Professional Documents
Culture Documents
Nov2012 Contract
Nov2012 Contract
13
U.S. Departm ent of Defense Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web:
Public contact:
http://www.defense.gov /landing/comment.aspx
http://www.defense.gov /Contracts/Contract.aspx?ContractID=4909
or +1 (703) 571-3343
Secretary of Defense
Speeches Messages Biography
Press
Today in DoD News Releases Press A dvisories Publications Transcripts
CONTRACTS AIR FORCE The Boeing Co., St. Louis, Mo., (FA8505-12-C-0001, P00002) is being awarded a $3,999,660,000 firm-fixed-price, cost-plus-fixed-fee and cost reimbursable no fee contract modification for Country Standard Time Compliance Techical Order (CSTCTO) development, CSTCTO integration and testing, fabrication of trial kits to support validation and verification activities. Procurement of 68 F-15s to SA conversion kits and the procurement and installation of four base stand-up kits. Work is expected to be completed by Dec. 31, 2019. The contracting activity is AFLCMC/WWKA, Robins Air Force Base, Ga. This is a Foreign Military Sales requirement for the Kingdom of Saudi Arabia. Exelis Systems Corp., Systems Division, Patrick Air Force Base, Fla., (F04701-01-C-0001, P00859) is being awarded a $78,385,270 contract modification for providing launch and test range system support functions to the Eastern and Western Range. The location of the performance is Patrick Air Force Base, Fla. Work is expected to be completed by Oct. 31. 2013. The contracting activity is SMC/PKL, Peterson Air Force Base, Colo. AHNTECH Inc., San Diego, Calif., (FA4890-13-C-0005) is being awarded a $68,664,620 firm fixed price with cost reimbursable contract for the Air Combat Command's primary training ranges service requirement. The location of the performance is Dare County Range, Seymour Johnson Air Force Base, N.C.; Poinsett Range, Shaw Air Force Base, S.C.; Grand Bay Range, Moody Air Force Base, Ga.; Avon Park Range, Moody Air Force Base, Ga.; Snyder Range, Dyess Air Force Base, Texas; Belle Fourche Range, Ellsworth Air Force Base, S.D.; Holloman Ranges, Holloman Air Force Base, N.M.; Mountain Home Range, Mountain Home Air Force Base, Idaho and the Nevada Test and Training Range in Nevada. Work is expected to be completed by Dec. 31, 2017. The contracting activity is AMIC/PKC, Langley Air Force Base, Va. Northrop Grumman Space Technology, Clearfield, Utah, (F42610-98-C-0001, P03732) is being awarded a $10,000,000 cost plus incentive fee contract for intercontinential ballistic missile reentry field support equipment Engineering Management and Development Program. The location of the performance is Clearfield, Utah and King Prusssia, Pa. Work is expected to be completed by Mar. 24, 2015. The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah. Northrop Grumman Electronic Systems, Azusa, Calif., (FA8814-11-C-0007, P00008) is being awarded a $6,999,999 cost plus fixed fee contract modification for the integration and fusion of data from the commericially hosted infrared payload, overhead persistent infrared wide field of view staring sensor at the Advanced Fusion Center and the Algorithm Development Laboratory. The location of the performance is Azusa, Calif. and Colorado Springs, Colo. Work is expected to be completed by Dec. 1, 2014. The contracting activity is SMC/XRC, Los Angeles Air Force Base, Calif. UNITED STATES TRANSPORTATION COMMAND Canadian Commercial Corp./Canadian Helicopters Ltd., Ottawa, Ontario, Canada, $72,393,145 (HTC711-10-D-R025); AAR Airlift Group Inc., Palm Bay, Fla., $161,544,147; (HTC711-10-D-R026 TO 0001 and 0002); Vertical de Aviacion Ltd., Bogota, Columbia, $214,259,924 (HTC711-10-D-R027 TO 0001 and TO 0002); Evergreen Helicopters Inc., McMinnville, Ore., $24,628,600 (HTC711-10-D-R028); Columbia Helicopters Inc., Aurora, Ore., $97,795,019, (HTC711-11-D-R021 TO 0002 and 0003); and Construction Helicopters Inc., Howell, Mich., $31,772,273, (HTC711-11-D-R022) have received option year modifications for a multiple-award firm, fixed-price contract for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, and the option year will start Nov. 1, 2012, to be completed by Oct. 31, 2013. This contract was a competitive acquisition. The contracting activity is U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. DEFENSE LOGISTICS AGENCY Sysco Seattle Inc., Kent, Wash., was awarded contract SPM300-13-D-3590. The award is an indefinite quantity and indefinite delivery, sole source, bridge extension contract with a maximum $17,699,109 for full line food service distribution. There are no other locations of performance. Using military services are Army, Navy, Air Force and Marine Corps. There was one response to the web solicitation. Type of appropriation is fiscal 2013 Manual Funding. The date of performance completion is Nov. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. Sysco Seattle Inc., Kent, Wash., was awarded contract SPM300-13-D-3592. The award is an indefinite quantity and indefinite delivery, sole source, bridge extension contract with a maximum $55,373,492 for full line food service distribution. There are no other locations of performance. Using military service is Navy. There was one response to the web solicitation. Type of appropriation is fiscal 2013 Manual Funding. The date of performance completion is Nov. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. DEFENSE COMMISARY AGENCY Envision Inc., Wichita, Kan., is being awarded an indefinite-delivery, requirements-type contract to provide plastic t-shirt shopping bags for all commissary stores in the Continential United States (CONUS), Alaska, Hawaii, and Puerto Rico. The estimated award amount is $47,296,200. Contractor will deliver through frequent delivery system distributors to the store locations as needed. The contract is for a base period beginning Nov. 2, 2012, through Aug. 31, 2013. Four 1-year option periods are available. If all option periods are exercised, the contract will be completed Aug. 31, 2017. Funding will be provided for each semimonthly roll-up period; therefore, funding will not expire at the end of the current fiscal year. One firm was solicited and one offer was received. The acquisition was completed under FAR 6.302-5, Authorized or Required by Statute. Items purchased are on the
Photos
Imagery A rchive Highlights Photo Essays Week in Photos
DoD Info
Post 9/11 GI Bill Transferability Community Relations Stars & Stripes Recovery A ct Site Map
www.defense.gov/contracts/contract.aspx?contractid=4909
1/3
17.04.13
Printer-friendly Version
Email A Copy
.
Main Menu
Home
www.defense.gov/contracts/contract.aspx?contractid=4909
2/3
17.04.13
Additional Links
Home Today in DOD About DOD Top Issues New s Photos/Videos Military/DoD Websites Contact Us Inspector General Privacy & Security Link Disclaimer Recovery Act FOIA USA.gov No FEAR Act Plain Writing Act of 2010 Join the Military Careers Web Policy Websites
Stay Connected
RSS Feeds
Podcasts
Widgets
Tw itter
YouTube
www.defense.gov/contracts/contract.aspx?contractid=4909
3/3