Democratic Underground Latest Greatest Lobby Journals Search Options Help Login
Google

Your 'defense' tax dollars ($6.64 billion) at work, week ending 3.26.2010

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 Sat Mar-27-10 08:37 AM
Original message
Your 'defense' tax dollars ($6.64 billion) at work, week ending 3.26.2010
Contracts valued at $5 million or more are announced each business day at 5 p.m.


Contracts for March 22, 2010


FOR RELEASE AT
5 p.m. ET No. 221-10
March 22, 2010

CONTRACTS

NAVY


Raytheon Co., Marlborough, Mass., is being awarded a $28,144,958 firm-fixed-price modification to a previously awarded contract (N00039-08-C-0115) for eight Submarine High Data Rate Antenna Systems. Work will be performed in Marlborough, Mass. (69 percent) and St. Petersburg, Fla. (31 percent), and is expected to be completed by December 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because Raytheon developed the submarine antenna under contract N00039-04-D-0033, which was competitively awarded Oct. 23, 1996. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $24,147,757 modification under previously awarded contract (N00030-07-C-0100) for the Trident II (D5) life extension commonality parts procurement. This effort is to provide procurement and testing of commonality parts necessary for the Trident II (D5) life extension program. The total contract value after award of this effort will be $1,159,319,749. Work will be performed in Bloomington, Minn. (93.24 percent); Sunnyvale, Calif. (4.15 percent); Fairview, N.C. (2.46 percent); Marionville, Mo. (0.10 percent); and Clearwater, Fla. (0.05 percent), and work is expected to be completed May 31, 2012. Contract funds in the amount of $11,000,000 will expire at the end of the current fiscal year. Strategic Systems Program, Arlington, Va., is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., is being awarded a $21,900,000 cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contract for engineering and logistic services in response to obsolescence and operational and/or technical issues for the P-3 aircraft. Services are in support of the Navy and Foreign Military Sales customers, which include all members of the P-3 airframe sustainment international working group, including the governments of Australia, Canada, Germany and Norway. Work will be performed in Marietta, Ga., and is expected to be completed in March 2013. 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-D-0015).

Accord MACTEC JV*, Santa Ana, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineering services to provide comprehensive environmental response, Compensation and Liability Act/Resource Conservation and Recovery Act/underground storage tanks environmental studies and other support services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). Work will be performed at Navy and Marine Corps installations and other Department of Defense installations within the NAVFAC Southwest AOR including, but not limited to, Calif. (90 percent), Ariz. (2 percent), Nev. (2 percent), N.M. (2 percent), Colo. (2 percent), and Utah (2 percent). The contract is expected to be completed by Mar. 2015. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) small business set-aside via the Navy Electronic Commerce Online website, with 12 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-D-0814).

General Dynamics – Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded $19,961,049 for delivery order under previously awarded firm-fixed-price contract (M67854-05-D-6014) for the Production Lot 3 (PL3) procurement of 20 full rate production Expeditionary Fire Support Systems (EFSS) together with their corresponding basic issue item kits, additional authorization list hardware. The EFSS provides all-weather, ground-based, close supporting, accurate, immediately responsive, and lethal indirect fires. The EFSS is defined as a launcher, mobility platform (prime mover), ammunition (not included in this order), ammunition supply vehicle, and technical fire direction equipment necessary for orienting the weapon on to an azimuth of fire and accurately computing firing data. Work will be performed in St. Aubin, France (63 percent), Robbins, N.C. (20 percent), and Forest, Va. (17 percent), and work is expected to be completed by April 22, 2012. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Maritime Systems & Sensors, Baltimore, Md., is being awarded a $14,078,054 modification to previously awarded contract (N00024-09-C-2303) for Littoral Combat Ship (LCS) class design services. These LCS class design services provide necessary engineering, program, and technical support for LCS class ships. This includes class baseline design services, class configuration management services, class documentation services, ship interim support, ship systems development, and other technical and engineering analyses. Work will be performed in Norfolk, Va. (41 percent), Moorestown, N.J. (16 percent), Baltimore, Md. (15 percent), Marinette, Wis. (14 percent), Washington, D.C. (8 percent), Arlington, Va. (6 percent), 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.

Ecology and Environment, Inc., Lancaster, N.Y., is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for design and/or engineering services for base development planning and engineering services for Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ) and other encroachment-related studies at various Navy and Marine Corps facilities and other government facilities worldwide. The preponderance of documents to be prepared under this contract are AICUZ documents including the following: detailed analysis of aircraft noise, accident potential, land use compatibility, operations alternatives, and potential solutions to both existing and potential incompatible land use problems. RAICUZ documents include the following: quantify range compatibility zones, aircraft noise zones and blast noise zones, develop strategies for lands affected by potential weapon impacts or noise impacts, and develop a strategy to promote compatible development on land within these areas. Work will predominantly be performed in Md. (25 percent), Va. (20 percent), N.C (20 percent), Fla. (20 percent) and Calif., (10 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 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 (contract number N62470-10-D-2024).

Contingency Response Services, LLC, Fort Worth, Texas, was awarded a $9,615,384 cost-plus-award-fee task order #JN09 on March 12, 2010, under a previously awarded indefinite-delivery/indefinite-quantity global contingency services contract (N62742-06-D-1113) for debris removal in Haiti. The work to be performed provides for removing concrete and organic rubble and debris and other selected material from right of way within the Turgeau area of Haiti or surrounding areas. Work will be performed in Turgeau, Haiti, and is expected to be completed by Apr. 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.


DEFENSE LOGISTICS AGENCY



Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a maximum $14,073,970 firm fixed price, sole source contract for inertial navigation units and common cockpit spare parts. There are no other locations of performance. Using service is Navy. 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 31, 2013. The contracting activity is the Defense Logistics Agency Procurement Operations, Philadelphia, Pa., (SPRPA1-09-G-002Y-0001).


AIR FORCE



Burnett Equipment, Inc., of Birmingham, Ala., was awarded a $12,497,882 contract which will provide Louden Crane System items to Tinker AFB, Oklahoma. At this time, no money has been obligated. OC-ALC/PKEA at Tinker Air Force Base, Oklahoma is the contracting activity. (FA8100-10-D-0003)


Another $175 million of your tax dollars spent. Ka ching.



Contracts for March 23, 2010

FOR RELEASE AT
5 p.m. ET No. 226-10
March 23, 2010

CONTRACTS

UNITED STATES TRANSPORTATION COMMAND



Air Transport International of Little Rock, Ark., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W001).

Evergreen International Airlines Inc., of McMinnville, Ore., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W002).

Federal Express Corp., of Washington, D.C., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W003).

National Air Cargo Group Inc., of Ypsilanti, Mich., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W004).

United Parcel Service Co., of Louisville, Ky., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W005).


NAVY



Suffolk Construction, Sarasota, Fla., is being awarded a $19,231,000 firm-fixed-price contract for design and construction of a physical fitness center at Marine Corps Base, Camp Lejeune. The work provides for design and construction of a Leadership in Energy and Environmental Design (LEED) “Gold” certified physical fitness center. Facility will be constructed as a destructive weather shelter for extreme wind events. The facility includes: indoor swimming pool, indoor running track, gymnasium with basketball/volleyball court and spectator seating, racquetball courts, unit physical training/group exercise room, aerobic/exercise area, a cardiovascular training area and a weight training/body development area. Space shall be provided for equipment storage/gear issue area, administrating area including private staff offices, a fitness assessment room, and a laundry facility, vending area, separate men/women/family locker area with showers, toilets and sauna. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $20,777,000. Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2012. 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 38 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-5317).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an $18,160,277 firm-fixed-price modification to a previously issued delivery order under a basic ordering agreement (N00019-08-G-0010) for the procurement of MH-60S armed helicopter mission kits, which consist of 36 integrated self defense (ISD) mission kits and 33 weapons kits. Work will be performed in Tallassee, Ala. (76.1 percent); Coxsackie, N.Y. (17.6 percent); Wichita, Kan. (4.3 percent); Valencia, Calif. (1 percent); and at various locations across the U.S. (1 percent) and is expected to be completed in January 2012. Contract funds in the amount of $1,487,432 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Defense and Civil Missions Solutions, Falls Church, Va., is being awarded a $15,397,523 firm-fixed-pricecontract to produce Global Broadcast Receive Suites for the Global Broadcast Service (GBS) program. Work will be performed in Falls Church, Va. (82.5 percent), and Reston, Va.(12.5 percent) and is expected to be completed by March 2012. Contract funds will not expire at the end of the current fiscal year.This contract was not competitively procured. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-C-0059).

L-3 Communications Flight International, Newport News, Va., was awarded a $12,133,358 modification to a previously awarded firm-fixed-price, indefinite-/ndefinite-quantity contract (N00019-09-D-0018) for commercial air services, military operations support. This modification provides airborne threat simulation training for shipboard and aircraft squadron weapon systems operators and aircrew, to enhance abilities to counter potential enemy electronic warfare and electronic attack operations in an electronic combat environment. Work will be performed in Newport News, Va. (50 percent) and San Diego, Calif. (50 percent) and is expected to be completed in October 2010. 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.

Correction: The contract modification award initially listed to be awarded March 19, 2010, to DynCorp International LLC, Fort Worth, Texas (N62732-08-C-1115) for $34,486,995 will be executed after 1700, March 23, 2010.


ARMY



QinetiQ of North America, Reston, Va., was awarded on Mar. 19, 2010 a $19,533,000 firm-fixed-price contract for the Man-Wearable Gun Shot Detection Systems. Work is to be performed in Cheswick, Pa., with an estimated completion date of Mar. 19, 2012. Bids were solicited on the World Wide Web with one bid received. Research, Development & Engineering Command Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-10-D-0021).

South Carolina Commission for the Blind, Columbia, S.C., was awarded on Mar. 19, 2010 a $18,831,610 cost-plus-award-fee contract for full food services at Fort Jackson, S.C. Work is to be performed in Fort Jackson, S.C., with an estimated completion date of Feb. 29, 2012. One bid was solicited with one bid received. Mission & Installation Contracting Command, MICC Center-Fort Bragg, N.C., is the contracting activity (W91247-10-C-0022).

The Korte Co., St. Louis, Mo., was awarded on Mar. 18, 2010 a $9,777,181 firm-fixed-price contract for the design and construction of a 23,390 square foot Child Development Center at Vandenberg Air Force Base, Calif. The project included infant, pre-toddler, toddler, pre-school rooms, kitchen, administrative, and lobby areas. This project includes all utilities, site work, pavements, and outdoor play areas. The design shall be LEED Silver certified and complies with all codes and standards, including the Vandenberg AFB Excellence Standards 2008. Work is to be performed at Vandenberg Air Force Base, Calif., with an estimated completion date of Sept. 10, 2011. Bids were solicited via fbo.gov with 20 bids received. U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-10-C-0018).

Lord Electric Co., of Puerto Rico, Inc., San Juan, Puerto Rico., was awarded on Mar. 18, 2010 a $9,506,464 firm-fixed-price contract for the design and construction of a substation project at Fort Buchanan, Puerto Rico. Work is to be performed in Fort Buchanan, Puerto Rico., with an estimated completion date of Apr. 18, 2011. Fifty bids were solicited with four bids received. U.S. Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0032).

Gichner Systems Group, Inc., Dallastown, Pa., was awarded on Mar. 19, 2010 a $8,241,476 firm-fixed-price contract to procure 20 each 1 Side Amp Expandable Shelters & 28 each 1 side 100 AMP Expandable Shelters. Work is to be performed in Dallastown, Pa., with an estimated completion date of July 15, 2010. Bids were solicited through the World Wide Web with two bids received. Research, Development & Engineering Command Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W58P05-05-D-0004).

Duncan & Thompson Construction Services, LLC., Birmingham, Ala., was awarded on Mar. 19, 2010 a $7,182,818 firm-fixed-price contract for the renovations of the Nursing Home Care Unit (NHCU) at the Veterans Affairs Medical Center, Tuscaloosa, Ala. Work is to be performed in Tuscaloosa, Ala., with an estimated completion date of Mar. 30, 2012. Bids were solicited through the World Wide Web with nine bids received. U.S. Army Corps of Engineers, Mobile District, Mobile, Ala., is the contracting activity (W91278-10-C-0042).


AIR FORCE



Mantech SRS Technologies, Inc., of Arlington, Va., was awarded a $15,422,664 contract which will provide system engineering and integration services to support launch and range systems wing by providing space launch operations for current and future launches. At this time, the entire amount has been obligated. SMC/LRSW, El Segundo, Calif., is the contracting activity (FA8811-10-C-0002).

Honeywell Technology Solutions, Inc., of Colorado Springs, Col., was awarded a $26,900,000 contract which will provide the Hawaii Tracking Station part of the Air Force satellite control network. At this time, the entire amount has been obligated. SCNG/PK, El Segundo, Calif., is the contracting activity (FA4701-02-D-0006).

United Launch Services of Littleton, Col., was awarded an $18,377,691 contract which will support the Department of Defense’s assured access to space efforts by implementing FY10 Project Improvement-Ordnance Box and FY10 Fleet Standardization-Metallic LOX Skirt capability improvement projects under the Evolved Expendable Launch Vehicle Launch Capabilities contract. At this time, $9,952,220 has been obligated. SMC/LR, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002).


Another $4,420.5 million of your tax dollars spent. Ka ching.


http://www.defense.gov/contracts/contract.aspx?contractid=4244">Contracts for March 24, 2010

FOR RELEASE AT
5 p.m. ET No. 232-10
March 24, 2010

CONTRACTS

AIR FORCE



Northrop Grumman of San Diego was awarded a $50,000,000 cost plus fixed fee/firm fixed price contract which will provide Global Hawk Enhanced Integrated Sensor suite interim repair capability separate from the productions repair line. It also provides additional specialized test equipment to support the current datalink repair line as well as additional test equipment to support the current integrated mission management controller repair line. At this time no money has been obligated. 560 ACGS/GFKAB is the contracting activity (FA8620-08-G-3005).


NAVY



ITT Corp., Electronic Systems Radar Systems - Van Nuys, Calif., is being awarded a $19,326,594 modification to previously awarded contract (N00024-09-C-5395) for AN/SPS-48G(V) radar modification kits to support the Recovery Obsolescence Availability Radar (ROAR) used to enhance Launch on Search (LOS) capability aboard U.S. Navy ships. AN/SPS-48’s are radars that are installed on USN ships to enhance capability of missile guidance. The modification kits are expected to increase operational availability and decrease operating and support costs. Work will be performed in Van Nuys, Calif. (63 percent), San Diego (20 percent), and Johnstown, Pa. (17 percent), and is expected to be completed by April 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-MS2, Liverpool, N.Y., is being awarded a $12,184,725 firm-fixed-price, cost-plus-fixed-fee modification under an existing contract (N00024-08-C-6282) to exercise an option for the production and support of Multi Function Towed Arrays (MFTAs) for the AN/SQQ-89A(V)15 Antisubmarine Warfare (ASW) Combat Systems. The MFTA is the next generation passive and active sonar receiver. It affords several enhancements to the AN/SQR-19 Tactical Towed Array System (TACTAS) allowing greater coverage, increased capability/reliability, and reduced obsolescence. MFTA significantly contributes to the capability of surface ships to detect, localize and prosecute undersea threats and is a critical sensor to a combat systems suite. Work will be performed in Syracuse, N.Y. (60 percent); Baltimore, Md. (20 percent); Cleveland, Ohio (14 percent); and Phoenix, Ariz. (6 percent), and work is expected to be complete by December 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.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $11,764,421 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0060) for the procurement of six spare AE1107C engines for the U.S. Air Force CV-22 aircraft. Work will be performed in Indianapolis, Ind., and is expected to be completed in December 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.

Professional Contract Services, Inc., Austin, Texas, is being awarded an $8,598,299 firm-fixed price, indefinite-delivery/indefinite-quantity contract for base operating services at Naval Medical Center Portsmouth (NMCP). The work to be performed provides for, but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform hospital and clinic housekeeping services; heating ventilating, air conditioning maintenance and repair; water treatment services; automated grease digest systems maintenance; automatic door maintenance and repair; emergency generator maintenance and repair; entrance gates and roving guard services; hospital cart washer repairs; building re-lamping services; hospital medical gas system maintenance and repairs; and hospital firestop inspection and repair at the Naval Medical Center Portsmouth, Va. and its outlying clinics in the Hampton Roads area. Work will be performed in Portsmouth, Va. and outlying clinics in the Hampton Roads area and is expected to be complete by September 2010. Contract funds will expire at the end of the current fiscal year. This contract is a sole source award to an AbilityOne participating nonprofit agency pursuant to the Javits-Wagner-O'Day Act and the Federal Acquisition Regulation Part 8. The Naval Facilities Engineering Command Mid Atlantic is the contracting activity (N40085-10-D-3017).

Critical Solutions International, Inc., Carrollton, Texas, is being awarded $7,166,816 for firm-fixed-price delivery order #0004 under a previously awarded contract (M67854-09-D-5115) to provide spare parts to the Vehicle Mounted Mine Detectors (VMMD) System. Work will be performed in South Africa, and work is expected to be completed November 2010. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $5,862,927 modification to previously awarded contract (N00024-07-C-5437) to exercise options for engineering and technical services in support of the MK15 Phalanx Close-In-Weapon System. Phalanx Close-In Weapon System is a fast reaction terminal defense against low and high flying, high-speed maneuvering anti-ship missile threats that have penetrated all other ships’ defenses. The Phalanx Close-In Weapon System is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating other defense envelopes. Phalanx Close-In Weapon System is currently installed on approximately 187 U.S. Navy ships and is in use in 20 foreign navies. Work will be performed in Tucson, Ariz., and is expected to be completed by September 2010. Contract funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.


DEFENSE LOGISTICS AGENCY



Government Scientific Source, Reston, Va.*, is being awarded a maximum $15,000,000 fixed price with economic price adjustment, indefinite quantity and indefinite delivery contract for laboratory supplies and wares purchases. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The original proposal was Web solicited with eight responses. Contract funds will expire at the end of the current fiscal year. This contract is exercising the first of four one-year option periods. The date of performance completion is Mar. 26, 2011. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM2DE-09-D-7339).

*Veteran Owned Small Business


Another $130 million of your tax dollars spent. Ka ching.


Contracts for March 25, 2010


FOR RELEASE AT
5 p.m. ET No. 233-10
March 25, 2010

CONTRACTS

NAVY



Raytheon Co., Space and Airborne Systems, Goleta, Calif., is being awarded an $89,489,433 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0052) to exercise an option for the procurement of 96 Lot 12 full-rate production AN/ALR-67(V)3 radar warning receivers for the Navy (68) and the governments of Switzerland (25) and Australia (three), including supplies and services. The AN/ALR-67A(V)3, which is installed on the F/A-18E/F aircraft, provides accurate identification, lethality, and azimuth displays of hostile and friendly emitters. Work will be performed in Goleta, Calif. (41 percent); Lansdale, Pa. (18 percent); Forest, Miss. (12 percent); Chatsworth, Calif. (11 percent); San Diego, Calif. (10 percent); Sydney, Australia (4 percent); Milwaukie, Ore. (2 percent); and McKinney, Texas (2 percent), and is expected to be completed in December 2012. Contract funds will not expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($65,435,236; 73 percent), and the governments of Switzerland ($20,221,477; 23 percent) and Australia ($3,832,750; 4 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ERAPSCO, Inc., Columbia City, Ind., is being awarded a $59,993,918 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 7,096 AN/SSQ-36B sonobuoys; 48,749 AN/SSQ-53F sonobuoys; and 14,449 AN/SSQ-62E sonobuoys in support of Navy antisubmarine forces for the mission of detection, classification, and localization of adversary submarines during peacetime and combat operations. Work will be performed in DeLeon Springs, Fla. (52 percent), and Columbia City, Ind. (48 percent), and is expected to be completed in March 2012. Contract funds in the amount of $192,293 will expire at the end of the current fiscal year. This contract was competitively procured by a limited source Lowest Price Technically Acceptable competition with three firms solicited and one offer received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-10-D-0011).

AeroAstro, Inc., Ashburn, Va., is being awarded a $37,923,746 cost-plus-fixed-fee completion contract for the purchase of a highly-capable, low-jitter, high-accuracy spacecraft bus to support the Joint Milliarcsecond Pathfinder Survey mission. This bus will be designed, built, and tested by AeroAstro, and will use the spacecraft conceptual design that was developed as part of the enhancement of the Small Business Innovative Research Phase II effort. This contract contains an option which. if exercised, will bring the contract value to $42,110,248. Work will be performed in Ashburn, Va., and work is expected to be completed March 2012. Contract funds will not expire at the end of the current fiscal year. This was a competitive award under the SBIR Phase III award authorized under 10 U.S.C. 2304(c)(5). Naval Research Laboratory, Washington, D.C., is the contracting activity (N000173-10-C-2012).

Martin-Baker Aircraft Co., Ltd., Middlesex, England, is being awarded an $18,188,511 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0011) to exercise an option for 71 Navy aircrew common ejection seats for the Navy, including production support services. In addition, this option provides for the procurement of associated hardware, equipment, and technical data for the governments of Canada, Australia, and Kuwait. Work will be performed in Middlesex, England (50 percent), and Johnstown, Pa. (50 percent), and is expected to be completed in December 2011. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy and Marine Corps ($17,819,662; 98 percent), and the governments of Australia ($169,839; .93 percent), Canada ($103,549; .56 percent), and Kuwait ($95,461; .52 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Team Logistics JV, Fairfax, Va., is being awarded a $17,357,014 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-01-D-0239) to exercise an option for 433,937 hours of maintenance planning and design interface and management support services for the Naval Air Systems Command, Patuxent River, Md.; the Naval Air Warfare Center Aircraft Division, Patuxent River, Md. and the Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. These services include evaluating initial designs and proposed design changes, maintenance planning, and sustaining maintenance plans. Work will be performed in Patuxent River, Md. (90 percent), and Lakehurst, N.J. (10 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 Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Fairfax, Va., is being awarded a $12,417,483 modification to previously awarded contract (N00024-09-C-5396) for the exercise of a cost-plus-fixed-fee option for fiscal 2010 engineering services in support of the Surface Electronic Warfare program (SEWIP) Block 1B and firm-fixed-price options for fiscal 2010 SEWIP Block 1B1 production units and spares as well as Block 1B2 production units, modification kits, and spares. The SEWIP Block 1 provides enhanced electronic warfare capabilities to existing ship combat systems to improve anti-ship missile defense, counter-targeting and counter-surveillance capabilities, and improved battlefield situational awareness. Work will be performed in Fairfax, Va. (65 percent), and Annapolis Junction, Md. (35 percent), and is expected to be completed by December 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.

Serco Inc., Reston, Va., is being awarded an $11,366,107 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for support for the Hazardous Materials Control and Management program. This contract includes three one-year option periods which, if exercised, bring the total value of the contract to $84,741,244. Work will be performed in various locations inside and outside the continental United States, and is expected to be completed by September 2013. Contract funds will not expire before the end of the fiscal year. This contract was competitively procured through Navy Electronic Commerce Online Web site, with two offers received. The Fleet and Industrial Supply Center Norfolk, Philadelphia Division, Philadelphia, Pa., is the contracting activity (N00140-10-D-Z029).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $10,964,857 cost-reimbursement delivery order against a previously issued basic ordering agreement (N00421-05-G-0001) for Phase 1.5 of the E-2C aircraft alternate core open architecture program. Phase 1.5 of this program will improve the core capability of the existing mission computer (MC) that enables fast platform integration and risk reduction by reuse of existing MC components. Work will be performed in Bethpage, N.Y., and is expected to be completed in July 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.

Utah State University Research Foundation, Logan, Utah, is being awarded a $9,999,998 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for design, development, testing, and fielding of future surveillance, reconnaissance, and targeting systems for aircraft and ship operation and performance. Work will be performed in Logan, Utah (95 percent), and China Lake, Calif. (5 percent), and is expected to be completed in November 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-10-D-0017).

L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $9,177,283 modification to a previously awarded firm-fixed-priced, indefinite-delivery/indefinite quantity contract (N00421-09-D-0009) to exercise an option for technical and engineering services in support of the Naval Air Warfare Center Aircraft Division’s Structures Division (AIR-4.3). Work will be performed in Lexington Park, Md., 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 Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Science Applications International Corp., San Diego, is being awarded an $8,989,380 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for Technical Assistance for Repairables Processing services. This contract includes a one-year base period and four one-year option periods which, if exercised, bring the total value of the contract to $47,008,054. Work will be performed in San Diego (24 percent); Philadelphia, Pa. (5 percent); Mechanicsburg, Pa. (5 percent); and various locations inside and outside the continental United States (66 percent). Work is to be completed by March 2011. Contract funds will not expire before the end of the current fiscal year. This contract was competitively procured through the Navy Electronic Commerce Online Web site, with one offer received. The Fleet and Industrial Supply Center Norfolk, Philadelphia Division, Philadelphia, Pa., is the contracting activity (N00189-10-D-Z010).

EG&G Technical Services, Inc., Germantown, Md., is being awarded $6,464,576 for task order #0092 under previously awarded contract (M67854-02-A-9011). The scope of this effort is to provide on-going technical, programmatic, and logistics support for the Marine Corps Systems Command, Armor and Fire Support Systems, Fire Support Systems (FSS) program office. Current FSS programs include the expeditionary fire support system (EFSS); the precision extended range munitions for EFSS; the high mobility artillery rocket system; the common laser rangefinder; the true north module; the portable lightweight designator rangefinder; the thermal laser spot imager; the modeled meteorological information manager; the ground counter fire sensor; and several other legacy systems. The scope of requirements includes providing support to the FSS program management office as well as supporting the three FSS sub-teams (weapons team, target acquisition team, and the program support team) and supporting the Internally Transportable Vehicle program’s fielding efforts. Work will be performed in Marine Corps Command organizations at Quantico, Va., and is expected to be completed in April 2011. Contract funds in the amount of $3,185,000 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.


AIR FORCE



General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a $26,568,121 contract which will provide for the design and development of cockpit/human machine interfaces to build the foundation for ground control station flexibility and growth through an open, modular software approach. At this time, $19,736,066 has been obligated. 703 AESG/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-05-G-3028).

United Launch Services, Littleton, Colo., was awarded an $18,377,691 contract which will support the Department of Defense’s assured access to space efforts by implementing fiscal 2010 project improvement-ordnance box and fiscal 2010 fleet standardization-metallic LOX skirt capability improvement projects under the Evolved Expendable Launch Vehicle Launch capabilities contract. At this time, $959,219 has been obligated. SMC/LR, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002).

Jacobs Technology, Inc., Tullahoma, Tenn., was awarded a $9,718,603 contract which will provide one year of contractor support for design, construction, reconfiguration, modification, test operations, and maintenance of experimental and support facilities used to perform research and development of rocket propulsion, space systems, and their components under the research operations support services contract. At this time, $4,192,135 has been obligated. 703 AFFTC/PK, Edwards Air Force Base, Calif., is the contracting activity (F04611-99-C-0003 P00134).

Calspan Corp., Buffalo, N.Y., was awarded an $8,805,257 contract which will provide the U.S. Air Force Test Pilot School variable stability aircraft support. At this time, no money has been obligated. AFFTC/PKEW, Edwards Air Force Base, Calif., is the contracting activity (FA9302-10-D-0001).

Lockheed Martin Corp., Marietta, Ga., was awarded a $7,143,419 contract which will provide C-5 Avionics Modernization Program Lot VII components for one lot of C-5 avionics program kits, one lot of C-5 aircrew training device kits, one lot of readiness spares packages, and one lot of peacetime operating spares. At this time, $7,143,419 has been obligated. 703 AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-98-C-0006).

Wyle Laboratories, Inc., Huntsville, Ala., was awarded a $6,698,562 contract which will provide support for a reliability information analysis center for research, test, and development, and deliver life-cycle cost estimates, alternatives analysis, requirements analysis, costs estimate methodology matrices, engineering performance analysis, and final baseline life cycle cost estimate performance studies. At this time, $244,000 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005).


DEFENSE LOGISTICS AGENCY



Data Link Solutions, LLC, Cedar Rapids, Iowa, is being awarded a maximum $5,689,722 firm-fixed-price, sole-source contract for F-15 aircraft fighter data link system spare parts and installs. Other location of performance is in New York. Using services are Foreign Military Sales for Singapore, Japan, and Saudi Arabia. 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 June 30, 2011. The Defense Logistics Agency, Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-10-C-0010).


Another $365 million of your tax dollars spent. Ka ching.


Contracts for March 26, 2010


FOR RELEASE AT
5 p.m. ET No. 236-10
March 26, 2010

CONTRACTS


ARMY



AM General, LLC, South Bend, Ind., was awarded on March 22 a $317,961,404 firm-fixed-price contract to add 2,122 high mobility multi-purpose wheeled vehicles to contract. Work is to be performed in Mishawaka, Ind., with an estimated completion date of Dec. 31, 2010. One bid was solicited with one bid received. TACOM Warren, AMSTA-AQ-ATCA, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

Hellfire Systems, LLC, Orlando, Fla., was awarded on March 24 a $268,750,936 firm-fixed-price contract for fiscal 2010 option exercise for a total quantity of 3,955 HELLFIRE II missiles. Work is to be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2013. One bid was solicited with one bid received. U.S. Army Contracting Command, AMCOM Contracting Center Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0361).

EG&G Defense Materials, Inc., Tooele, Utah., was awarded on March 23 a $181,291,800 cost-plus-fixed-fee contract for Phase 2 chemical agent munitions disposal systems (CAMDS) closure, CAMDS & Deseret Chemical Depot secondary waste and GA/Lewisite Disposal. Work is to be performed in Tooele, Utah, with an estimated completion date of July 30, 2015. One bid was solicited with one bid received. Army Contracting CMD-Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (DACA97-89-C-0076).

Oshkosh Corp., Oshkosh, Wis., was awarded on March 22 a $41,941,800 firm-fixed-price contract for the procurement of 1,080 rocket propelled grenade protection kits. 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, AMSCC-ASCA, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Walbridge, Detroit, Mich., was awarded on March 23 a $40,686,943 firm-fixed-price contract. This project consists of the design and construction of three tactical equipment maintenance facilities (TEMFS) for a sustainment bridge, Joint Land Attack Cruise Missile Defense Elevated Netted Sensor System battery and Terminal High-Altitude Area Defense battery at Fort Bliss, Texas. The project construction shall be on three nearby but separate sites on Fort Bliss. Each TEMFS will provide facilities for the purpose of maintaining and repairing tactical organizational equipment and vehicles, a complex with repair and maintenance bays, equipment and parts storage, administrative offices, secure vaults, oil storage buildings, hazardous material storage, and other supporting facilities such as organizational storage buildings. Work is to be performed in Fort Bliss, Texas, with an estimated completion date of Dec. 30, 2011. Bids were solicited via World Wide Web with four bids received.

Alliance Construction Solutions of Wyoming, Cheyenne, Wyo., was awarded on March 22 an $8,636,000 firm-fixed-price contract for the construction of a training support center at Fort Carson, Colo. Work is to be performed in Fort Carson, Colo., with an estimated completion date of Sept. 1, 2011. Bids were solicited on the World Wide Web with 20 bids received. U.S. Army Corps of Engineers, Omaha District, Omaha, N.E., is the contracting activity (W9128F-10-C-0013).

Raytheon Systems Co., McKinney, Texas, was awarded on March 22 a $7,906,132 firm-fixed-price contract for the procurement of 26 improved target acquisition sub-systems. Work is to be performed by Oct. 31, 2012. One bid was solicited with one bid received. U.S. Army Contracting Command Aviation & Missile Command Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0490).

Teledyne Scientific and Imaging, LLC, West Palm Beach, Fla., was awarded on March 19 a $6,763,839 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency program that will revolutionize the underlying technologies for unmanned sensor systems. This effort seeks to emulate the mammalian visual pathway by implementing advanced models and algorithmic emulations of the entire visual pathway from retina to the visual cortex. Work is to be performed in West Palm Beach, Fla. (35.8 percent); LaJolla, Calif. (13.2 percent); Berkeley, Calif. (11.5 percent); Berkeley, Calif. (10.2 percent); Cambridge, Mass. (12.1 percent); Santa Clara, Calif. (7.4 percent); Stanford, Calif. (2.9 percent); and Bedford, Mass. (6.9 percent), with an estimated completion date of Sept. 18, 2011. Bids were solicited on the World Wide Web with 14 bids received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-10-C-0032).


NAVY



VT Halter Marine, Inc, Pascagoula, Miss., is being awarded a $165,361,305 not-to-exceed firm-fixed-price modification to previously awarded contract (N00024-06-C-2212) for the detail, design, and construction of the fourth Egyptian navy Fast Missile Craft under the Foreign Military Sales program. The effort will also include technical manuals, crew familiarization training, and technical and supply support. The efforts required include all hardware, software, licensing, design engineering, production engineering, manufacturing, test engineering, technical documentation, training, spares procurement, and program management through delivery. Work will be performed in Pascagoula, Miss. (57 percent); Manassas, Va. (12 percent); Wyndmoor, Pa. (12 percent); Linthicum, Md. (9 percent); and other locations (10 percent), and is expected to be completed by December 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.


Raytheon Co., Tucson, Ariz., is being awarded a $101,636,713 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0093) for the procurement of 313 full rate production Lot 6 (FRP-6) AGM-154C-1 Unitary Joint Stand-Off Weapon missiles, including associated support equipment. In addition, this modification provides for one AGM-154C-1 for performance characterization test. Work will be performed in Dallas, Texas (44 percent); Cedar Rapids, Iowa (24 percent); Tucson, Ariz. (22 percent); and McAllester, Okla. (10 percent), and is expected to be completed in March 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $59,662,245 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0096) for the procurement of 18 full-rate production Lot VIII AN/AQS-22 Airborne Low Frequency Sonar helicopter dipping sonar systems and two sonar transmitter/receiver weapon replaceable assemblies for the MH-60R program. Work will be performed in Brest, France (72 percent); Portsmouth, R.I. (26 percent); and Gaithersburg, Md. (2 percent), and is expected to be completed in May 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.

Simmonds Precision Products, Inc., dba Goodrich Fuel and Utility Systems, Vergennes, Vt., is being awarded a $13,642,763 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0298) to exercise an option for the procurement of various integrated mechanical diagnostics system kits and delta parts in support of MH-60R/S helicopters. Work will be performed in Vergennes, Vt., 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.

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $9,089,490 firm-fixed-price not-to-exceed delivery order #0002 to basic ordering agreement N00024-06-G-5109 for the procurement of stable master oscillator ordinance alteration kits for CG 55, 60, 62, and DDG 53 ship sets. Work under the not-to-exceed delivery order will be performed in Sudbury, Mass. (55.5 percent); Andover, Mass. (28.9 percent); and Norfolk, Va. (15.6 percent), and is expected to be completed by January 2012. Contract funds will not expire at the end of the current fiscal year. This not-to-exceed basic ordering agreement delivery order 0002 was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an $8,418,042 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for the VH-3D executive helicopter special progressive aircraft rework induction. Work will be performed in Stratford, Conn., and is expected to be completed in June 2011. Contract funds in the amount of $8,418,042 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $6,965,693 modification to a previously awarded contract (N00024-07-C-5431) for funding for savings on value engineering change proposals for warhead fairing, dual band antenna, telemetric data transmitting set, rear receiver, Unit 10 front microwave receiver, power converter, two-piece Marmon clamp, and control section component parts of the Evolved Seasparrow Missile.. Work will be performed in Tucson, Ariz. (45 percent), Camden, Ark. (2 percent), Andover, Mass. (10 percent), Australia (11 percent), Canada (7 percent), Denmark (1 percent), Greece (1 percent), Germany (8 percent), The Netherlands (6 percent), Norway (5 percent), Spain (3 percent), and Turkey (1 percent), and is expected to be completed by August 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Space and Mission Systems Corp., Herndon, Va., is being awarded a $6,291,556 cost-plus-fixed fee contract for AEGIS engineering and technical services. This procurement shall furnish engineering, technical, computer programming, materials management, and specified logistics services necessary to support AEGIS Combat System; major weapon systems programs; and test and evaluation and post event analysis. Support services shall be required at shore sites, land based test facilities, shipyards, and aboard ships in port and at sea for the United States, allied nations, and Foreign Military Sales customers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $9,980,755. This contract combines purchases for the U.S. Navy (84 percent) and the governments of Australia (6 percent), Japan (5 percent), and Spain (5 percent) under the Foreign Military Sales program. Work will be performed in Port Hueneme, Calif. (65 percent), San Diego, Calif. (15 percent), Dahlgren, Va. (10 percent), and Pearl Harbor, Hawaii (10 percent), and is expected to be completed by September 2010. Contract funds in the amount of $1,384,142 will expire at the end of the current fiscal year. This contract was not competitively procured. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity (N63394-10-C-1201).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $5,944,064 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of 124 ARC-210 RT-1824(C)/ARC receiver transmitters for the F/A-18E/F and EA-18G aircraft. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2010. 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



ExxonMobil Fuels Marketing Co., Fairfax, Va., is being awarded a maximum $13,373,066 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for aviation fuel. Other location of performance is in Louisiana. Using services are Foreign Military Sales for Israel. The original proposal was Web solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is April 30, 2010. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0480).

Mansfield Oil Co.*, Gainsville, Ga., is being awarded a minimum $5,990,062 fixed-price with economic price adjustment for fuel. Other locations of performance include California, Utah and Arizona. Using services are Army and federal civilian agencies. The original proposal was Web solicited with forty-eight responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2012. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-4517).

Falcon Fuels, Inc.*, Paramount, Calif., is being awarded a minimum $5,695,980 fixed-price with economic price adjustment contract for fuel. Other locations of performance are throughout California. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The original proposal was Web solicited with forty-eight responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2012. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-4513).

*Small business


Another $1,250 million of your tax dollars spent. Ka ching.
Printer Friendly | Permalink |  | Top
Solly Mack Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Mar-27-10 08:48 AM
Response to Original message
1. K&R
Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Mar-27-10 08:49 AM
Response to Original message
2. k/r
Printer Friendly | Permalink |  | Top
 
Urban Prairie Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Mar-27-10 09:02 AM
Response to Original message
3. Those billions of borrowed funds
Edited on Sat Mar-27-10 09:03 AM by Urban Prairie
Could be better spent on our nation's infrastructure, social services, and job creation, which results in getting a return on the money. It is like beefing up security for a bank to protect it from robbers, while it is being burned down by arsonists.
Printer Friendly | Permalink |  | Top
 
HughMoran Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Mar-27-10 09:06 AM
Response to Original message
4. I know a lot of people who used to work in electronics manufacturing that work under those contracts
Too bad they couldn't be building something useful versus stuff to kill people.
Printer Friendly | Permalink |  | Top
 
FormerDittoHead Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Mar-27-10 09:27 AM
Response to Reply #4
6. ...the vast majority of which will never be used.
I mean, if we HAD to kill people with the stuff to "protect our interests" that would be a shame, but most of this stuff WILL NEVER BE USED.

Seriously - it's better to build bridges which will rarely be used than build the vast majority of this stuff.
Printer Friendly | Permalink |  | Top
 
FormerDittoHead Donating Member (1000+ posts) Send PM | Profile | Ignore Sat Mar-27-10 09:25 AM
Response to Original message
5. I can't HEAR MYSELF THINK over all of the OUTRAGE from the right over all this gov't spending!
Edited on Sat Mar-27-10 09:25 AM by FormerDittoHead
And yet my community BBS got slammed with this outrage over the $24 MILLION (OMG! That's a FORTUNE!) that SS is spending to upgrade its computers:

http://www.factcheck.org/2009/12/electronic-medical-records-for-congress/

Of course the trolls exorcised over $24 million have forgotten that the Clinton blow-job investigation cost more...
ref: http://www.cnn.com/ALLPOLITICS/1998/04/01/starr.costs/
Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Mon Mar-29-10 08:47 AM
Response to Original message
7. Bump
Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Mon Mar-29-10 03:01 PM
Response to Original message
8. Bump
Printer Friendly | Permalink |  | Top
 
leftstreet Donating Member (1000+ posts) Send PM | Profile | Ignore Mon Mar-29-10 03:03 PM
Response to Original message
9. I for one am proud to sacrifice Single Payer for freedom from Terra
:eyes:

K&R
Printer Friendly | Permalink |  | Top
 
Echo In Light Donating Member (1000+ posts) Send PM | Profile | Ignore Tue Mar-30-10 05:17 PM
Response to Original message
10. Bump (and btw, 'no prob!)
;)
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 Wed Apr 24th 2024, 02:33 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