Tuesday, August 21, 2012

WHO IS GETTING DEFENSE CONTRACTS




FROM: U.S. DEPARTMENT OF DEFENSE
CONTRACTS
Defense Logistics Agency
Graybar Electric Company, Inc., St. Louis, Mo., was issued a modification on contract SPM500-04-D-BP14/P00026. The award is a firm fixed price, prime vendor, indefinite delivery and indefinite quantity contract with a maximum $160,244,324 for maintenance, repair and operations for the Alaska Region. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were seven responses to the FedBizOps solicitation. Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital funds. The date of performance completion is August 17, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
 
Science Application International Corp., Fairfield, N.J., was issued a modification on contract SPM500-04-D-BP15/P00025. The award is a firm fixed price, prime vendor, indefinite delivery and indefinite quantity contract with a maximum $105,033,859 for maintenance, repair and operations for the Northwest Region. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were five responses to the FedBizOps solicitation. Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital funds. The date of performance completion is August 17, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
 
Frank Gargiulo Produce*, Hillside, N.J., was issued a modification on contract SPM300-08-D-P027. The award is a fixed price with economic price adjustment, indefinite quantity contract with a maximum $18,909,453 for fresh fruit and vegetable support in New York, New Jersey and Pennsylvania zone. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and USDA school customers. There were six responses to the web solicitation. Type of appropriation is fiscal 2012-2014 Defense Working Capital funds. The date of performance completion is February 27, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
 
Air Force
General Atomics Aeronautical Systems of San Diego, Calif. (FA8620-10-G-3038 0013) is being awarded an $87,338,761 firm fixed price, cost plus fixed fee contract for MQ-9 Reaper FY10/11 retrofit kits and installations for up to 80 aircraft. The location of performance is San Diego, Calif. Work is to be completed by August 17, 2016. The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Dayton, Ohio.
 
Lockheed Martin Mission Systems and Sensors, Liverpool, N.Y., (FA8707-12-C-0018) is being awarded a $35,980,000 firm fixed price contract for the continued technology development of the Three-Dimensional Expeditionary Long-Range Radar system and Preliminary Design Review and Capability Demonstration of the radar prototype. The location of performance is Liverpool, N.Y. Work is to be completed by Nov. 20, 2013. The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.
 
Northrop Grumman Systems Corp., Electronic Systems Division of Linthicum Heights, MD (FA8707-12-C-0019) is being awarded a $34,748,186 firm fixed price contract for the continued technology development of the Three-Dimensional Expeditionary Long-Range Radar system and Preliminary Design Review and Capability Demonstration of the radar prototype. The location of performance is Linthicum Heights, MD. Work is to be completed by Nov. 20, 2013. The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.
 
Raytheon Co., Integrated Defense Systems, Sudbury, Mass. (FA8707-12-C-0020) is being awarded a $35,195,000 firm fixed price contract for the continued technology development of the Three-Dimensional Expeditionary Long-Range Radar system and Preliminary Design Review and Capability Demonstration of the radar prototype. The location of performance is Sudbury, Mass. Work is to be completed by Nov. 20, 2013. The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.
 
Navy
Offshore Service Vessels, L.L.C., Galliano, La., is being awarded $47,420,000 to exercise an option under a previously awarded contract (N00033-05-C-3300) to purchase vessels and flexible piping equipment that comprise the Offshore Petroleum Distribution System (OPDS). The vessels include a U.S.-flagged self-sustaining vessel, MV VADM K.R. Wheeler and one tender vessel, MV Fast Tempo. The OPDS has been under long-term charter to Military Sealift Command since 2005, and has the capability to operate as an at-sea pumping station, quickly and efficiently delivering fuel to soldiers and Marines operating ashore where port facilities are inadequate or non-existent. The ship transfers to U.S. government ownership on Aug. 20, 2012, and will continue to operate worldwide. Contract funds will not expire at the end of the fiscal year. The U.S. Navy's Military Sealift Command, Washington, D.C., is the contracting activity (N00033-05-C-3300).
 
Acosta, Inc., Jacksonville, Fla., is being awarded a $7,850,597 indefinite-delivery requirements contract with fixed-price and economic price adjustment provisions to provide for various resale items in support of Navy Exchange Service Command (NEXCOM) Ship Store Program. The contract shall provide NEXCOM with a vehicle for placing orders for the various supplies required by the command, which will then be placed in the inventory of Ship's Store for the purpose of resale to the ship's crew. The contract contains four one-year option periods, which if exercised, will bring the contract value to $39,252,985. Work will be performed in the following pre-determined zones: Zone A - Alameda, Calif.; Concord, Calif.; Oakland, Calif.; San Francisco Bay Area, Calif., and Richmond, Calif., Zone B - Chino, Calif.; Long Beach, Calif.; Port Hueneme, Calif. and San Diego, Calif., Zone C - Portland, Ore.; Bremerton, Wash.; Everett, Wash, and Seattle, Wash., Zone G - Little Creek, Va.; Newport News, Va.; Norfolk, Va.; Portsmouth, Va. and Yorktown, Va. Work is expected to be completed Dec. 31, 2013. If all options are exercise, work will continue through Dec. 31, 2017. Contract funds will not expire at the end of the fiscal year. Funding will be at the delivery order level. The requirement was not available for competition as Acosta, Inc., is the wholesaler/distributor authorized by the various manufacturers it represents to serve as the sole distribution channel to NEXCOM, and the Ship's Store Program. The Fleet Logistics Center Norfolk, Va., is the contracting activity (N00189-12-D-0044).

Search This Blog

Translate

White House.gov Press Office Feed