Democratic Underground Latest Greatest Lobby Journals Search Options Help Login
Google

Your 'defense' tax dollars ($4.1 billion) at work, week ending 3.19.2010

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-21-10 07:04 AM
Original message
Your 'defense' tax dollars ($4.1 billion) at work, week ending 3.19.2010
Contracts valued at $5 million or more are announced each business day at 5 p.m.



Contracts for March 15, 2010

FOR RELEASE AT
5 p.m. ET No. 198-10
March 15, 2010

CONTRACTS

NAVY


Navistar Defense, LLC, Warrenville, Ill., is being awarded a $178,262,162 modification to delivery order #0013 under previously awarded firm-fixed priced contract (M67854-07-D-5032) for the procurement of 1,222 independent suspension system kits and aluminum catcher plates for the Mine Resistant Ambush Protected vehicles. Work will be performed in West Point, Miss., and the period of performance is expected to be completed by the end of March 2011. Contract funds will not expire by the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a $94,629,000 not-to-exceed advance acquisition contract for long lead materials and support associated with the manufacture and delivery of four low rate initial production Lot 3 E-2D Advanced Hawkeye aircraft. Work will be performed in Syracuse, N.Y. (32.6 percent); various locations within the United States (23.7 percent); Bethpage, N.Y. (15.5 percent); Dallas, Texas (12.4 percent); Menlo Park, Calif. (9.8 percent); and Woodland Hills, Calif. (6 percent), and is expected to be completed in May 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0044).

L-3 Communications Corp., Salt Lake City, Utah, is being awarded a $37,490,848 modification to a previously awarded fixed-price-incentive contract (N00019-09-C-0059) to exercise an option for the manufacture, test, and delivery of 11 AN/SRQ-4(Ku) radio terminal sets for ship small surface combatants and 51 AN/ARQ-59 RTSs for the MH-60R aircraft, including technical data. These upgraded Ku-band systems will extend existing Hawklink connectivity from small surface combatants to the aircraft carrier and increase data rates between MH-60R to surface combatants. Work will be performed in Salt Lake City, Utah, and is expected to be completed in March 2013. 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.

Raytheon Technical Services Co., LLC, Indianapolis, Ind., is being awarded an $18,853,530 firm-fixed-price modification to a previously issued basic order agreement (N00019-05-G-0008) to exercise an option for the procurement of 36 LAU-115D/A launchers and 82 LAU-116B/A launchers for the F/A-18 aircraft. Work will be performed in Indianapolis, Ind., and is expected to be completed in September 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.

Maersk Line, Ltd, Norfolk, Va., is being awarded an $8,630,000 firm-fixed-price contract for a nine-month time charter of tanker MT Samho Moonstone, currently a foreign-flag vessel, which will be re-named and U.S.-flagged upon delivery to the government. The ship’s primary mission is to move petroleum for the Department of Defense between ports in the Far East. This contract includes one 30-day option which, if exercised, would bring the cumulative value to $9,500,000. Work is expected to commence May 2010 and is expected to be completed within 270 calendar days or, if all options are exercised, within 300 calendar days. The contract is expected to be funded in fiscal year 2010 and funds will not expire at the end of the fiscal year. This contract was competitively procured, with 11 offers received. Military Sealift Command, Washington, D.C., is the contracting authority (N00033-10-C-5410).

Insitu, Inc., Bingen, Wash., is being awarded an $8,576,814 firm-fixed-price contract for the procurement of technical services in support of the ScanEagle unmanned aerial system to support intelligence, surveillance, and reconnaissance services. In addition, this contract provides for six critical spare kits and nine SkyHook recovery system modifications. Work will be performed in Bingen, Wash., and is expected to be completed in December 2010. Contract funds in the amount of $8,433,786 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-2. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0045).

Raytheon Co., Integrated Defense Systems, San Diego, is being awarded a $7,500,000 modification to previously awarded contract (N00024-08-C-5122) for the exercise of FY 10 options for performing as the platform system engineering agent for the Ship Self Defense System (SSDS). In the course of this effort, Raytheon will be responsible for the integration of complex war-fighting improvement - including components associated with the dual-band radar and Rolling Airframe Missile Block 2 - into the modular SSDS. SSDS is a combat system that intends to integrate and coordinate all of the existing sensors and weapons systems aboard a ship. Raytheon will integrate, test, and provide certification support for the government-furnished equipment/information required for the CVN/amphibious ship combat system. Work will be performed in San Diego (90 percent); Tewksbury, Mass. (2.5 percent); Portsmouth, R.I. (2.5 percent); St. Petersburg, Fla. (2.5 percent); and Tucson, Ariz. (2.5 percent). Work is expected to be completed by September 2010. 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.


AIR FORCE



Kaman Precision Products, Inc., Orlando, Fla., was awarded a $46,253,422.83 contract modification which will provide a quantity of 12,994 joint programmable fuze systems. At this time, entire amount has been obligated. 679 ARSS, Eglin Air Force Base, Fla., is the contracting activity (F08626-98-C-0006, P00130).

Raytheon Co., Tucson, Ariz., was awarded a $19,505,458 contract which provides an Advanced Medium Range Air-to-Air-Missile system improvement program. At this time, the $2,770,000 has been obligated. 696 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8675-10-C-0105).

Booz Allen Hamilton, Herndon, Va., was awarded a $20,355,914 contract which will provide secure collaborative technologies and cyber security to Air Mobility Command. At this time, $455,000 has been obligated. 55 Contracting Squadron, Offutt Air Force Base, Neb., is the contracting activity (SP0700-98-D-4002).

Rockwell Collins, Inc., Cedar Rapids, Iowa, was awarded an $11,111,767 contract modification which will provide for systems development, integration, and verification phase of the P5 range instrumentation waveform. This waveform is in support of the F-22 and F-35 aircraft. At this time, $5,000,000 has been obligated. 689 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8678-05-C-0141).



ARMY




Global Strategies Group North America, Inc., Frederick, Md., was awarded on March 10, 2010, an $18,745,406 firm-fixed-price contract for 103 containerized kitchens and authorize stockage list spares. Work is to be performed in Fredrick, Md., with an estimated completion date of Oct. 31, 2012. Bids were solicited on the World Wide Web with six bids received. U.S. Army Research, Development & Engineering Command Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-05-D-0004).

Bethel Services, Inc., Bethel, Ark., was awarded on March 10, 2010, an $18,119,555 firm-fixed-price contract for 19 cold weather kits. Work is to be performed in Bethel, Ark., with an estimated completion date of April 29, 2011. One bid was solicited with one bid received. U.S. Army Research, Development & Engineering Command Contracting Center, Natick Contracting Divison, Natick, Mass., is the contracting activity (W911QY-05-C-0047).

Scott Reliance, JV, Chicago, Ill., was awarded on March 10, 2010, a $13,668,906 firm-fixed-price contract for the construction of an Army Reserve Center. Work is to be performed in Joliet, Ill., with an estimated completion date of Feb. 3, 2012. Bids were posted on the World Wide Web with eleven bids received. U.S. Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0013).

Honeywell, Minneapolis, Minn., was awarded on March 10, 2010, a $7,342,153 cost-plus-fixed-fee contract for the Defense Advanced Research Project Agency, funding Honeywell to design, develop, and deliver a demonstration of a gyroscope with a goal capability of absolute reference navigation in a compact, four diameter optically integrated gyro-head. Work is to be performed in Minneapolis, Minn. (47 percent); Somerset, N.J. (19 percent); Pasadena, Calif. (17 percent); Glendale, Ariz. (16 percent); and King of Prussia, Pa. (1 percent), with an estimated completion date of May 7, 2010. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-09-C-0019).



DEFENSE LOGISTICS AGENCY




MOOG, Inc., East Aurora, N.Y., is being awarded a maximum $6,232,476 firm-fixed-price contract for V22 aircraft parts. There are no other locations of performance. Using service is 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 2012. The Defense Logistics Agency, Philadelphia (DSCR-ZC), Philadelphia, Pa., is the contracting activity (SPM4A1-06-G-0002-THA7).

This is $514 million dollars or so. Ka ching.

Contracts for March 16, 2010

FOR RELEASE AT
5 p.m. ET No. 204-10
March 16, 2010

CONTRACTS

AIR FORCE



Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $41,898,184 contract which will provide for the purchase and contractor logistic support of sniper advanced targeting pods to support a foreign military sale customer, Saudi Arabia. At this time, $20,949,092 has been obligated. 448 PKHCB, Robins Air Force Base, Ga., is the contracting activity (FA8522-10-C-0003).

Lockheed Martin Corp., Marietta, Ga., was awarded a $6,165,779 contract which will provide for the procurement of required data, support equipment, and spares to stand up five different C-5 avionics modernization program line replaceable units at the respective Air Logistics Center depot. At this time, the entire amount has been obligated. 716 AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-98-C-0006, P00231).


NAVY



American Rheinmetall Munitions Corp., Stafford, Va., is being awarded a $28,797,243 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the improved flash-bang grenade. Work will be performed in Camden, Ark., 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 via the Federal Business Opportunities and Naval Surface Warfare Center Crane Web sites, with six proposals solicited and four offers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-JM31).


BAE Systems San Diego Ship Repair, Inc., San Diego, is being awarded an $8,284,783 modification to previously awarded contract (N00024-08-C-2300) to exercise an option for the accomplishment of the post-shakedown availability (PSA) for the USS Wayne E. Meyer (DDG 108). Specific efforts include engineering and management in support of the PSA; labor and procurement of material to correct government-responsible deficiencies and accomplish system upgrades; perform specified PSA work items inclusive of tests and post-repair sea trials; and task additional man hours and material in order to complete emergent repairs. Work will be performed in San Diego and is expected to be completed by December 2010. 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.

Progeny Systems Corp., Manassas, Va., is being awarded a $5,848,035 modification to previously awarded contract (N00024-08-C-6288) to exercise an option for information assurance engineering and technical services for the Navy’s information assurance solutions and to integrate them into commercial-off-the-shelf-based combat and network systems. Work will be performed in Manassas, Va., and is expected to be completed by March 2011. 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.


We only spent $90 million dollars today on 'defense'. Ka ching.


Contracts for March 17, 2010

FOR RELEASE AT
5 p.m. ET No. 211-10
March 17, 2010

CONTRACTS


DEFENSE LOGISTICS AGENCY



Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $206,434,187 requirements-type, prime vendor contract for distribution of pharmaceutical items. Other locations of performance are North Carolina and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0027).

Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $150,000,000 firm-fixed-price, indefinite-quantity, prime vendor contract for pharmaceutical items for the U.S. Naval fleet, USNS Mercy, and USNS Comfort. Other locations of performance are Massachusetts, North Carolina, Texas, Florida, Washington, New Jersey and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0001).

Coastal Pacific Food Distributors*, Stockton, Calif., is being awarded a maximum $18,000,000 fixed-price with economic price adjustment, sole-source contract for full-line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Sept. 13, 2010. The Defense Supply Center Philadelphia (DESP), Philadelphia, Pa., is the contracting activity (SPM300-09-D-3280).

World Fuel Services, Inc., dba World Fuel Services of FL, Miami, Fla., is being awarded a maximum $9,606,443 fixed-price with economic price adjustment contract for fuel. Other locations of performance are in Hawaii. 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 (DESC), Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0040).

Oshkosh Corp., Oshkosh, Wis., is being awarded a maximum $7,157,519 firm-fixed-price, sole-source contract for transfer transmission. There are no other locations of performance. Using service is Army. 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 March 12, 2015. The Defense Logistics Agency -Warren (DSCC-ZG), Warren, Mich., is the contracting activity (SPRDL1-10-D-0020).

DMS Pharmaceutical Group, Inc.*, Park Ridge, Ill., is being awarded a maximum $2,245,907 requirements-type, prime vendor contract for distribution of pharmaceutical items. Using service is Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with one response. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0130).


NAVY



Northrop Grumman Shipbuilding, Inc., Newport News, Va., is being awarded an $80,886,408 cost-plus-fixed-fee, level-of-effort contract for fiscal 2010 advance planning to prepare and make ready for the refueling complex overhaul of the USS Abraham Lincoln (CVN 72) and its reactor plants. This effort will provide for all advanced planning, ship checks, design, documentation, engineering, procurement, fabrication, and preliminary shipyard or support facility work. The contract includes options which, if exercised, would bring the cumulative value of this contract to $678,568,820. Work will be performed in Newport News, Va., and is expected to be complete by February 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2110).

BAE Systems Land & Armaments, LP, Santa Clara, Calif., is being awarded $74,090,258 for firm-fixed-priced delivery order #0006 under previously awarded contract (M67854-07-D-5026) for the purchase of Marine Corps transparent armor gun system kits, battery powered motorized traversing unit - manual traversing unit kits, and turret assemblies. Work will be performed in Santa Clara, Calif., and is expected to be completed by September 2010. Contract funds in the amount of $4,740,748 will expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a $26,604,000 modification to previously awarded contract (N00024-04-C-6207) to exercise a cost-plus-incentive fee/award-fee option for engineering and technical services for the acoustic system improvement and integration in support of the commercial-off-the-shelf Acoustic Rapid Insertion System (A-RCI) program. Work will be performed in Manassas, Va., and is expected to be completed by June 2010. Contract funds in the amount of $1,759,160 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DCS Corp.*, Alexandria, Va., is being awarded an $11,499,976 modification to a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (N68936-05-D-0002) to provide weapons and systems integration support services to the Naval Air Warfare Center Weapons Division’s integrated product teams and weapons support facilities, and their associated weapons. The estimated level of effort for this modification is 176,017 man-hours. Work will be performed in China Lake, Calif. (90 percent), and Pt. Mugu, Calif. (10 percent), and is expected to be completed in August 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Oasys Technology, LLC*, Manchester, N.H., is being awarded a $10,726,660 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hand-held thermal binoculars. The thermal binoculars are used for detection, targeting, and surveillance in low visibility environments. Multiple lenses are available for use to modify the field of view for broader or more focused detection as required. The thermal binocular systems will allow the operators to fulfill their mission more quickly, efficiently, and safely. The thermal binoculars are thermal imaging devices that can be used as either a hand-held detector or a mounted detector. Work will be performed in Manchester, N.H., 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 via the Federal Business Opportunities Web site, with one offer received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-JQ65).


ARMY



Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded on March 12, 2010, a $45,576,936 firm-fixed-price contract for the delivery order to purchase Generation III extreme cold weather clothing system kits. Work is to be performed in Newark, N.J. (24 percent); Mayagüez, Puerto Rico (24 percent); Lansing, Mich. (18 percent); Fall River, Mass. (10 percent); Tullahoma, Tenn. (10 percent); Virginia Beach, Va. (5 percent); Post Falls, Idaho (5 percent); North Conway, N.H. (2 percent); and Mukilteo, Wash. (2 percent), with an estimated completion date of Dec. 20, 2011. Bids were solicited on the World Wide Web with three bids received. U.S. Army RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-07-D-0003).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded on March 12, 2010, a $37,380,000 cost-plus-fixed-fee contract for the modification P00142, exercising an option for systems technical support for the ABRAMS tank program. Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 19, 2011. One bid was solicited with one bid received. TACOM-Warren, AMSCC-TAC-AHLC, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

AC First, Fort Worth, Texas, was awarded on March 12, 2010, a $25,688,609 firm-fixed-price contract for the Installation Information Infrastructure Modernization Program telecommunications systems program management, information technology planning, logistics, and field support service, in support of Project Manager Network Service Center, Project Director Defense Communication Systems-Southwest Asia. This requirement was competed amongst the unrestricted suite of contractors covered under Task Area 12, within the Field & Installation Readiness Support Team multiple-award indefinite-delivery/indefinite-quantity. Work is to be performed throughout various locations worldwide with focus on Southwest Asia - primarily Afghanistan, Kuwait, and Iraq - with an estimated completion date of March 14, 2011. Fifteen bids were solicited with one bid received. Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W911SE-07-D-0004).

Elite CNC Machining, Largo, Fla., was awarded on March 12, 2010, a $20,038,550 firm-fixed-price contract for the procurement of 1,628,827 M918 projectile assemblies in support of the M918 target practice cartridge. Work is to be performed in Largo, Fla., with an estimated completion date of Sept. 30, 2013. Bids were solicited on the World Wide Web with two bids received. Army Contracting Command, CCRC-AL, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0044).

Laser Devices, Inc., Monterey, Calif., was awarded on Mar. 10, 2010 a $6,940,000 firm-fixed-price contract for a sustainment order 10,000 PEQ-15A multi-functional aiming lights for the U.S. project manager soldier sensors and lasers. Delivery of all units will be completed by January 2011. Work is to be performed in Monterey, Calif., with an estimated completion date of Jan. 31, 2011. Bids were solicited by limited sources justification with one bid received. U.S. Army Research, Development and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0029).


MISSILE DEFENSE AGENCY



Raytheon Co., Integrated Defense Systems of Woburn, Mass., is being awarded a sole-source modification for $17,421,524 under contract HQ0006-03-C-0047. The modification includes both fixed-price and cost-plus-award-fee line items. Under this contract modification, Raytheon will continue concurrent test, training, and operations support unit integration (Phase II) for AN/TYP-2 X-Band radar. The work will be performed in Woburn, Mass. The performance period is through November 2010. Fiscal year 2010 research, development, test and evaluation funds will be utilized for this effort. The Missile Defense Agency is the contracting activity (HQ0006).

Pratt & Whitney Rocketdyne, Inc., of Canoga Park, Calif., is being awarded a cost-plus-fixed-fee change order modification for $14,222,473 under its contract, HQ0006-08-C-0044. Under this contract modification, Pratt & Whitney Rocketdyne will complete risk reduction efforts to demonstrate the technology and improve the technology and manufacturing readiness of the components needed in a high performance interceptor liquid fuel upper stage system. The work will be performed in Canoga Park, Calif. This performance period ends in March 2011. The amount obligated on this action is $12,300,000 using fiscal year 2009 research, development, test and evaluation funds. The Missile Defense Agency is the contracting activity.


AIR FORCE



United Launch Services, Littleton, Colo., was awarded a $15,065,010 contract which will provide for the acquisition of launch vehicle propellants and gaseous commodities for Air Force space missions. At this time, $15,065,101 has been obligated. SMC/LRSW, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002, P00194).

Aleut Facilities Support Services, LLC, Aurora, Colo., was awarded a $6,876,579 contract which will exercise the fourth option year, to provide non-personal services for customer support; infrastructure and facility maintenance; physical plant operation; and environmental and property management for Cheyenne Mountain Air Force Station, Colorado. At this time, the entire amount has been obligated. 21 CONS/LGCAB, Peterson Air Force Base, Colo., is the contracting activity (FA25174-06-C-5005, P00027).

*Small Business


Another $774 million of your tax dollars spent. Ka ching.


Contracts for March 18, 2010

FOR RELEASE AT
5 p.m. ET No. 214-10
March 18, 2010

CONTRACTS


NAVY



Hensel Phelps Construction Co., Irvine, Calif. (N62473-10-D-5405); Harper Construction Co., Inc., San Diego, Calif. (N62473-10-D-5406); Barnhart, Inc., San Diego, Calif. (N62473-10-D-5407); Sundt Construction, Inc., Tempe, Ariz. (N62473-10-D-5408); RQ Construction, Inc., Carlsbad, Calif. (N62473-10-D-5409); R. A. Burch Construction Co., Inc., Ramona, Calif. (N62473-10-D-5410); Solpac Construction, Inc., dba Soltek Pacific Construction Co., San Diego, Calif. (N62473-10-D-5411); T. B. Penick & Sons, Inc., San Diego, Calif. (N62473-10-D-5412); and Clark Construction Group - California, LP, Costa Mesa, Calif. (N62473-10-D-5413), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple-award construction contract for commercial and institutional building construction at various locations predominantly within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value, including the base period and four option years, for all nine contracts combined is $900,000,000. Hensel Phelps Construction Co. is being awarded task order 0001 at $5,775,000 for the design and construction of an industrial machine shop facility at the Marine Corps Logistics Base, Barstow, Calif. Work for this task order is expected to be completed by December 2010. All work will be performed at various federal sites within the NAVFAC Southwest AOR including, but not limited to, Southern California (94 percent), Arizona (5 percent), and New Mexico (1 percent). The term of the contracts 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 54 proposals received. These nine contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, is the contracting activity.

Lockheed Martin Corp., Simulation, Training and Support, Orlando, Fla., is being awarded an $83,305,442 cost-plus-incentive-fee contract to design, develop, fabricate, integrate, and test the electronic Consolidated Automated Support System. In addition, this provides for the procurement of 14 engineering development models during the system design and development phase of the contract. Work will be performed in Orlando, Fla. (61 percent); Hunt Valley, Md. (26 percent); North Reading, Mass.(12 percent); and Reston, Va. (1 percent), 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; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0225).

AECOM Technical Services, Inc., Raleigh, N.C., is being awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for utilities design and engineering services for projects located at Marine Corps installations at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. Work performed includes utility infrastructure design projects; providing/replacing/upgrading sanitary collection and treatment systems; potable water supply, treatment, and distribution systems; stormwater collection and conveyance systems; installation of security fencing and entry control facilities; installation/repair of shoreline erosion control measures; design of new and resurfacing of existing airfields, roads, and parking lots; performing property and topographic surveys; and facility site work to include demolition, underground storage tank removal, layout, and site preparation. Work will be performed in Jacksonville, N.C. (75 percent), and Havelock, N.C. (25 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 via the Navy Electronic Commerce Online Web site, with 28 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-D-5313).

Mikros Systems Corp.*, Fort Washington, Pa.,is being awarded a maximum amount $25,959,991 indefinite-delivery/indefinite-quantity contract for the procurement of adaptive diagnostic electronic portable test sets that will be used by technicians to maintain, calibrate and diagnose problems with complex electronic radar systems. Work will be performed in Fort Washington, Pa. (90 percent), and various other locations (10 percent), and is expected be completed by September 2015. Contract funds willnot expire at the end of the current fiscal year. This contract was competitively procured as a Phase III Small Business Innovation Research action; one offer was received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-GR63).

Raytheon Network Centric Systems, St. Petersburg, Fla., is being awarded a $13,680,670 modification to previously awarded contract (N00024-08-C-5202) for the design agent and engineering services for the cooperative engagement capability (CEC) system. This contract combines purchases for the Navy (97 percent) and the government of the United Kingdom (3 percent) under the Foreign Military Sales program. Work will be performed in Largo, Fla. (80 percent); St. Petersburg, Fla. (19 percent); and Dallas, Texas (1 percent), and is expected to be completed by September 2011. 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.

Ocean Systems Engineering Corp., Oceanside, Calif., is being awarded $9,034,935 for task order # 0068 under previously awarded firm-fixed-price contract (M67854-02-A-9020). The scope of this effort is to provide on-going engineering, technical, acquisition, administrative, and management support to the Marine Air-Ground Task Force (MAGTF) Command and Control Systems Program Management Office; and a liaison representative on-site at Communications-Electronics Command, Program Executive Office for Command, Control and Communications Tactical, Project Manager Battle Command. This statement of work includes Combat Operations Center; MAGTF command and control combat operations center capability blocks 2010 and 2012; joint tactical common operational picture workstation; target location designation handoff system; advanced field artillery tactical data system; blue force situational awareness family of systems; joint interface control officer support system; and potential technology insertion opportunities under the science and technology transition office. The programs require support through all phases of the acquisition cycle. Work will be performed in Quantico, Va., and is expected to be completed in March 2011. Contract funds in the amount of $4,458,469 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $7,873,660 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) for the development, fabrication, and qualification of a polymer matrix composite drag brace for use on the main landing gear on the F-35 joint strike fighter aircraft. Work will be performed in Helmond, the Netherlands (67 percent), and Ft. Worth, Texas (33 percent), and is expected to be completed in October 2014. 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.

P&S Construction, Inc.*, Lowell, Mass., is being awarded a $6,257,000 firm-fixed-price contract for main gate security improvements at Naval Weapons Station Earle. Work includes gate access realignment; reinforced fencing; new security fencing surrounding the guardhouse area; new hardened guard house; base-wide alarm duress system; site lighting; permanent vehicle inspection shelter with closed circuit television; undercarriage video surveillance equipment; permanent passive security barriers; two active pop-up vehicle barriers; new connector road to explosive ordnance disposal; demolition of existing pass and identification office; construction of new pass and identification office within a new inspection facility; and 54 parking spaces. The contract also contains one unexercised option which, if exercised, would increase cumulative contract value to $6,276,950. Work will be performed in Colts Neck, N.J., and is expected to be completed by Oct. 2011. 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 16 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-9441).


AIR FORCE



Boeing Co., Long Beach, Calif., was awarded a $272,581,553 contract which will exercise FY10 third quarter option contract line items for the C17 Globemaster III sustainment partnership contract. At this time, the entire amount has been obligated. 330 ASW, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004, P00525).


DEFENSE ADVANCED RESEARCH PROJECTS AGENCY



Kentucky Bioprocessing, LLC, is being awarded a $17,900,500 other transaction/technology investment agreement for developing a proof-of-concept platform capable of yielding a purified vaccine candidate using a whole plant-based process. Work will be performed in Owensboro, Ky., and is expected to be completed in March 2011. Funds will not expire at the end of the current fiscal year. A solicitation was issued via Federal Business Opportunities on March 6, 2009; more than 25 bids were received. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-10-3-0004).


ARMY



Disc-O-Bed, LP, Duluth, Ga., was awarded on March 16, 2010, a $12,000,000 firm-fixed-fee contract to procure bunk beds with foot lockers and spare parts. The original estimated dollar value was $1,000,000. This action is to increase the amount of this indefinite-delivery/indefinite quantity to $12,000,000. Work is to be performed in Duluth, Ga., with an estimated completion date of Sept. 3, 2013. Bids were solicited on the World Wide Web with one bid received. RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W58P05-08-D-0015).

Arete Associates, Northridge, Calif., was awarded on March 17, 2010, a $7,810,252 cost-plus-fixed-fee contract for the Defense Advanced Research Projects Agency. The program seeks to develop advanced technologies to provide superior situational awareness to war fighters operating in maritime environments. Work is to be performed in Arlington, Va. (76.6 percent); Tucson, Ariz. (9.9 percent); North Billerica, Mass. (4.9 percent); and various other locations (8.9 percent), with an estimated completion date of June 16, 2011. One bid was solicited with one bid received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-10-C-0006).

NextiraOne Federal, LLC, Herndon, Va., was awarded on March 12, 2010, a $6,954,688 indefinite-delivery/indefinite-quantity contract. This project manager, network service center performance work statement addresses the Installation Information Infrastructure Modernization Program effort to engineer, furnish, install, secure, test, document, migrate, and cutover a turn-key solution to upgrade the existing infrastructure and facilities at Germany 3C (Hohenfels). Work is to be performed at Fort Sam Houston, Texas, with an estimated completion date of June 12, 2011. Ten bids were solicited with ten bids received. Army Contracting Command, National Capitol Regional Contracting Center, Alexandria, Va., is the contracting activity (W91QUZ-06-D-0027-0005).

*Small business

Another $1,391,000,000 (billion) of your taxpayer dollars spent. Ka ching.


Contracts for March 19, 2010

FOR RELEASE AT
5 p.m. ET No. 218-10
March 19, 2010

CONTRACTS


DEFENSE LOGISTICS AGENCY



AmerisourceBergen Drub Corporation, Chester Brook, Pa. is being awarded a maximum $177,500,000 firm fixed price, prime vendor contract for pharmaceutical requirements. Other locations of performance include Texas, Massachusetts, Virginia and North Carolina. Using services include all designated providers that are part of the Uniformed Services Family Health Plan program. The original proposal was Web solicited with five responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second of three thirty-month option periods. The date of performance completion is September 30, 2012. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-05-D-0950).

AmerisourceBergen Drub Corporation, Chester Brook, Pa. is being awarded a maximum $110,000,000 firm fixed price, prime vendor contract for pharmaceutical requirements. Other locations of performance include Texas, Massachusetts, Virginia and Washington. Using services include various non-DoD agencies, National Institute of Health, Department of Justice and District of Columbia government. The original proposal was Web solicited with five responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second of three thirty-month option periods. The date of performance completion is September 30, 2012. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-05-D-0925).

Shore Terminals LLC, San Antonio, Texas is being awarded a maximum $70,860,000 firm fixed price contract for petroleum storage services. Other location of performance is California. Using services are the Defense Energy Support center and federal civilian agencies. There were originally 15 proposals solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract has a five year base with one five-year option period. The date of performance completion is March 16, 2015. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-10-C-5033).

Wolverine World Wide, Inc., Rockford, Mich. is being awarded a maximum $7,370,410 fixed price with economic price adjustment contract for dress leather shoes. Other locations of performance are Arizona and Michigan. Using services are Navy, Air Force and Coast Guard. The original proposal was Web solicited with six responses. Contract funds will expire at the end of the current fiscal year. This contract is exercising the fourth of four one-year option periods. The date of performance completion is March 19, 2011. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0100-06-D-0351).

Zimmer, Inc., Warsaw, Ind. is being awarded a maximum $6,629,467 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for knee and hip orthopedic implants, instrumentation sets and auxiliary products. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. The original proposal was Web solicited with two responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the fourth option year. The date of performance completion is March 24, 2011. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-06-D-7202).



NAVY




Parsons Infrastructure and Technology Group, Inc., Pasadena, Calif. (N62470-10-D-2019) and HDR Engineering, Inc., Colorado Springs, Colo. (N62470-10-D-2020), are each being awarded a multiple award indefinite-delivery/indefinite-quantity contract for planning and engineering services at various Navy and Marine Corps facilities and other government facilities worldwide. The maximum dollar value, including the base period and four option years, of the two contracts combined is $60,000,000. This effort provides for preparation of plans, project planning documents, cost estimates, planning studies, visioning and scenario workshops/planning, geo-spatial information and service, and preparation of Navy and Marine Corps planning and engineering services for projects. The preponderance of documents to be prepared under this contract includes but is not limited to the following: global shore infrastructure plans, base development plans, activity master plans, regional shore infrastructure plans, regional Integration plans, maintenance and sustainment plans, integrated logistics plans, encroachment action plans, family housing and bachelor quarters comprehensive neighborhood plans, activity overview plans, project planning documentation, asset evaluations, basic facilities requirements documentation, facilities planning documents. Work will performed in N.C. (24 percent), Fla. (16 percent), Va. (13 percent), Conn. (8 percent), Md. (6 percent), Ariz. (6 percent), Ga. (5 percent), R.I. (4 percent), Maine (3 percent), N.J. (3 percent), W.V. (2 percent), Miss. (2 percent), N.Y. (2 percent), and Calif. (1 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 Mar. 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 website, with 10 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, is being awarded a modification to decrease the maximum dollar value by $34,486,995 on a previously awarded cost-plus-award-fee contract (N62742-08-C-1115) to provide support services for Philippines operations support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services. After award of this modification, the total cumulative contract value will be $177,186,271. Work is performed in the Republic of the Philippines, and is expected to be completed by Sep. 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Progeny Systems Corporation, Manassas, Va., is being awarded a $23,134,194 option exercise under previously awarded contract (N00024-08-C-6297). The option is for AN/WLY-1 System, Active Intercept & Ranging (AI&R) System and Archival Media Center (AMC) production and engineering services for the Navy’s modernization of existing active intercept acoustic signal processing systems onboard all submarines in order to satisfy the functional requirements for acoustic intercept capability in the Virginia class submarines. Tactical recording and storage of acoustic data is provided by the AMC. The effort under this contract will provide for continuous development that optimizes use of commercial-off-the-shelf (COTS) technologies, common submarine COTS-based sonar system hardware and software elements, future technology insertion initiatives and improved total ownership cost. Work will be performed in Manassas, Va., and is expected to be completed by September 2011. 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $11,807,094 modification to a previously awarded cost-plus-incentive-fee contract (N00019-07-C-0097) to definitize the requirement to provide and install P5 Combat Training System Group A provisions into all F-35 Joint Strike Fighter Low Rate Initial Production Lot 2 Aircraft. Work will be performed in El Segundo, Calif. (89 percent) and Fort Worth, Texas (11 percent), and is expected to be completed in February 2011. Contract funds in the amount of $5,507,094 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Clark-Nexsen/CH2M Hill, San Diego, Calif., is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for geographic information systems, professional surveying, mapping and engineering services and support at various Navy and Marine Corps facilities and other government facilities worldwide. Work will predominantly be performed in Calif. (25 percent), Wash. (15 percent), Fla. (15 percent), Va. (15 percent) and Texas (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 (15 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 Mar. 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 website, with nine proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-2023).



Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,944,691 firm-fixed-price order against a previously issued basic ordering agreement (N00019-07-G-0008) to procure 62 swashplate actuators (7 for U.S. Air Force CV-22; 55 for U.S. Marine Corps MV-22); 307 flaperon actuators (50 for Air Force CV-22; 257 for U.S. Marine Corps MV-22). In addition, this order provides for the training and support equipment tools for regulator control units, and intercom set controllers specific to the MV-22 and CV-22 aircraft. Work will be performed in New York, N.Y. (99 percent) and Arville, France (1 percent), and is expected to be completed in January 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.

DRS C3 System, Inc., Stevensville, Md., is being awarded a $7,935,427 cost-plus-fixed-fee contract for research and development activities associated with integrated power system (IPS) advanced modules and IPS ship design tools. This effort supports the research and development of various alternative technologies associated with advanced power systems and development of ship design tools that support the design development of advanced IPS ship concepts and that quantifies technical risks associated with the integrated technology. DRS C3 System, Inc will develop an advanced hydrodynamics simulation tool and related ship design software and an advanced design, modeling & simulation tool for capability-based ship design that includes IPS technology. Work will be performed in Stevensville, Md., 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 via broad agency announcement; 81 white papers were received, 24 proposals were requested, and 23 awards have been made. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-C-4214).


AIR FORCE



Triune Group of Dayton, Ohio was awarded a $48,500,000 contract which will provide the Air Force Knowledge Now operations and maintenance, development, knowledge engineering and functional support services. At this time, $1,391,878.70 has been obligated. ASC/PKEIE, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8604-10-D-7045).

Lockheed Martin Integrated Systems of Santa Maria, California was awarded a $20,599,510 contract modification which extends RSA IIA support to complete the Mission Flight Control Center. At this time, the $2,770,000 has been obligated. SMC/LRSW/PK, El Segundo, California is the contracting activity (FO4701-95-C0029, P00314).

Boeing Company of St. Louis, Missouri was awarded a $14,288,369 contract which will provide the Joint Helmet Mounted Cueing Systems full rate production for the Air Force, Navy and Foreign Military Sales for Belgium. At this time, the total amount has been obligated. 641 AESS/SYKA, Wright-Patterson Air Force Base, Ohio (F33657-01-D-0026).

Net-Scale Technologies of Morganville, New Jersey was awarded a $5,771,541 contract which will provide a deep learning program to discover and instantiate a single set of methods that will yield more useful representations. At this time, $1,564,943 has been obligated. AFRL/PKD at Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-10-C-7019).


Another $608 million of your taxpayer dollars spent. Ka ching.
Printer Friendly | Permalink |  | Top
Solly Mack Donating Member (1000+ posts) Send PM | Profile | Ignore Sun Mar-21-10 07:11 AM
Response to Original message
1. K&R
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 Fri Apr 19th 2024, 08:19 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