Showing posts with label U.S. Department of Defense. Show all posts
Showing posts with label U.S. Department of Defense. Show all posts

Thursday, February 12, 2015

DTN News: U.S. Department of Defense Contracts Dated February 12, 2015

DTN News: U.S. Department of Defense Contracts Dated February 12, 2015
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-029-15 February 12, 2015
(NSI News Source Info) TORONTO, Canada - February 12, 2015U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued February 12, 2015 are undermentioned;

CONTRACTS
 
ARMY
 
ABM Government Services, Hopkinsville, Kentucky (W912DY-15-D-0029); ACEPEX Management Corp.,* Montclair, California (W912DY-15-D-0030); EMCOR Government Services, Arlington, Virginia (W912DY-15-D-0031); Electronic Metrology Laboratory,* Franklin, Tennessee (W912DY-15-D-0032); Facility Services Management,* Clarksville, Tennessee (W912DY-15-D-0033); J&J Maintenance Inc., Austin , Texas (W912DY-15-D-0034); Johnson Controls Building Automation Systems, Huntsville, Alabama (W912DY-15-D-0035); Quality Services International, San Antonio, Texas (W912DY-15-D-0036); SODEXO Management Gaithersburg, Maryland (W912DY-15-D-0037); and VW International, Alexandria, Virginia (W912DY-15-D-0038), were awarded a $990,000,000 firm-fixed-price shared contract amount for operations and maintenance services at government medical and related non-medical facilities including hospitals, clinics, administrative, pharmacies, veterinarian, dental, training, research, utility and energy plants, labs and storage facilities, as well as some nonmedical facilities associated with these medical facilities.. Funding and work location will be determined with each order with an estimated completion date of Feb. 11, 2020. Bids were solicited via the Internet with 22 received. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.
 
ABM Government Services, Hopkinsville, Kentucky (W91278-15-D-0020); EMCOR Government Services Inc., Arlington, Virginia (W91278-15-D-0021); Facilities Services Management Inc., Clarksville, Tennessee (W91278-15-D-0022); J&J Worldwide Services, Austin, Texas (W91278-15-D-0023); and Jones Lang LaSalle, Washington, District of Columbia (W91278-15-D-0024), were awarded a $248,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract with options for the operation, maintenance and minor construction for Army Medical Command facilities in CONUS, Alaska, Hawaii and Puerto Rico. Funding and work location will be determined with each order, with an estimated completion date of Feb. 8, 2020. Bids were solicited via the Internet with six received. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $220,564,993 modification (P00882) to contract W58RGZ-06-C-0194 to procure forty-one 72A Lakota Helicopters to include forty-one Airborne Radio Communications 231 Radios. Fiscal 2015 other procurement funds in the amount of $220,564,993 were obligated at the time of the award. Estimated completion date is July 31, 2017. Work will be performed Columbus, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Robertson Fuel Systems, Tempe, Arizona, was awarded a $45,352,938 firm-fixed-price foreign military sales contract (Korea, Turkey, UAE) to supply Extended Range Fuel Systems and associated support equipment for the CH-47 helicopter. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 3019. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0025).

Raytheon/Lockheed Martin Javelin J/V was awarded a $25,368,524 modification (P00013) to foreign military sales contract W31P4Q-14-C-0127 (Ireland, Australia, New Zealand, France, Lithuania, Jordan, Norway, Taiwan) for life cycle contractor support and repairs for U.S. Army, Marines, Army National Guard and FMS customers. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $25,368,524 were obligated at the time of the award. Estimated completion date is Feb. 28, 2016. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Elbit Systems of America, Fort Worth, Texas, was awarded a $13,185,756 modification (P00013) to foreign military sales contract W58RGZ-12-C-0164 (Indonesia) for 300 Apache Aviator Integrated Helmets. Fiscal 2010/2013/2014 other procurement funds in the amount of $13,185,756 were obligated at the time of the award. Estimated completion date is April 30, 2017. Work will be performed in Fort Worth, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Wolverine Services LLC,* Colorado Springs, Colorado, was awarded an $11,371,140 firm-fixed-price contract for base operations services. Work will be performed at the following Alaskan locations: Fort Wainwright, Donnelly, Yukon and Black Rapids training areas with an estimated completion date of April 11, 2021. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912D0-15-D-0004).

DEFENSE LOGISTICS AGENCY
 
Beacon Point Associates, LLC,** Pembroke Pines, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment/supplies, optical/laboratory equipment/supplies, components and systems accessories. This contract was a competitive acquisition, and fifty-five offers were received. This is a five-year base contract with no option year periods. Location of performance is Florida with a Feb. 11, 2020 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0012).
 
AIR FORCE
 
COLSA Corp., Huntsville, Alabama, has been awarded a $23,748,310 modification (P00023) to exercise the option on previously awarded contract FA9200-10-D-0166. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.
 
OASIS System LLC, Lexington, Massachusetts, has been awarded a $23,748,310 indefinite-delivery/ indefinite quantity modification (P00025) to exercise the option on previously awarded contract FA9200-10-D-0173. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.
 
NAVY
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $16,492,000 undefinitized delivery order against a previously issued Basic Ordering Agreement (N00019-14-G-0020) for the procurement and installation of vehicle management computer retrofit modification kits into designated aircraft that are critical to meeting F-35 Lightning II requirements. Work will be performed in Fort Worth, Texas (45 percent); Ogden, Utah (20 percent); Cherry Point, North Carolina (20 percent); Yuma, Arizona (5 percent); Eglin Air Force Base, Florida (5 percent); and Edwards Air Force Base, California (5 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2015 aircraft procurement (Navy, Marine Corps and Air Force), fiscal 2015 research, development, test and evaluation funds (Navy, Marine Corps and Air Force) and International Partner funds in the amount of $8,246,000 are being obligated on this award, $4,051,934 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 
General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a one-year $13,939,606 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0060) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing, integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $68,088,407. Work will be performed in San Diego, California, and work is expected to be completed by Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations & maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website. Two proposals were received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-12-D-0060).

Science Applications International Corp. Inc., McLean, Virginia, is being awarded a one-year $12,236,396 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0061) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $59,770,490. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations and maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with two proposals received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.


Systems Engineering Support Co. Inc.,* San Diego, California, is being awarded a $7,566,497 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for design, engineering, integration, fabrication and testing support of the Data Multiplex Systems (DMS), the Fiber Optic Data Multiplex System, and the Gigabit Ethernet Data Multiplex System, collectively referred to as xDMS. This is a three-year contract which includes two one-year options, which if exercised, would bring the contact value to $12,975,000. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2018. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using ship construction (Navy), other procurement (Navy) and foreign military sales funds. This contract was competitively procured via solicitation N66001-14-R-0013 and publication on the Federal Business Opportunities website and SPAWAR e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0058).

*Small business
**Service disabled veteran owned small business

*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-029-15 February 12, 2015 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

Monday, June 2, 2014

DTN News: U.S. Department of Defense Contracts Dated June 2, 2014

DTN News: U.S. Department of Defense Contracts Dated June 2, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-103-14 June 2, 2014
(NSI News Source Info) TORONTO, Canada - June 2, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued June 2, 2014 are undermentioned;



CONTRACTS
AIR FORCE
Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $914,699,474 fixed-price-incentive-firm, cost-reimbursable and cost-plus-fixed-fee contract for engineering, manufacturing and development, production and deployment for the Space Fence program. Work will be performed at Moorestown, New Jersey, and Kwajalein Atoll, Republic of Marshall Islands. The contractor will have 52 months after contract award to reach initial operational capability. Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $415,000,000 are being obligated at time of award. The contract was competitively procured with two bids received. Air Force Life Cycle Management Center/HBQK, Hanscom Air Force Base, Massachusetts is the contracting activity (FA8709-14-C-0001).
Raytheon Co., Marlborough, Massachusetts, has been awarded a $298,000,044 firm-fixed-price and cost-plus-fixed-fee modification (P00002) for FA8705-13-C-0005 for the Family of Advanced Beyond Line of Sight Terminals (FAB-T) Command Post Terminals (CPT) Production program. As a result of this down-select decision, low rate initial production, full rate production and interim contractor support contract options may be exercised to deliver FAB-T CPT-Only Terminals. The Phase 2 production contract options for LRIP, FRP, and ICS may be exercised after completion of Milestone C. Work will be performed in Marlborough, Massachusetts and Largo, Florida. Fiscal 2013 through 2019 aircraft and other procurement funds are programmed for this effort, with $31,274 being obligated at time of award. Two bids were solicited and two received. Air Force Life Cycle Management Center/HNSK, Hanscom Air Force Base, Massachusetts, is the contracting activity.
L-3 Communications, Platform Integration Division, Waco, Texas, has been awarded a not-to-exceed $41,500,000 undefinitized contract action for the procurement and modification of four Intelligence, Surveillance and Reconnaissance aircraft, training and spares in support of the counterterrorism efforts in Yemen. Work will be performed at Waco, and is expected to be completed by Sept. 30, 2015. This award is the result of a sole-source acquisition, and is 100 percent foreign military sales for Yemen. The 645 AESG/WIJK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-14-C-3020).
The Garrett Container Systems, Accident, Maryland, has been awarded a $37,174,689 indefinite-delivery/indefinite-quantity contract for Defensor Fortis - Load Carrying System 2 Kits and Accessories. This contract includes 36 distinctive pieces of equipment that all security forces personnel utilize on a daily basis, including Rifleman Kits, Team Leader Kits, M-203 Grenadiers Kits, M-249 Squad Automatic Weapon Gunner Kits, M-240 Machine Gunner Kits, Military Working Dog Kits and Multi-Mission Kits. Work will be performed at Accident, and is expected to be completed by May 31, 2019. This award is the result of a competitive acquisition and all offerors were solicited using Federal Business Opportunities; three offers were received. Fiscal 2014 operations and maintenance funds in the amount of $3,000 are being obligated at time of award. The 771st Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8054-14-D-0004).
NAVY
General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded a $20,745,556 modification to previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Boxer (LHD 4) fiscal 2014 phased maintenance availability. A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, and is expected to be completed by December 2015. Fiscal 2014 operations and maintenance (Navy) and fiscal 2014 working capital (Navy) funding in the amount of $20,745,556 will be obligated at time of award. Contract funds in the amount of $20,745,556 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
Electric Boat Corp., Groton, Connecticut, is being awarded a $13,228,560 cost-plus-fixed-fee modification to the previously awarded contract (N00024-13-C-2128) for procurement of Common Missile Compartment material. The contractor will be purchasing various long lead time parts to support the manufacture of the Common Missile Compartment for the Ohio Replacement Program. This contract combines purchases for the U.S. Navy (37 percent) and the United Kingdom (63 percent) under the foreign military sales program. Work will be performed in Groton, and is scheduled to be completed by December 2017. Fiscal 2011 FMS and fiscal 2014 research, development, test and evaluation funding in the amount of $13,228,560 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.
S.T. Wooten Corp. Inc., Wilson, North Carolina, is being awarded $9,975,000 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N40085-13-D-5245) for repairing various areas of runways 23R and 14L at Marine Corps Air Station, Cherry Point. The work to be performed provides for the repair of deteriorated bituminous concrete at various locations on the airfield using asphalt concrete milling/overlay and sealcoating to extend the useful life of the airfield pavements. Work will be performed in Havelock, North Carolina, and is expected to be completed by March 2016. Fiscal 2014 operation and maintenance (Marine Corps) contract funds in the amount of $9,975,000 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Facilities Engineering and Design Command, Cherry Point, North Carolina, is the contracting activity.
ARMY
Northrop Grumman, Herndon, Virginia was awarded a $6,990,140 modification (P00039) to contract W31P4Q-12-C-0029 to acquire Rocket Artillery Mortar Warn Equipment for 2-44 Air Defense Artillery fielding six platoons. Fiscal 2014 other procurement funds in the amount of $6,990,140 were obligated at the time of the award. Estimated completion date is Nov. 3, 2014. This contract involved foreign military sales to Afghanistan. Work will be performed in Huntsville, Alabama. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
DEFENSE LOGISTICS AGENCY
UPDATE: Kalmar RT Center, Cibolo, Texas (SPE8EC-14-D-0019) has been added as an awardee to the multiple award contract #SPM8EC-12-D-0001 announced Jan. 24, 2012.

MOST RECENT CONTRACTS


*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-103-14 June 2,, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

Saturday, September 28, 2013

DTN News - DEFENSE NEWS: US DoD Has Awarded Contracts To Lockheed Martin For F-35 JSF Aircrafts

DTN News - DEFENSE NEWS: US DoD Has Awarded Contracts To Lockheed Martin For F-35 JSF Aircrafts
Source: DTN News - - This article compiled by K. V. Seth from reliable sources U.S. DoD #691-13 Dated September 27, 2013 + Baynet.com
(NSI News Source Info) TORONTO, Canada - September 28, 2013: The U.S. Department of Defense and Lockheed Martin signed two F-35 contracts today, valued at $7.8 billion, for a total of 71 F-35 Lightning II aircraft to be produced in the sixth and seventh Low-Rate Initial Production (LRIP) lots. These agreements are a significant milestone for the F-35 Program, and reflect cost reduction initiatives shared by government and industry.
The LRIP 6 contract, valued at $4.4 billion ($3.7 billion awarded through a December 2012 undefinitized contract action; ref: N00019-11-C-0083, and $0.7 billion awarded through today’s contract) funds production of 36 aircraft, with average aircraft unit cost approximately 2.5 percent lower than LRIP 5 aircraft. LRIP 6 per variant unit prices (not including engine cost) follow:

·   23 F-35As CTOL - $103 million/jet

·   6 F-35B STOVL - $109 million/jet

·   7 F-35C CV - $120 million/jet

The LRIP 7 contract, valued at $3.4 billion, funds the production of 35 aircraft, with average aircraft unit cost approximately 6 percent lower than LRIP 5 aircraft. F-35 LRIP 7 per variant unit prices (not including engine cost) follow: 

·   24 F-35As CTOL - $98 million/jet

·   7 F-35B STOVL - $104 million/jet

·   4 F-35C CV - $116 million/jet

The 71 aircraft are currently in various stages of production. Lockheed Martin will begin delivering LRIP 6 aircraft in the second quarter of 2014 and LRIP 7 jets in the second quarter of 2015. LRIP 6 will mark the first delivery of international F-35 jets for Italy and Australia, and LRIP 7 will mark the first delivery to Norway.

 The LRIP 6 and 7 contract terms reduce the government’s exposure to target cost overruns relative to previous LRIP contracts. In the LRIP 6 and 7 buy, Lockheed Martin will cover all cost overruns. The government and Lockheed Martin will share returns (20/80) derived from any under runs in target cost.

 The LRIP 6 and 7 contracts contain performance-based payments, whereby the contractor will receive incremental payment as measured goals are achieved along the production line until government aircraft acceptance. LRIP 6 and 7 contracts also include a concurrency clause which requires Lockheed Martin to share costs equally with the government (50/50) for known concurrency changes arising from System Development and Demonstration testing and qualification. Newly discovered concurrency changes identified during LRIP 6 and 7 production periods will be authorized via engineering change proposals.

F-35 engines are funded through separate contract actions with Pratt & Whitney.

Lorraine Martin, VP and GM of the F-35 Program, said about the contracts “Lockheed Martin is extremely pleased with the LRIP 6 and 7 contract signing, which represents a significant milestone for the F-35 Program and its path to enhanced affordability. With each successive production lot, unit costs have declined. That’s a trend we look forward to continuing as this program moves toward full rate production and operational maturity. Working together with the Joint Program Office, our entire industrial team is focused on delivering the F-35’s 5th generation capabilities to our Armed Forces and partner nations at a 4th generation price point.”

U.S. DoD #691-13 Dated September 27, 2013
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $3,405,427,661 modification with fixed-price-incentive-firm, cost-plus-fixed-fee, and cost-plus-incentive-fee line items to a previously awarded advance acquisition contract (N00019-12-C-0004) for Low Rate Initial Production (LRIP) Lot VII F-35 Lightning II Joint Strike Fighter aircraft production. This modification provides for the manufacture and delivery of 19 F-35 Conventional Take-Off and Landing (CTOL) for the U.S. Air Force; six F-35 Short Take-Off and Vertical Landing (STOVL) aircraft for the U.S. Marine Corps; four F-35 Carrier Variant (CV) aircraft for the U.S. Navy; two F-35 CTOL aircraft for Norway; three F-35 CTOL aircraft for Italy; and one (1) F-35 STOVL for the United Kingdom. This modification also provides for LRIP Lot 7 production requirements, including manufacturing support equipment, diminishing manufacturing sources management, ancillary mission equipment, including Pilot Flight Equipment, and concurrency changes to LRIP Lot 7 aircraft for the U.S. Air Force, U.S. Marine Corps, and U.S. Navy, and for non-U.S. DoD Participants in the F-35 Program. Concurrency changes are changes to the LRIP Lot 7 configuration baseline resulting from the F-35 development effort. Work will be performed in Fort Worth, Texas (55 percent); El Segundo, Calif. (15 percent); Warton, United Kingdom (10 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); Baltimore, Md. (5 percent), and Cameri, Italy (5 percent). Aircraft deliveries are expected to be completed in October 2016. Fiscal 2013 Aircraft Procurement, Air Force; Fiscal 2013 Aircraft Procurement Navy; and International Partner funding in the amount of $3,405,427,661 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($1,823,737,540; 53.55 percent), U.S. Marine Corps ($567,802,742; 16.67 percent), the U.S. Navy ($401,457,402; 11.79 percent); and the Governments of Italy, Norway, United Kingdom, Australia, Turkey, the Netherlands, Canada, and Denmark ($612,429,977; 34.46 percent) The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $742,657,068 cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive (firm target) modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI advance acquisition contract (N00019-11-C-0083). This modification provides for the manufacture and delivery of two F-35 Conventional Take-Off and Landing (CTOL) aircraft for the Government of Australia and three F-35 CTOL aircraft for the Government of Italy. In addition, this modification provides for LRIP Lot VI production requirements, including manufacturing support equipment, diminishing manufacturing sources management, ancillary mission equipment including pilot flight equipment, and concurrency changes to LRIP Lot VI aircraft for the U.S. Air Force, U.S. Marine Corps, the U.S. Navy, and the non-U.S. DoD Participants in the F-35 Program. Concurrency changes are changes to the LRIP Lot VI configuration baseline resulting from the F-35 development effort. Work will be performed in Fort Worth, Texas (55 percent); El Segundo, Calif. (15 percent); Warton, United Kingdom (10 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); Baltimore, Md. (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in April 2016. Fiscal 2012 and 2013 Aircraft Procurement, Air Force; Fiscal 2012 Aircraft Procurement, Navy; and International Partner funding in the amount of $742,657,068 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($130,677,491; 17.60 percent); the U.S. Navy/Marine Corps ($66,199,572; 8.92 percent); and the Governments of Italy, Australia, United Kingdom, Turkey, the Netherlands, Canada, Norway and Denmark ($545,780,005; 73.49 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
*Link for This article compiled by K. V. Seth - DTN News from reliable sources U.S. DoD #691-13 Dated September 27, 2013 + Baynet.com
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

Monday, June 24, 2013

DTN News: U.S. Department of Defense Contracts Dated June 24, 2013

DTN News: U.S. Department of Defense Contracts Dated June 24, 2013
Source: U.S. DoD issued No.  457-13 June 24, 2013
(NSI News Source Info) TORONTO, Canada - June 24, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  June 24, 2013  are undermentioned;


 CONTRACTS
NAVY
            Hewlett Packard Enterprise Services, Herndon, Va., was awarded a $679,792,250 modification to a previously awarded continuity of services contract (CoSC) (N00039-10-D-0010) for the Navy Marine Corps Intranet (NMCI).  The modification includes increasing the contract ceiling by $679,792,250, from $4,924,000,000 to $5,603,792,250, and adding one option that will extend the period of performance two months, from April 2014 to June 2014.  This option will only be exercised if the Government has not fully transitioned the services.  The NMCI services are currently provided under the CoSC, which was awarded to HPES in order to continue providing NMCI information technology (IT) services following the expiration of the original NMCI contract.  The CoSC network operation services currently expire in April 2014; the hardware purchase expires July 2015; and the asset usage services expire in December 2014.  The CoSC ensures that the scope of NMCI IT services and performance levels delivered are sustained until the Next Generation Enterprise Network is satisfactorily providing the replacement services.  Work is performed at approximately 2,500 Navy and Marine Corps locations worldwide, from major bases to single-user sites.  No funds will be placed on contract or obligated at the time of modification.  This is a sole-source contract with HPES being the owner/operator of the NMCI network and the only source that can satisfy the Navy’s requirement for continuity of IT service.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity. 

            General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., was awarded an $11,200,000 modification on a not-to-exceed basis to previously awarded contract (N00024-09-C-2229) to accomplish the detail design of Afloat Forward Staging Base (AFSB) modifications for the Mobile Landing Platform (MLP) program to support the construction of MLP 3 and MLP 4 which will be AFSB variants.  Work will be performed in San Diego, Calif., and is expected to be completed by November 2013.  Fiscal 2012 National Defense Sealift funds in the amount of $5,600,000 will be obligated at the time of award.  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., was awarded a $7,069,292 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services for up to 9,253 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments.  Work will be performed in Oakland, Calif. (70 percent), and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013.  Fiscal 2013 Operations and Maintenance, Navyand fiscal 2013 Operations and Maintenance, NavyOverseas Contingency Operationsfunds in the amount of $7,069,292 will be obligated at the time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

DEFENSE LOGISTICS AGENCY
            Brad Hall & Associates,* Idaho Falls, Idaho,has been awarded a maximum $140,879,899 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Idaho, Virginia, West Virginia, District of Columbia, and Maryland with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4009). 

            Papco, Inc.,* Virginia Beach, Va., has been awarded a maximum $125,759,158 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Delaware, Maryland, Virginia, Indiana, Ohio, and West Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Department of Defense, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4028).  

            Ahntech, Inc.,* San Diego, Calif., has been awarded a maximum $108,265,092 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Maryland, and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4007). 

            Petroleum traders Corp.,* Fort Wayne, Ind., has been awarded a maximum $79,115,989 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Indiana, Ohio, Tennessee, Kentucky, Delaware, Virginia, West Virginia, District of Columbia, and Maryland with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4029). 

            Carter Enterprises LLC**, Brooklyn, N.Y., has been awarded a maximum $70,526,715 modification (P00014) exercising the first option year period for improved outer tactical vests and cable assemblies.  The contract (SPM1C1-11-D-1059) is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New York with a June 27, 2014 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.  

            Carroll Independent Fuel,* Baltimore, Md., has been awarded a maximum $62,579,491 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Maryland, and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4012). 

            Mansfield Oil Company of Gainesville, Inc.,* Gainesville, Ga., has been awarded a maximum $49,168,580 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Delaware, District of Columbia, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, and West Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4026).  

            MedImmune Biologics, Inc., Gaithersburg, Md., has been awarded a maximum $23,274,000 firm-fixed-price, sole-source contract.  This contract is for influenza vaccine, nasal spray.  Locations of performance are Maryland and Pennsylvania with a June 25, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DP-13-D-0006). 

            Mid-Atlantic Cooperative Solutions DBA Aero Energy,* New Oxford, Pa., has been awarded a maximum $17,341,274 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Maryland, and Virginia with a July 31, 2017 performance completion date. Using military service is Army. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4004). 

            Woolrich, Inc.,* Woolrich, Pa., has been awarded a maximum $15,869,760 modification (P00010) exercising the first option year period for Marine Corps combat utility uniform trousers.  The contract (SPM1C1-12-D-1039) is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Pennsylvania, Mississippi, Texas, Alabama, and North Carolina with a June 27, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            American Apparel, Inc., Selma, Ala., has been awarded a maximum $14,975,289 modification (P00012) exercising the first option year period for Marine Corps combat utility uniform blouse.  The contract (SPM1C1-12-D-1038) is a firm-fixed-price/indefinite-quantity contract.  Locations of performance are Alabama and Mississippi with a June 27, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Great Lakes Petroleum Co.,* Cleveland, Ohio, has been awarded a maximum $14,733,692 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Ohio and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Department of Defense, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4018). 

            JD Logic, LLC,* Aurora, Colo., has been awarded a maximum $13,760,745 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Kentucky, Maryland, Tennessee, and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4022). 

             Macquarie Aviation North America 2 Inc.,* Louisville, Ky., has been awarded a maximum $12,211,005 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Kentucky with a July 31, 2017 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-4024).

             Dime Oil Co.,* Waterbury, Conn., has been awarded a maximum $9,797,163 fixed price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Connecticut and Virginia with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4013).

             Crown Clothing Co.,* Vineland, N.J., has been awarded a maximum $7,603,156 firm-fixed-price contract.  This contract is for men’s poly/wool coats.  Location of performance is New Jersey with a June 24, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1059).

             Don Small & Son’s Oil Distributor Inc.,* Auburn, Wash., has been awarded a minimum $7,483,747 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Washington with a July 31, 2016 performance completion date.  Using military services are Army and federal civilian agencies.  Type of appropriation is fiscal 2016 Stock funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4517).

             Spence/Banks, Inc.,* Terre Haute, Ind., has been awarded a maximum $6,876,323 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Indiana with a July 31, 2017 performance completion date.  Using military services are Air Force and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4035).

ARMY
            McMillen LLC, Boise, Idaho, was awarded a firm-fixed-price, option-included contract with a value of $10,088,000 for the maintenance and development of ponds in Napa, Calif., with the goal of creating habitat for marsh species.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, San Francisco, Calif., is the contracting activity (W912P7-13-C-0007). 

            MTNT Energy Inc., Anchorage, Alaska, was awarded a firm-fixed-price contract with a maximum value of $9,500,000 for the installation, maintenance and renovation of new and existing electrical and communication equipment in support of deployed U.S. forces throughout Afghanistan.  Type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-13-D-0014). 

AIR FORCE
            Raytheon Technical Services Company, LLC, Indianapolis, Ind., has been awarded a $10,031,657 fixed-price-incentive-firm contract for the Joint Miniature Munitions Bomb Rack Unit (JMM BRU).  The Contractor shall conduct a Technology Development Phase to initiate JMM BRU design activities, mature JMM BRU technologies, initiate production process development to determine the appropriate set of technologies to be integrated into a full system, and conduct prototyping in a relevant environment.  Work will be performed at Indianapolis, Ind., and is expected to be complete by July 2015.  This award is the result of a full and open competitive acquisition solicited on Federal Business Opportunities in which three offers were received.  Fiscal 2013 Research Development Test and Evaluation funds are being obligated on this award.  Air Force Life Cycle Management Center/EBMK, Eglin Air Force Base, Fla., is the contracting activity. (FA8672-13-C-0199). 

            Northrup Grumman Space and Mission Systems Corp., San Diego, Calif., has been awarded a $6,726,279 modification (P00075) for operational improvements on firm-fixed-price contract (FA8726-09-C-0010) to install LOW VHF antennas and Black Wideband Relay on two E-11As and two EQ-4Bs.   Work will be performed at San Diego, Calif. and OCONUS, and is expected to be completed by June 23, 2014. Fiscal 2011 missile procurement funds in the amount of $6,726,279 are being obligated on this contract.  Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

 *Small Business

**Small In HubZone Business

*Link for This article compiled by Roger Smith from reliable sources 
U.S. DoD issued No.  457-13 June 24, 2013
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS