Seal of the Department of Defense U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web:
http://www.defense.gov/Contracts/Contract.aspx?ContractID=4874
Media contact: +1 (703) 697-5131/697-5132
Public contact:
http://www.defense.gov/landing/comment.aspx
or +1 (703) 571-3343

FOR RELEASE AT
5 p.m. ET
No. 743-12
September 12, 2012


CONTRACTS

AIR FORCE

            GSD&M Idea City L.L.C., Austin, Texas (FA3002-08-D-0019, P00007), is being awarded a $41,000,000 contract modification for U.S Air Force National Advertising.  This modification provides for the exercise of the fifth option period.  The location of the performance is Austin, Texas.  Work is expected to be completed by Sept. 30, 2012.  The contracting activity is AETC/CONS, Randolph Air Force Base, Texas. 

            DynCorp International L.L.C., Fort Worth, Texas (FA3002-13-C-0001), is being awarded a $35,724,192.00 firm fixed price contract to procure Acquisition of Support Services at Laughlin Air Force Base, Texas.  The location of the performance is Laughlin Air Force Base, Texas.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AETC CONS/LGCK, Randolph Air Force Base, Texas. 

            Vista Zia Technologies L.L.C., Las Cruces, N.M. (FA2521-12-D-0005), is being awarded a $30,000,000 indefinite delivery/indefinite quantity contract for contractor support services to assist the 45th Space Wing located at Patrick Air Force Base in the implementation and maintenance of its environmental programs.  The location of the performance is Las Cruces, N.M.  Work is expected to be completed by Aug. 31, 2018.  The contracting activity is 45 CONS/LGCA, Patrick Air Force Base, Fla. 

            Schafer Corp., Chelmsford, Mass. (FA7022-11-C-0009, P00012), is being awarded an $8,468,294 contract modification for particle analysis services.  The contract modification provides for the exercise of the second contract option period.  The location of the performance is Sunol, Calif.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AF ISR Agency/A7KRB, Patrick Air Force Base, Fla. 

DEFENSE LOGISTICS AGENCY

            Dentsply Professional, York, Pa., was issued a modification exercising the first option year on contract SPM2DE-11-D-7456/P00003.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $35,258,839 for distribution of a wide range of general dental supplies.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were fourteen responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 25, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            MLDC Government Services Corp.*, Moscow, Idaho, was awarded contract SP0600-12-D-4552.  The award is a fixed price with economic price adjustment contract with a minimum $8,648,646 for fuel.  Other locations of performance are in Arizona.  Using service is federal civilian agencies.  There were thirty-two responses to the Web solicitation.  Type of appropriation is fiscal 2015 Stock Funds.  The date of performance completion is Sept. 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. 

NAVY

            Teletronics Technology Corp.*, Newtown, Pa., is being awarded a $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide commercially available airborne instrumentation and equipment in support of the Naval Air Warfare Center Aircraft Division’s Air Vehicle Modification and Instrumentation Special Flight Test Instrumentation Pool.  Work will be performed in Newtown, Pa., and is expected to be completed in September 2017.  Contract funds will not expire at the end of the current fiscal year.  Funds will be obligated on individual task orders as they are issued.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-12-D-0012). 

            Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $18,820,793 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the Littoral Combat Ship.  The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas.  Littoral Combat Ships Mission Packages will be optimized for flexibility in the littorals.  Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats.  The Littoral Combat Ships Mission Packages are developed and acquired separately from the Littoral Combat Ships Sea Frame.  Work will be performed in Bethpage, N.Y. (45 percent); Washington, DC (20 percent); Panama City, Fla. (20 percent); Ventura County, Calif. (10 percent); and Dahlgren, Va. (5 percent), and is expected to be completed by December 2013.  Contract funds in the amount of $712,585 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington DC, is the contracting activity. 

            Peerless Manufacturing Co.*, Dallas, Texas, is being awarded a $13,749,614 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Ship Service Gas Turbine Generator three-stage pocket filter arrangement combustion intake air filtration systems to replace the existing systems on the Arleigh Burke (DDG 51) class.  The new air filtration systems are being procured in order to replace the existing intake filtration systems which are two-stage flat panel arrangements.  Work will be performed in various ship U.S. locations depending on the ship’s schedule at the time of installation, and is expected to complete by September 2017.  Contract funds in the amount of $139,712 will expire at the end of the current fiscal year.  This contract was competitively awarded through Navy Electronic Commerce Online and the Federal Business Opportunities websites, with two offers received.  The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-12-D-0002). 

            Precision Laser Services Inc.*, Fort Wayne, Ind. (N00164-12-D-JN32); Northside Machine Co., Inc.*, Dugger, Ind. (N00164-12-D-JN40); J and R Tool Inc.*; Loogootee, Ind. (N00164-12-D-JN41); Specialty CNC Inc.*, Bloomington, Ind. (N00164-12-D-JN42); Loughmiller Machine, Tool and Design, Inc.*, Loogootee, Ind. (N00164-12-D-JN43); C M Engineering Inc.*, Dugger, Ind. (N00164-12-D-JN44); Marathon Technologies Inc.*, Elk Grove Village, Ill. (N00164-12-D-JN45); C and S Machine Inc.*, Plainville, Ind. (N00164-12-D-JN46), are being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts for a combined cumulative value of $10,000,000 for the purchase of Crew Served Weapon Mounting Systems in support of  Naval Air Systems Command, V-22 Aircraft Survivability integrated product team.  Work will be performed at the sites identified above depending on which contractor receives each competitive delivery order, and work is expected to be completed by September 2017.  Contract funds in the amount of $306,652 will expire at the end of the current fiscal year.  These contracts were competitively procured under a Small Business set-aside via the Federal Business Opportunities website, with 16 proposals received.  Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity. 

            Mikel Inc.*, Fall River, Mass., is being awarded a $8,916,992 modification to previously awarded contract (N00024-11-C-6295) for Combat Systems of the Future and Non-Collinear Wave Front Curvature Ranging.  Services will be rendered as needed to provide for research and combat system development and processing in the areas of automation and data fusion, target motion analysis, weapon employment, and tactical decision aids that extend and apply previous efforts that focus on improved automation, reduced manning requirements, and improved human system integration over current combat systems applicable to Navy Submarines, Surface and Air platforms.  In addition, these services will include development of tactical combat and surveillance system algorithms and software to include sonar, combat control, weapons, communications, C4I and navigation functionality as well as non-tactical software for undersea fixed and portable tracking ranges.  This effort is under the Small Business Innovative Research program.  Work will be performed in Fall River, Mass. (88 percent);  Manassas, Va. (9 percent); Laurel, Fla. (1 percent); North Kingstown, R.I. (1 percent); and Poulsbo, Wash. (1 percent), and is expected to be completed by December 2013.  Contract funds will not expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, Washington, DC, is the contracting activity. 

            Raytheon Technical Services Co., L.L.C., Indianapolis, Ind., is being awarded a $7,009,652 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for 147 LAU-115 Missile Launcher Depot level repairs and upgrades in support of FA-18 A/B/C/D/E/F aircrafts.  Work will be performed in Indianapolis, Ind., and is expected to be completed in May 2014.  Contract funds in the amount of $7,009,652 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

            BAE Systems Information and Electronics, Burlington, Mass., is being awarded a $7,660,333 modification to a cost plus fixed fee contract (HR0011-11-C-0050).  This modification was issued under the Insight program to continue executing the following tasks, in addition to others: develop the virtual environment, a high fidelity simulation of the physical test bed and exploitation and resource management system operating together in closed-loop, as well as to demonstrate its capability for real-time simulation.  Work will be performed in Burlington, Mass. (75.44 percent); Utica, N.Y. (22.33 percent), and Albuquerque, N.M., (2.23 percent). The work is expected to be completed by July 1, 2013. The Defense Advanced Research Projects Agency is the contracting activity. 

*Small Business