Contracts for September 24, 2012

You are subscribed to Contract Announcements for U.S. Department of Defense. This information has recently been updated, and is now available.

09/24/2012 05:01 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 772-12
September 24, 2012


CONTRACTS

ARMY

            General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded a $395,462,993 cost-plus-incentive-fee contract.  The award will provide for the research, development and testing for the Engineering Change Proposal in support of the Abrams tank.  Work will be performed in Sterling Heights and Lima, Ohio, with an estimated completion date of April 30, 2020.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0322). 

            Chemring Military Products Inc., Perry, Fla., (W52P1J-12-D-0084); and Alliant Techsystems, Independence, Mo., (W52P1J-12-D-0083); were awarded a $237,000,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of various non-standard ammunition in support of Foreign Military Sales.  Work location will be determined with each order, with an estimated completion date of Dec. 31, 2015.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity. 

            Navistar Defense L.L.C., Lisle, Ill., was awarded a $138,203,417 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure MaxxPro Survivability Upgrade Kits, Vehicle Emergency Egress Windows and support services for the Mine Resistant Ambush Protected MaxxPro vehicles.  Work will be performed in Lisle and Springfield, Ohio, with an estimated completion date of Sept. 13, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0404). 

            CDM Constructors Inc., Rancho Cucamonga, Calif., was awarded a $100,112,660 firm-fixed-price contract.  The award will provide for the construction of a water treatment plant and distribution system.  Work will be performed in Fort Irwin, Calif., with an estimated completion date of Dec. 31, 2015.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0022). 

             Agentase L.L.C., Elkridge, Md., was awarded an $88,339,214 firm-fixed-price contract.  The award will provide for the development of technologies for the detection of persistent low-volatility chemical threats.  Work location will be determined with each order, with an estimated completion date of Sept. 12, 2015.  There were 100 bids solicited, with 45 bids received.  The U.S. Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-12-D-0002). 

            L-3 Services Inc., Alexandria, Va., was awarded an $84,420,000 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to supply services in support of the Law Enforcement Professionals Program.  Work will be performed in Afghanistan, with an estimated completion date of June 30, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0049).

            BAE Systems Land and Armaments L.P., York, Penn., was awarded a $55,899,804 cost-plus-incentive-fee contract.  The award will provide for the engineering design, logistics, and test and evaluation services in support of the Bradley Engineering Change Proposal Effort.  Work will be performed in York; Sterling Heights, Mich.; and Santa Clara, Calif.; with an estimated completion date of Sept. 29, 2017.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0358). 

            Belleville Shoe Manufacturing Co., Belleville, Ill., (W911QY-12-D-0029); and Wolverine World Wide Inc., Rockford, Mich., (W911QY-12-D-0030); were awarded a $48,760,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of Army Mountain Combat Boots.  Work location will be determined with each order, with an estimated completion date of Sept. 13, 2017.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Natick, Mass., is the contracting activity. 

            FSA and JKC Joint Venture One L.L.C., Tampa, Fla., was awarded a $41,188,100 firm-fixed-price contract.  The award will provide for the construction of a Training Center Complex in Colorado Springs, Colo.  Work will be performed in Colorado Springs, with an estimated completion date of Oct. 30, 2014.  The bid was solicited through the Internet, with nine bids received.  The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-12-C-0009). 

            General Dynamics Armament and Technical Products Inc., Williston, Vt., (W15QKN-12-D-0103); and American Ordnance, Middletown, Iowa, (W15QKN-12-D-0104); were awarded a $37,500,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of 155mm M231 and M232A1 Modular Artillery Charge System Load, Assemble and Pack.  Work location will be determined with each order, with an estimated completion date of Sept. 11, 2016.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity. 

            Northrop Grumman Systems Corp., Carson, Calif., was awarded a $37,231,364 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Lower Tactical Internet Data Products.  Work location will be determined with each order, with an estimated completion date of Sept. 13, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W91QUZ-08-D-0005). 

            St. George Industries L.L.C., Hialeah, Fla., was awarded a $33,316,029 firm-fixed-price multiple-award contract.  The award will provide for the procurement of a maximum of 142,857 Concealable Body Armor Vests.  Work location will be determined with each order, with an estimated completion date of Sept. 11, 2015.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0017). 

            Oshkosh Corp., Oshkosh, Wis., was awarded a $28,576,564 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure M1089A1P2 wrecker trucks.  Work will be performed in Oshkosh, with an estimated completion date of Sept. 30, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159). 

            Armor Express, Central Lake, Mich., was awarded a $24,610,167 firm-fixed-price multiple-award contract. The award will provide for the procurement of a maximum of 142,857 Concealable Body Armor Vests.  Work location will be determined with each order, with an estimated completion date of Sept. 11, 2015.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0016). 

            The Boeing Co., Huntington Beach, Calif., was awarded a $21,682,336 firm-fixed-price contract.  The award will provide for the design and construction of C17 Beddown Infrastructure Facilities in support of Foreign Military Sales.  Work will be performed in India, with an estimated completion date of Dec. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-12-C-0010). 

            Defense Support Services L.L.C., Marlton, N.J., was awarded a $20,629,497 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Directorate of Logistics at Fort Hood, Texas.  Work will be performed in Fort Hood, with an estimated completion date of June 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-12-D-0010). 

            ICF Jacob and Sundstrom, Baltimore, Md., was awarded a $19,165,882 firm-fixed-price and level-of-effort contract.  The award will provide for the service in support of Army Research Laboratories' programs and offices.  Work will be performed in Adelphi, Md., with an estimated completion date of Sept. 14, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-12-F-0052). 

            Great Lakes Dredge and Dock Co., L.L.C., Oak Brook, Ill., was awarded a $15,643,938 firm-fixed-price contract.  The award will provide for the services in support of beach nourishment in Brigantine, N.J.  Work will be performed in Brigantine, with an estimated completion date of March 1, 2013.  Nineteen bids were solicited, with two bids received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-C-0047). 

            K.L. House Construction Co., Inc., Albuquerque, N.M., was awarded a $14,700,000 firm-fixed-price contract.  The award will provide for the construction of a Special Operations Force Aircraft Maintenance Squadron Facility and a General Purpose Maintenance Facility.  Work will be performed in Clovis, N.M., with an estimated completion date of March 28, 2014.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-12-C-0033). 

            Record Steel and Construction Inc., Meridian, Idaho, was awarded a $14,347,600 firm-fixed-price contract.  The award will provide for the construction of a facility that will contain training operations for the new Compass Call personnel.  Work will be performed in Davis-Monthan Air Force Base, Ariz., with an estimated completion date of March 20, 2013.  The bid was solicited through the Internet, with 14 bids received.  The U.S. Army Corps of Engineers, Los Angles, Calif., is the contracting activity (W912PL-12-C-0011). 

            Ranger Land Systems Inc., Huntsville, Ala., was awarded a $13,764,033 firm-fixed-price and level-of-effort contract.  The award will provide for the services in support of the fire suppression system and air conditioning on the Mine Resistant Ambush Protected vehicles.  Work will be performed in Afghanistan; Wahiawa, Hawaii; Fayetteville, N.C.; El Paso, Texas; Barstow, Calif.; Watertown, N.Y.; and Huntsville; with an estimated completion date of Sept. 19, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0425). 

DEFENSE LOGISTICS AGENCY

            Tymco Inc.*, Waco, Texas, was awarded contract SPM8EC-12-D-0013.  The award is a fixed price with economic price adjustment contract with a maximum $157,500,000 for procurement of commercial type environmental equipment.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were twelve solicitations with twelve responses.  Type of appropriation is fiscal 2012 through fiscal 2017 Defense Working Capital Funds.  The date of performance completion is Sept. 23, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Abbott Laboratories Inc., Point of Care Division, Abbott Park, Ill., was issued a modification exercising the first option year on contract SPM2D0-11-D-0002/P00003.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity with a maximum $46,701,009 for various medical and surgical products.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Arbor Pharmaceuticals*, Atlanta, Ga., was awarded contract SPM2D0-12-D-0013.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $26,819,642 for pharmaceutical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were eighteen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 23, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Johnson and Johnson Health Care Systems Inc., Piscataway, N.J., was issued a modification exercising the third option year on contract SPM2D0-09-D-0002/P00009.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity with a maximum $22,627,712 for various medical and surgical products.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian Agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

NAVY

            Multimedia Environmental Compliance Group*, San Diego, Calif., is being awarded a  maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E Multi-Media Engineering support services to meet statutory environmental compliance requirements for all applicable environmental laws and regulations.  No task orders are being issued at this time.  All work will be performed in various Naval and Marine Corps Installation in California (85 percent); Arizona (5 percent); Nevada (3 percent); New Mexico (3 percent); Utah (2 percent); and other DoD Installations and Federal Agencies Nationwide (2 percent).  The term of the contract is not to exceed 36 months with an expected completion date of September 2015.  Contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-12-D-2012). 

            Driskill Electrical Contractor*, Virginia Beach, Va., is being awarded a $20,002,841 firm-fixed-price contract for electrical distribution upgrades at Joint Expeditionary Base Little Creek.  Work will be performed in Virginia Beach, Va., and is expected to be completed by October 2014.  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 six proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-1704).

            Science Applications International Corp., McLean, Va., is being awarded an $18,739,732 cost-plus-fixed-fee contract to provide support to execute In-Service Engineering Agent (ISEA) functions for U.S. Navy tactical networks. The contract will provide management, sustainment engineering, technical, and integrated logistics support, in addition to performing design analysis and trade studies to address obsolescence issues. This one-year contract includes two, one-year options which, if exercised, would bring the cumulative value of this contract to an estimated $56,559,218. Work will be performed in San Diego, Calif., and work is expected to be completed September 20, 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured with open competition via the SPAWAR e-Commerce web site and the Federal Business Opportunities website, with three offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0156). 

            L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded an $11,392,043 modification to a previously awarded firm-fixed-price, indefinite-delivery requirements contract (N00019-11-D-0024) to exercise an option for maintenance and logistics  services, including labor, services, facilities, equipment, tools, direct and indirect material required to support and maintain the T-39N and T-39G aircraft and related support equipment.  No funds are being obligated at time of award. Work will be performed in Pensacola, Fla., and is expected to be completed in March 2013.  Contract funds will not expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Oshkosh Defense, Oshkosh, Wis. is being awarded $9,966,045 for fixed-price delivery order #0171 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028).  This delivery order is issued against exercised priced options for the purchase of 186 Logistics Vehicle System Replacement (LVSR) production Weapons Mount Kits, 74 Cargo/Tractor Variant Armor Kits, 30 Wrecker Variant Armor Kits, Integrated Logistics Support for Fiscal Year 2013 Maintenance of Data.   Work will be performed in Oshkosh, Wis.  (42 percent) and in Israel (58 percent), and work is expected to be completed by Sept. 30, 2013.    Contract funds will not expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity. 

            MAS Zengrange (NZ) Ltd., Lower Hutt, New Zealand, is being awarded a $9,693,350 fixed-price, indefinite-delivery/indefinite-quantity contract for transmitters, receivers, and expendable XrX receivers supporting the mini demolition remote firing device sets.  The mini demolition remote firing device is an ultra-high-frequency, digital, radio-controlled initiation system designed for the remote initiation of munitions and explosives.  Work will be performed in Wellington, New Zealand, and is expected to complete by September 2015.  Contract funds in the amount of $784,421 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-12-D-0009).

            Hawaiian Dredging Construction Co., Inc., Honolulu, Hawaii, is being awarded $7,997,000 for firm-fixed-price task order #0011 under a previously awarded multiple award construction contract (N62478-09-D-4015) for the repair of ammunition handling wharves W4/5 at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for repairing the concrete underdeck and pile spalls; replacing existing deteriorated fender system with foam-filled fenders, hydro-pneumatic fenders, and fender reaction group stations (prestressed concrete reaction piles); replacing deteriorated concrete fender piles; repairing concrete fender pile tops; repairing timber fenders at the small boat landing; and repairing concrete mooring foundations.  In addition, project will install oil containment flotation device.  Work will be performed in Oahu, Hawaii, and is expected to be completed by January 2014.  Contract funds in the amount of $7,997,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. 

            Alliant Techsystems Operations L.L.C., Defense Electronic Systems, Woodland Hills, Calif., is being awarded a $7,978,065 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0014) for the Advanced Anti-Radiation Guided Missile (AARGM) Block I Upgrade.  Efforts to be provided include definition, development, integration, documentation, testing, and management for AARGM Block I software changes, improvements, and enhancements that will enable the AGM-88E All Up Round.  In addition, this order provides for the Common Munitions Built-in Test Reprogramming Equipment box 4 and 6 to correct Initial Operational Test & Evaluation deficiencies, implement deferred Capability Production Document capability and add capability enhancements to the baseline system.  Work will be performed in Woodland Hills, Calif., and is expected to be completed in January 2015.  Contract funds in the amount of $7,978,065 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Nutmeg Companies Inc.*, Norwich, Conn., is being awarded a $7,806,100 firm-fixed-price contract for repairs and alterations to Bachelor Quarters Buildings 688 and 689 at Naval Station Newport.  The work to be performed provides for renovations to both Buildings 688 and 689 that includes updating the mechanical and electrical systems, adding fire suppression systems, and some architectural upgrades to the building's exterior and living quarters.  Work will be performed in Newport, R.I., and is expected to be completed by October 2014.  Contract funds in the amount of $7,806,100 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-1710).  

            Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded a $7,562,277 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-11-D-0008) to procure16 Electronic Propeller Control Systems "B" Kits and spares for the U.S. Marine Corps KC-130T aircraft.  Work will be performed in Windsor Locks, Conn., and is expected to be completed in May 2014.  Contract funds will not expire at the end of the current fiscal year.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            L-3 Communications MariPro Inc., Goleta, Calif., is being awarded a $6,732,055 modification to  previously awarded contract (N66604-12-C-2838) to exercise options in support of the design and installation of  an undersea warfare training range off the coast of Jacksonville, Fla.  The option exercise will include: systems engineering, trunk and internode cable terminations, procurement of sea-shore interface hardware, and procurement of shore electronics system production hardware.  Work under the overall contract includes Phase I which will provide the infrastructure, trunk cabling and initial instrumented area of approximately 200 square nautical miles.  The second phase will instrument the remaining 300 square nautical mile area.  The installed system will be utilized to provide a new range capability off the Florida coast in shallow water.  Work will be performed in be performed in Goleta, Calif. (70 percent), and Jacksonville, Fla. (30 percent); and is expected to complete by June 2018.  Contract funds will not expire at the end of the current fiscal year.  Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity. 

AIR FORCE

            Lockheed Martin Corp., Fort Worth, Texas (FA8625-12-C-6498), is being awarded a $16,671,737 contract for GAO's negotiated settlement.  The location of performance is Fort Worth, Texas.  There is no physical delivery or service associated with this action.  The contracting activity is AFLCMC/WLNMC, Wright-Patterson Air Force Base, Ohio. 

            Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $11,990,458 contract modification for sustainment modifications to the Space Based Infrared Systems Increment 1 operational ground baseline.  The location of the performance is Boulder, Colo.  Work is expected to be completed by Sept. 30, 2014.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif. 

            Bering Straits Technical Services, Anchorage, Alaska (FA4497-12-C-0002), is being awarded a $10,736,668 firm-fixed-price contract for restoration and modernization of facility at Dover Air Force Base, Del.  The location of the performance is Dover Air Force Base, Del.  Work is expected to be completed by Apr. 30, 2015.  The contracting activity is 436 CONS/LGCA, Dover Air Force Base, Del. 

            Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah (F42610-98-C-0001) is being awarded an $8,142,148 contract modification for the Propulsion System Rocket Engine-Life Extension Program Full Rate Production 7 (PSRE-LEP FRP 7).  The locations of the performance are Hill Air Force Base, Utah, and Clearfield, Utah.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah.

U.S. TRANSPORTATION COMMAND

            American Auto Logistics L.P., Park Ridge, N.J., is being awarded a $15,840,361 delivery order modification in order to provide additional funding to Award Term Year 4 for transportation and storage services though Oct. 31, 2012, of privately owned vehicles (POVs) belonging to military service members and transportation of DoD-sponsored shipments of POVs for DoD civilian employees.  Work will be performed at multiple U.S. and overseas locations.  Contract funds will not expire at the end of the current fiscal year. U.S. Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (DAMT01-03-D-0184). 

*Small Business