NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., - TopicsExpress



          

NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $118,875,655 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) for the repair and replenishment of government-owned Joint Strike Fighter (JSF) aircraft assets. These JSF aircraft assets include spare parts on JSF jets, training devices, support equipment and Autonomic Logistics Information System equipment. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in October 2014. Fiscal 2014 operations and maintenance funds from the Air Force, Marine Corps, Navy, and international partner funds in the amount of $76,399,406 are being obligated on this award, of which $71,494,560 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($51,980,743; 43.7 percent), U.S. Marine Corps ($43,784,064; 36.8 percent), the U.S. Navy ($15,822,614; 13.3 percent); and the governments of the United Kingdom ($5,741,235; 4.9 percent); the Netherlands ($1,546,999; 1.3 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 $65,280,712 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) for non-recurring efforts for the development of a Common F-35A Conventional Take-Off and Landing Air System comprised of the Air Vehicle and the Autonomic Logistics Global Sustainment System for the governments of Japan and Israel. Work will be performed in Fort Worth, Texas (44 percent); San Diego, Calif. (26 percent); Baltimore, Md. (25 percent) and El Segundo, Calif. (5 percent), and is expected to be completed in December 2017. Foreign military sales funds in the amount of $32,495,254 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 governments of Japan ($32,640,356; 50 percent) and Israel ($32,640,356; 50 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $62,574,394 modification to previously awarded cost-plus-award-fee contract (N00024-08-C-4410) for the USS Pearl Harbor (LSD 52) fiscal 2014 extended dry-dock phased maintenance availability. An extended dry-dock phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ships military and technical capabilities. Work will be performed in San Diego, Calif., and is expected to be completed by July 2015. Fiscal 2014 operations and maintenance, Navy and fiscal 2013 other procurement, Navy funding in the amount of $62,574,394 will be obligated at time of award. Contract funds in the amount of $34,415,917 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $50,737,476 cost-plus-incentive-fee, firm-fixed-price contract for non-recurring efforts and integration tasks in support of the development of Japans F-35A Conventional Take-Off and Landing Air System, which is comprised of the Air Vehicle and the Autonomic Logistics Global Sustainment System. Work will be performed in Fort Worth, Texas (61 percent); Orlando, Fla. (17 percent); El Segundo, Calif. (10 percent); San Diego, Calif. (8 percent); Baltimore, Md. (3 percent) and Melbourne, Fla. (1 percent), and is expected to be completed in December 2017. Foreign military sales funds in the amount of $20,392,580 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0040). BAE Systems, Jacksonville, Fla., is being awarded a $27,370,048 modification to a previously awarded multi-ship, multi-option cost-plus incentive fee contract (N40024-10-C-4406) to provide ship repairs, hull, machinery, electrical, electronics, ship alterations and piping as required. Work will be performed in Jacksonville, Fla., and is expected to be completed by October 2014. Fiscal 2014 operations and maintenance, Navy funding in the amount of $27,370,048 will be obligated at the time of the award, all of which, will expire at the end of the current fiscal year. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity. Alion Science and Technology Corp., Burr Ridge, Ill., was awarded a $24,000,000 ceiling-priced indefinite-delivery/indefinite-quantity contract for the procurement of Live Virtual Constructive Modeling and Simulation (LVCMS) Anti-submarine Warfare (ASW) Virtual At Sea Training (VAST). The LVCMS and ASW VAST family of training systems are networked, personal computer-based deployable trainers designed to support integrated and coordinated ASW tactical training, Anti-Access Area Denial and Cyber Warfare using Joint Semi Automated Forces Navy Training Baseline simulation. Work will be performed in Orlando, Fla., and is expected to be completed in October 2019. Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $10,000 was obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured through an electronic request for proposals and one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla. is the contracting activity (N61340-14-D-0002). Indus Technology Inc.*, San Diego, Calif., is being awarded a potential $21,797,616 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacifics (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which if exercised, would bring the potential value of this contract to an estimated $36,825,493. Work will be performed in San Diego, Calif., and onboard Navy ships, and work is expected to be completed March 17, 2017. Fiscal 2014 operations and maintenance, Navy; shipbuilding and conversion, Navy; other procurement, Navy; and research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0034). Client Solutions Architect*, Mechanicsburg, Pa., is being awarded a potential $21,670,069 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacifics (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which if exercised, would bring the potential value of this contract to an estimated $36,555,425. Work will be performed in San Diego, Calif., onboard Navy ships, and at contractors facilities in Mechanicsburg, Pa., and work is expected to be completed March 17, 2017. Fiscal 2014 operations and maintenance, Navy; shipbuilding and conversion, Navy; other procurement, Navy; and research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0032). Watts-Healy Tibbitts a Joint Venture, Honolulu, Hawaii, was awarded $18,608,004 for firm-fixed-price task order KB03 under a previously awarded multiple award construction contract (N62478-09-D-4019) for the construction of a drydock waterfront facility at Joint Base Pearl Harbor-Hickam. The work to be performed provides for the construction of a new low rise waterfront facility, concrete slab-on-grade, and pile supported foundation. The project includes shop spaces, meeting/conference rooms, break rooms, and administrative, engineering, project management and project team spaces. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $20,289,031. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2015. Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $18,608,004 are being obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii, is the contracting activity. (Awarded March 17, 2014) Black and Veatch Special Projects Corp., Overland Park, Kan., is being awarded a maximum amount $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for professional services for management and maintenance of the Navys electrical and mechanical utility systems for various locations under the cognizance of the Naval Facilities Engineering Command (NAVFAC), Atlantic area of responsibility (AOR). The work to be performed is to conduct research, analysis and provide recommendations to assist in the management and maintenance of the Navys electric and mechanical utility systems including electric and steam production; electric and steam distribution; natural gas; and energy. No task orders are being awarded at this time. Work will be performed in the NAVFAC Atlantic AOR. The term of the contract is not to exceed 36 months with an expected completion date of March 2017. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $10,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-14-D-6011). Huntington Ingalls Inc.-Newport News Shipbuilding, Newport News, Va., is being awarded an undefinitized contract action with a not-to-exceed value of $8,624,008 on a previously awarded cost-plus-fixed fee contract (N00024-14-G-2114) for fiscal 2014 propulsion plant engineering activity support for CVN 68 class. This effort will provide engineering services in support of life-cycle management of the systems identified for the CVN 68 class. The contract includes options which have not yet been priced. Work will be performed in Newport News, Va., and is expected to complete by March 2015. Fiscal 2014 operations and maintenance, Navy funds in the amount of $ 8,624,008 will be obligated at the time of award. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with CVN BOA Class J&A 20,883 (E). The Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity. Lockheed Martin, Mission Systems and Training, Moorestown, N.J., is being awarded an $8,138,640 modification to previously awarded contract (N00024-12-C-4309) to exercise fiscal 2014 options and fund the lifetime sustainment and support services for installed Aegis Weapon Systems (AWS). The contract will provide for support of the critical modernization programs currently in process for the AWS as well as logistics and sustainment support for the in-service Aegis ship fleet in order to prevent delays in the delivery of the AWS upgrades and schedule and operational impacts to the effected ship availabilities. Work will be performed in Moorestown, N.J. (81 percent) and Mt. Laurel, N.J. (19 percent) and is expected to be completed by June 2017. Fiscal 2014 other procurement, Navy; fiscal 2014 operations and maintenance, Navy and fiscal 2014 research, development, test and evaluation, Missile Defense Agency contract funds in the amount of $8,138,640 will be obligated at time of award. Fiscal 2014 operations and maintenance, Navy funding in the amount of $694,829 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.
Posted on: Wed, 19 Mar 2014 02:49:49 +0000

Trending Topics



Recently Viewed Topics




© 2015