Wednesday, July 20, 2011

DTN News: U.S. Department of Defense Contracts Dated July 20, 2011

Defense War News Updates:
DTN News: U.S. Department of Defense Contracts Dated July 20, 2011
(NSI News Source Info) WASHINGTON - July 20, 2011: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued July 20, 2011 are undermentioned;

CONTRACTS

NAVY

Alliant Techsystems, Inc., Defense Electronic Systems, Clearwater, Fla., is being awarded a $109,245,120 fixed-price-incentive-fee contract for engineering and manufacturing development for the Joint and Allied Threat Awareness System for Navy and Marine Corps rotary aircraft. In addition, this provides for the hostile fire indication capability. Work will be performed in: Nashua, N.H. (40.2 percent); Woodland Hills, Fla. (27.6 percent); Clearwater, Fla. (12.9 percent); Danbury, Conn. (7 percent); Melbourne, Fla. (6.2 percent); Dallas, Texas (6 percent); and other sites in the United States (0.1 percent). Work will be completed in September 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through full and open competition via FAR Part 15; two offers were received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0071).

Kollmorgen Corp, Northampton, Mass., is being awarded a not-to-exceed $23,501,954 undefinitized contract action under previously awarded firm-fixed price, cost-plus-fixed fee, cost-only contract (N00024-11-C-5447) for the fiscal 2011 MK 20 MOD 0 Electro-Optical Sensor System units, including associated equipment, services and emergent provision item orders for spares requirements and level-of-effort engineering services. The MK 20 Electro-Optical Sensor System serves as a check sight and targeting sensor for anti-surface and anti-air warfare, and naval gun fire support missions, as well as ship self defense and situational awareness functions. This contract combines purchases for the U.S. Navy, and the government of Australia (6 percent) under the Foreign Military Sales Program. Work will be performed in Northampton, Mass. (95 percent), and Brattleboro, Vt. (5 percent), and is expected to be completed by November 2013. This contract was not competitively procured. 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.

General Dynamics-National Steel and Shipbuilding Co., San Diego, Calif., is being awarded an $11,705,854 modification to previously awarded contract (N00024-08-C-4410) for the USS Harpers Ferry (LSD 49) fiscal 2011 extended docking phased maintenance availability. An extended docking phased maintenance availability provides for an extensive renovation and modernization of an LSD-class ship, including alterations and repairs as well as inspection and testing to all ships systems and components ensuring safe and dependable operation of the ship. Work will be performed in San Diego, Calif., and is expected to be completed by July 2012. Contract funds in the amount of $11,705,854 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Raytheon Network Centric Systems, Largo, Fla., is being awarded an $11,009,124 modification to previously awarded contract (N00024-08-C-5203) for a cooperative engagement capability (CEC) system for production of the AN/USG-3B systems and system test for E-2D Hawkeye aircraft. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information and making the data available to all participating CEC units. Work will be performed in Largo, Fla. (47 percent); St. Petersburg, Fla. (20 percent); Dallas, Texas (18 percent); and McKinney, Texas (15 percent). Work is expected to be completed by September 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.

Superlative Technologies, Inc., Ashburn, Va., is being awarded an $8,033,119 fixed-price, level-of-effort order under GSA Supply Schedule 70 to provide information technology support services for the command, control communications, and computer (C4) systems that support the Office of Naval Research (ONR) headquarters. The scope of the contract is to provide services for program management business process improvement and operational support services to ONR as it further develops its emerging business processes supported by state of the art information technologies. ONR needs all of their legacy C4 support in one enterprise program that will support planning, program management, integration, operation, and maintenance of the communications, computer networks, software applications. This contract contains options, which, if exercised, will bring the contract value to $35,661,623. Work will be performed in Ashburn, Va. (50 percent), and Arlington, Va. (50 percent), and is expected to be completed July 2012. With options exercised the completion date is July 2016. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured under Request for Quotation N00014-11-R-0276, with nine proposals received. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-11-F-0276).

Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded a $6,596,566 cost-plus-fixed-fee contract to design and manufacture an advanced carbon dioxide removal device capable of qualification for use on a submarine. The Naval Sea Systems Command, in partnership with the Department of Energy’s Pacific Northwest National Laboratory, investigated the possibility of utilizing a dry sorbent to remove carbon dioxide from submarine atmosphere. The dry sorbent is an animated self-assembled monolayer on mesoporous support wherein the monolayer provides the means to capture and release the carbon dioxide. The Navy is procuring innovative designs of the actual carbon dioxide removal unit that will utilize the aforementioned dry sorbent. Work is expected to be performed in Windsor Locks, Conn., and is expected to be completed by October 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively awarded via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-11-C-0015).

ARMY

Henry M. Jackson Foundation for the Advancement of Military Medicine, Rockville, Md., was awarded a $23,679,888 cost-plus-fixed-fee contract. The award will provide for the personal and non-personal services to support the Defense and Veterans Brain Injury Centers, to include clinics at various military treatment facilities, veteran hospitals and clinics and rehabilitation centers. Work will be performed in Bethesda, Md.; Fort Sam Houston, Texas; San Diego, Calif.; Richmond, Va.; Tampa, Fla.; Palo Alto, Calif.; Minneapolis, Minn.; Johnstown, Penn.; Fort Bragg, N.C.; Fort Carson, Colo.; Camp Lejeune, N.C.; Fort Hood, Texas; Camp Pendleton, Calif.; and Charlottesville, Va., with an estimated completion date of March 17, 2012. One bid was solicited, with one bid received. The North Atlantic Regional Contracting Office, Walter Reed Army Medical Center, Washington, D.C., is the contracting activity (W91YTZ-11-C-0033).

Rodale Electronics, Inc., Hauppauge, N.Y., was awarded a $23,219,843 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of enhanced position location reporting systems dual power adapters. Work will be performed in Hauppauge, N.Y., with an estimated completion date of July 14, 2017. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-D-C207).

National Sourcing, Inc., Tampa, Fla., was awarded a $22,785,708 firm-fixed-price contract. The award will provide for the administrative support services for claims processing and support for written inquiries with regard to benefits and entitlements programs which are processed by the Human Resources Command. Work will be performed in Fort Knox, Ky.; Crystal City, Va.; Fort Sam Houston, Texas; and Fort Lewis, Wash., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Mission and Installation Contracting Command, Fort Knox, Ky., is the contracting activity (W9124D-11-C-0011).

Oshkosh Corp., Oshkosh, Wis., was awarded a $20,913,483 firm-fixed-price contract. The award will provide for the procurement of 75 technicians, for a one-year period of performance, necessary for underbody improvement kits installation on the Mine Resistant Ambush Protected All-Terrain Vehicle. Work will be performed in Oshkosh, Wis., with an estimated completion date of Dec. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Global Integrated Security USA, Inc., Reston, Va., was awarded a $9,500,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide security support services throughout Afghanistan in support of the U.S. Army Corps of Engineers. Work will be performed in Afghanistan, with an estimated completion date of Feb. 11, 2012. Six bids were solicited, with six bids received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W917PM-08-D-0001).

Cajun Constructors, Inc., Baton Rouge, La., was awarded an $8,373,000 firm-fixed-price contract. The award will provide for the construction of the Highway 18 crossing and Union Pacific railroad floodgate in support of the West Bank and vicinity hurricane protection project. Work will be performed in Lake Cataouatche, St. Charles Parish, La., with an estimated completion date of May 16, 2012. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912PB-11-C-0051).

AIR FORCE

L-3 Communications Integrated Systems, Greenville, Texas, is being awarded a $16,897,859 firm-fixed-price contract to incorporate the purchase of deployment labor required to support the deployment of C-27J aircraft to Afghanistan by issuing a delivery order against the subject contract. ASC/WLNJ, Wright-Patterson Air Force Base, Ohio, is the contracting activity (W58RGZ-07-D-0099).

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $9,222,544 cost-plus-fixed-fee contract for Foreign Military Sales Peace Drive II ALQ-211 (V) 9 integration. The AN/ALQ-213 countermeasures set (CMS) integrates electronic warfare suite functions by providing centralized control/resources management of the F-16 defensive suite. The ALQ-213 CMS software will be tailored in this technical task to integrate the AN/ALQ-211 (V) 9 into the existing F-16 A/B MLU Peace Drive II electronic warfare suite. Work will be performed in Atlanta, Ga., and is expected to be completed July 2014. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000).



*Link for This article compiled by Roger Smith from reliable sources
U.S. DoD issued No. 633-11 July 20, 2011
*Speaking Image - Creation of DTN News ~ Defense Technology News
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News

©

COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

No comments:

Post a Comment