http-equiv='refresh'/> Consfearacynewz: DoD News: Contracts for August 02, 2012

Friday, August 3, 2012

DoD News: Contracts for August 02, 2012

U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contracts



U.S. SPECIAL OPERATIONS COMMAND
GATR Technologies, Inc., Huntsville, Ala., is being awarded a $37,000,000 single-award indefinite-delivery/indefinite-quantity contract for the GATR inflatable antenna, components, technical support, and training in support of U.S. Special Operations Command. The anticipated period of performance is not to exceed five years. The place of performance is Huntsville, Ala. U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-12-D-0016).
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $1,800,000 minimum, $45,889,155 maximum, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Common Avionics Architecture System component parts. The parts will be manufactured and produced at the Rockwell Collins facility in Cedar Rapids, Iowa. U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92241-12-D-0007).
NAVY
Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $26,159,047 cost-plus-fixed-fee contract to provide for the procurement of security hardware, associated software, equipment installation, system test, accreditation, certification and delivery of Nuclear Weapon Security (NWS) system equipment at Navy Installations. This contract contains options, which, if exercised, will bring the contract value to $37,612,863. Work will be performed in Kings Bay, Ga. (43.14 percent); Sunnyvale, Calif. (21.90 percent); Silverdale, Wash. (16.28 percent); Pittsfield, Mass. (9.75 percent); Cape Canaveral, Fla. (5.95 percent); and Simpsonville, S.C. (2.98 percent). Work is expected to be completed Jan. 30, 2013. Work will continue through March 31, 2015, if all options are exercised. Contract funds in the amount of $512,410 will expire at the end of the current fiscal year. This contract was not competitively procured. Lockheed Martin Space Systems is the only known source with the critical experience, expertise, personnel, facilities, and in-depth knowledge of the NWS system equipment required. The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0023).
TEC-AECOM Pacific, J.V., Charlottesville, Va., is being awarded $19,833,921 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-11-D-1801) to exercise the first option period for architect-engineering services for preparation of National Environmental Policy Act documents and environmental studies and technical services related to such documents as may be requested by activities in the Naval Facilities Engineering Command Pacific area of responsibility and may include services for other Department of Defense or federal agencies. No task orders are being issued at this time. After award of this option, the total cumulative contract value will be $50,000,000. Work will be performed at various installations in Navy and Marine activities, Pacific Basin and Indian Ocean Areas, and is expected to be completed August 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Computer Sciences Corp., Norco, Calif., was awarded a $14,861,559 modification on Aug. 1 to a previously awarded contract (N63394-12-C-5001) for continued information technology, technical, engineering, operational and ancillary services at the Naval Surface Warfare Center (NSWC), Corona Division. Services will be required at the NSWC, Corona facility, land-based test facilities, and aboard ships in ports and at sea. Work will be performed in Norco, Calif., and is expected to be completed by February 2013. Contract funds in the amount of $2,000,000 will expire at the end of the current fiscal year. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity.
Cubic Defense Systems, Inc., San Diego, Calif., is being awarded an $8,704,580 firm-fixed-price, cost-plus-fixed-fee contract for a Communication Data Link Subsystem (CDLS) and Modified KI-11A subsystems. Antenna systems will become part of the only CDLS CVN variant capable of multiple link capability in support of helicopters accomplishing an anti-submarine warfare mission. The KI-11 upgrade will provide a form, fit, function replacement of the CDLS communications security equipment in order to comply with National Security Administration standards for chip replacement. This contract includes options, which, if exercised, would bring the cumulative value of the contract to an estimated $18,662,816. Work will be performed San Diego, Calif., and is expected to be completed February 2014. Work could continue until February 2018, if all options are exercised. Contract funds will not expire at the end of the current fiscal year. This contract was sole sourced and synopsized via the Space and Naval Warfare Systems Business Opportunity website and Federal Business Opportunities website. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-12-C-0084).
DEFENSE LOGISTICS AGENCY
Freeman Holdings, L.L.C., dba Million Air Topeka*, Topeka, Kan., was awarded contract SP0600-12-D-0068. The award is a fixed-price with economic price adjustment contract with a maximum $22,460,269 for fuel. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital Funds. There was one response to the Web solicitation. The date of performance completion is Sept. 30, 2016. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity.
NeuroLogica Corp.*, Danvers, Mass., was issued a modification exercising the second option on contract SPM2D1-10-D-8345/P00003. The award is a fixed-price with economic price adjustment contract with a maximum $12,000,000 for radiology systems, components, upgrades, accessories, and installation. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 48 responses to the Web solicitation. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is Aug. 4, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Ultrasonix Medical Corp.*, Las Vegas, Nev., was issued a modification exercising the first option on contract SPM2D1-11-D-8341/P00001. The award is a fixed-price with economic price adjustment contract with a maximum $12,000,000 for radiology systems, components, upgrades, accessories, and installation. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There were 48 responses to the Web solicitation. The date of performance completion is Aug. 3, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
DEFENSE THREAT REDUCTION AGENCY
Luminex Corp., Austin, Texas, is being awarded an $11,640,787 cost-plus-fixed-fee contract for development of a flexible and highly portable diagnostic instrument that will be capable of rapid detection of biothreat agents and host response biomarkers that are indicative of systemic disease. Work will be performed at Austin, Texas, and is expected to be completed January 2016. Contract funds will not expire at the end of the current fiscal year. Solicitation was issued for full and open competition and 56 proposals were received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-12-C-0072).
AIR FORCE
Performance Systems, Inc., Fruitland, Idaho (FA4620-12-D-B006); Pine-Takisaki 8A, J.V., Spokane, Wash. (FA4620-12-D-B007); and Jabez Holdings, Inc., Federal Way, Wash. (FA4620-12-D-B008), have each been awarded a basic contract under the aggregate $7,000,000 indefinite-delivery/indefinite-quantity multiple award contract. The contract is awarded to provide general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. There is an additional task order, 0001, under their basic contract in the amount of $2,500. The location of the performance is Fairchild Air Force Base, Wash. Work is to be completed by Aug. 2, 2014. The 92nd Contracting Squadron, Fairchild Air Force Base, Wash., is the contracting activity.
*Small business


http://www.defense.gov/contracts/contract.aspx?contractid=4846


Source - http://www.globalsecurity.org/military/library/news/2012/08/dod-contracts_4846.htm

No comments:

Post a Comment

Don't Troll, if you can't add anything helpful, don't post.