Democratic Underground Latest Greatest Lobby Journals Search Options Help Login
Google

DoD contracts for 3/16/2009

Printer-friendly format Printer-friendly format
Printer-friendly format Email this thread to a friend
Printer-friendly format Bookmark this thread
This topic is archived.
Home » Discuss » Topic Forums » Veterans Donate to DU
 
unhappycamper Donating Member (1000+ posts) Send PM | Profile | Ignore Tue Mar-17-09 05:37 AM
Original message
DoD contracts for 3/16/2009
http://www.defenselink.mil/contracts/

Contracts valued at $5 million or more are announced each business day at 5 p.m. Contract announcements issued within the past 30 days are listed below. Older contract announcements are available from the contract archive page. Contract announcements are also available by e-mail subscription. Go to DoD News for more information and for links to other news items.


http://www.defenselink.mil/contracts/contract.aspx?contractid=3983


FOR RELEASE AT
5 p.m. ET No. 168-09
March 16, 2009

CONTRACTS


NAVY


Northrop Grumman Shipbuilding (NGSB), Inc., Pascagoula, Miss., is being awarded a $31,800,000 basic ordering agreement for Post-Shakedown Availability (PSA) for DDG 51 Class Destroyers. The orders to be issued are for PSA planning and support services and will include advance planning, engineering support, on-site engineering liaison, craft assistance, the ordering and processing of required material in support of PSAs, and the accomplishment of emergent industrial availabilities. Emergent industrial availabilities include, but are not limited to, Restricted Availabilities, Drydocking Availabilities, and Technical Availabilities which may be required from time of ship’s delivery through the SCN Obligation Work and Limiting Date. If necessary, orders may be issued to NGSB for PSA planning and support and emergent industrial availabilities for DDG 51 Class Destroyers built by Bath Iron Works Corp. (BIW) if BIW is unable to perform the work. Work will be performed in Pascagoula, Miss. (40 percent) and in the ships’ homeport (60 percent), which may include Norfolk, Va.; San Diego, Calif.; and Mayport, Fla., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-09-G-2305).


Jacobs Technology, Inc., Tullahoma, Tenn., is being awarded a $10,969,384 modification to a previously awarded cost plus fixed fee, indefinite delivery, indefinite quantity contract (N68936-06-D-0001) to provide for design and development engineering, test and evaluation, transition engineering, and management support services for the Naval Air Warfare Center Weapons Division. Work will be performed in China Lake, Calif. (83 percent) and Point Mugu, Calif. (17 percent), and is expected to be completed in June 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.


BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $9,982,999 modification to previously awarded contract (N00024-06-C-4408) for repairs and maintenance to various shipboard systems on the USS Port Royal (CG-73). Work will be performed in Pearl Harbor, Hawaii. Contract funds in the amount of $11,140 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.


Harper Construction Co., San Diego, Calif., is being awarded $8,197,536 for firm fixed price task order #025 under a previously awarded multiple award construction contract (N62473-06-D-1056) for design, repair, and renovation of BEQ Bldg 530529 and Utility Bldg 530530, Marine Corps Base Camp Pendleton, Calif. This task order also contains three unexercised options, which if exercised would increase the cumulative contract value to $10,277,265. Work will be performed in Oceanside, Calif., and is expected to be completed by March 2010. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.


L-3 Communications, Electron Devices Division, Williamsport, Pa., is being awarded a $6,313,780 firm fixed price, indefinite delivery, indefinite quantity contract for repair of cross field amplifier electron tubes for the AN-SPY-1 radar program. Work will be performed at Williamsport, Pa., and work is expected to be completed by August 2010. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (N00104-09-D-D010).



AIR FORCE


The Air Force is awarding an indefinite delivery, indefinite quantity contract to University of Dayton Research Institute of Dayton Ohio for a Maximum of $9,880,000. The advanced behavior and Life Precision of Aerospace Materials program will perform research and development to address the Air Force need to develop a comprehensive understanding of the physics behind damage accumulation and failure of aerospace materials under a wide range of service conditions. At this time, $757,311 has been obligated. Det 1 AFRl/PKMM, Wright Patterson Air Force Base, Ohio is the contracting activity. (FA8650-09-D-5223)




DEFENSE LOGISTICS AGENCY


Southeast Power Systems of Orlando, Orlando, Fla.* is being awarded a maximum $7,936,008 firm fixed price contract for pump, fuel and metering support of multi-purpose wheeled vehicles. There are no other locations of performance. There were originally 2 proposals solicited with 1 response. Using service is Army. The date of performance completion is March 13, 2014. The contracting activity is the Defense Logistics Agency, Warren (DLA-Warren), Warren, Mich. (SPRDL1-09-D-0005).



*Small Business
Printer Friendly | Permalink |  | Top

Home » Discuss » Topic Forums » Veterans Donate to DU

Powered by DCForum+ Version 1.1 Copyright 1997-2002 DCScripts.com
Software has been extensively modified by the DU administrators


Important Notices: By participating on this discussion board, visitors agree to abide by the rules outlined on our Rules page. Messages posted on the Democratic Underground Discussion Forums are the opinions of the individuals who post them, and do not necessarily represent the opinions of Democratic Underground, LLC.

Home  |  Discussion Forums  |  Journals |  Store  |  Donate

About DU  |  Contact Us  |  Privacy Policy

Got a message for Democratic Underground? Click here to send us a message.

© 2001 - 2011 Democratic Underground, LLC