, Tobyhanna, Pa., with an estimated completion date of Nov. 30, 2010. Bids were solicited via the Federal Business Opportunities Web site with seven bids received. U.S. Army Corps of Engineers, Baltimore District, Baltimore, Md., is the contracting activity (W912DR-10-C-0073).

Mechanical Equipment, Inc., Covington, La., was awarded on March 5, 2010, a $6,619,001 firm-fixed-price contract for a requirement contract of an estimated 154 lightweight water purifiers. Work is to be performed in Sugar Land, Texas, with an estimated completion date of March 4, 2015. Bids were solicited on the World Wide Web with six bids received. TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-10-D-0002).

Luna Innovations, Inc., Roanoke, Va., was awarded on March 8, 2010, a $5,982,218 cost-plus-fixed-fee contract. The Defense Advanced Research Projects Agency is funding Luna Inovations to develop an independent suite of tools to verify that Field Programmable Gate Array (FPGA) bit streams can be trusted and contain only that functionality in the design implementation; nothing more and nothing less. They will also develop tools to authenticate that the target FPGA hardware has not been substitited within the supply chain. Work is to be performed in Roanoke, Va., with an estimated completion date of March 7, 2010. Bids were solicited via Broad Agency Announcement with 30 bids received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-08-C-0007).

Sundt Construction, Inc., Tempe, Ariz., was awarded on March 4, 2010, a $5,520,000 firm-fixed-price contract. This task order is consisting of providing materials, equipment, and labor for the construction of the Combat Aviation Brigade Hot Refuel Facility at Fort Bliss, Texas, which includes clearing and grubbing; earthwork; site work; concrete roadway paving; storm drainage systems; water distribution systems; sanitary sewer collection system; concrete fueling apron and taxiways; airfield and roadway striping and marking; airfield electrical; fueling control building; above ground storage tanks; fuel piping systems; electrical distribution systems and duct banks; communication duct bank system; erosion control; temporary access roadways; traffic control; signage; and other items specified in the contract documents. Work is to be performed in El Paso, Texas, with an estimated completion date of Dec. 31, 2010. Five bids were solicited with two bids received. U.S. Army Corps of Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-09-D-0004).


Contracts for March 12, 2010

FOR RELEASE AT
5 p.m. ET No. 196-10
March 12, 2010

CONTRACTS

NAVY


LPI Technical Services*, Chesapeake, Va., is being awarded a $84,140,685 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to furnish repair, maintenance, modernization, logistical, and technical support services for material handling equipment (yellow gear) and hull, mechanical, and electric machinery and systems in order to ensure continued ship operation and performance. Work will be performed in Norfolk, Va. (25 percent); Chesapeake, Va. (15 percent); Mayport, Fla. (15 percent); Bremerton, Wash. (10 percent); San Diego (5 percent); Philadelphia (5 percent); Ingleside, Texas (5 percent); Naples, Italy (5 percent); Earle, N.J. (5 percent); Pascagoula, Miss. (5 percent); and Virginia Beach, Va. (5 percent). Work is expected to be completed by March 2015. Contract funds will not expire at the end of the fiscal year. This contract was competitively procured via Federal Business Opportunities Web site, with one offer received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, is the contracting activity (N65540-10-D-0010).

KOR Electronics*, Cypress, Calif., is being awarded a $44,444,241 firm-fixed-price, indefinite-delivery/indefinite-quantity time-and-material contract for the procurement of up to 200 production miniaturized I/J band digital radio frequency modulators (DRFM) for the Navy and Air Force. DRFMs are installed in systems that are used to evaluate U.S. weapons systems and train fleet operators. In addition, this contract provides for one lot of engineering, technical, and repair services in support of the Navy/Air Force Airborne Threat Simulation Organization. Work will be performed in Cypress, Calif., and is expected to be completed in March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-10-D-0022).

BAE Systems Land & Armaments, LP, Ground Systems Division, York, Pa., is being awarded a $44,116,706 modification to previously awarded delivery order #0011 under firm-fixed-priced contract (M67854-07-D-5025) for field service representatives and instructors to provide support, inside and outside the continental United States, for the Mine Resistant Ambush Protected vehicles. Work will be performed in York, Pa., and is expected to be completed by December 2010. Contract funds in the amount of $44,116,706 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

DDL Omni Engineering, McLean, Va. (N66604-10-D-003A), and General Dynamics Information Technology, Fairfax, Va. (N66604-10-D-003B), are each being awarded an indefinite-delivery/indefinite-quantity cost-plus-fixed fee multiple-award contract for engineering services in support of the Intelligence, Surveillance and Reconnaissance (ISR) program. The dollar value for both contracts combined is $16,139,998; DDL Omni Engineering is being awarded $8, 482,108 and General Dynamics is being awarded $7,657,890. Efforts will include planning; development of alteration plans and procedures; assembly; fabrication; installation; testing; refurbishment; and repair of ISR systems and equipment aboard Navy submarines. Work will be performed in Newport, R.I. (50 percent), and Pawcatuck, Conn. (50 percent), and is expected to be completed by March 2015. Contract funds in the amount of $35,000 will expire at the end of the current fiscal year. These contracts were competitively procured via Navy Electronic Commerce Online Web site, with six offers received. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity.

Marvin Engineering Co., Inc.*, Inglewood, Calif., is being awarded an $11,717,049 modification to previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N00019-08-D-0012) for the procurement of 377 LAU-7F/A missile launchers for the Navy. Work will be performed in Inglewood, Calif., and is expected to be completed in October 2012. 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.

KITCO/kSARIA, LLC*, Virginia Beach, Va., is being awarded a $9,799,727 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for CVN-78’s automated fiber optic manufacturing initiative (AFOMI). The AFOMI is intended to mature fiber optic cable termination technologies, specifically focusing on automation and miniaturization. This contract promotes CVN-78 carrier program’s goal to establish a manufacturing line to produce products developed through this initiative. CVN-78’s goal is to drive lifetime fiber optic component manufacturing and repair costs down by miniaturizing and automating as many processes as possible. Work will be performed in Lawrence, Mass. (90 percent), and Virginia Beach, Va. (10 percent), and is expected to be completed in March 2015. Contract funds in the amount of $1,471,982 will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Electronics Commerce Online and Federal Business Opportunities Web sites, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-10-D-2003).

Marotta Controls, Inc.*, Montville, N.J., is being awarded a $6,210,698 modification to a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00019-06-D-0021) for the production of 377 pure air generating systems for integration into the LAU-7F/A missile launcher, for cooling of the AIM missile. Work will be performed in Montville, N.J., and is expected to be completed in October 2011. 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.

DEFENSE LOGISTICS AGENCY


Petro Star*, Anchorage, Alaska, is being awarded a maximum $10,828,604 fixed-price with economic price adjustment contract for fuel. Other location of performance is in Anchorage, Alaska. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally four proposals solicited with four responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 31, 2014. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0028).

Freeman Holdings of California, dba Million Air Victorville*, Topeka, Kan., is being awarded a maximum $9,548,338 fixed-price with economic price adjustment contract for fuel. Other location of performance is California. Using services are Army, Navy and Air Force. There were originally two proposals solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 31, 2014. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0032).

*Small business
Printer Friendly | Permalink |  | Top
TransitJohn Donating Member (1000+ posts) Send PM | Profile | Ignore Sun Mar-14-10 06:05 AM
Response to Original message
1. +1, good post.
Pretty mindboggling.
Printer Friendly | Permalink |  | Top
 
BeFree Donating Member (1000+ posts) Send PM | Profile | Ignore Sun Mar-14-10 08:48 AM
Response to Reply #1
3. Yep
So that's how they get around to spending $700+ billion a year.

Almost $2 billion everyday for the DOD.

Damn socialists are suckling on the gov teat!
Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Sun Mar-14-10 08:22 AM
Response to Original message
2. How sad that this receives little to no attention
k/r

Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Mon Mar-15-10 04:28 PM
Response to Original message
4. Bump
Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Tue Mar-16-10 11:33 AM
Response to Original message
5. Bump
Printer Friendly | Permalink |  | Top
 
NeedleCast Donating Member (1000+ posts) Send PM | Profile | Ignore Tue Mar-16-10 11:41 AM
Response to Original message
6. I don't really have an issue with spending on defense
I think we need to do a lot less of it, but calling out these random contracts seems a little counter-productive.

Most of my issue with military/defense spending has to do with waste and cost overruns, which seem to be part of the majority of defense contracts. If the feds award company (x) with (y) dollars then company (x) should provide the service/product it is contract to provide and they should do it for (y) dollars or less.

I remember an talking with a pretty high ranking Air Force officer when I was stationed at McDill AFB. We were talking about the difference between spending in the different services and why the Air Force had (has) in general, a higher standard of living than other service branches. The offer said "if the government gave the army 500 million dollars to buy tanks, the army would buy 500 million dollars in tanks. If the government gave the Air Froce 500 million to build new runways, they'd spend 250 million on new enlisted housing then tell the government they needed another 250 million to build the runways...and they'd get it, because the air force needs runways."

I ask him if he thought that was fraudlent and he said "of course, but it's the way contractors do business."
Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Wed Mar-17-10 03:44 PM
Response to Original message
7. Bump
Printer Friendly | Permalink |  | Top
 
DU AdBot (1000+ posts) Click to send private message to this author Click to view 
this author's profile Click to add 
this author to your buddy list Click to add 
this author to your Ignore list Mon Apr 22nd 2024, 11:36 PM
Response to Original message
Advertisements [?]
 Top

Home » Discuss » Archives » General Discussion (1/22-2007 thru 12/14/2010) Donate to DU

Powered by DCForum+ Version 1.1 Copyright 1997-2002 DCScripts.com
Software has been extensively modified by the DU administrators


Important Notices: By participating on this discussion board, visitors agree to abide by the rules outlined on our Rules page. Messages posted on the Democratic Underground Discussion Forums are the opinions of the individuals who post them, and do not necessarily represent the opinions of Democratic Underground, LLC.

Home  |  Discussion Forums  |  Journals |  Store  |  Donate

About DU  |  Contact Us  |  Privacy Policy

Got a message for Democratic Underground? Click here to send us a message.

© 2001 - 2011 Democratic Underground, LLC