Local Navy Contract Awards


WASHINGTON (July 24, 2012)—The U.S. Department of Defense recently announced the following contract awards that pertain to local Navy activities.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $45,913,625 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) for the procurement of 123 Tomahawk Block IV Composite Capsule Launching Systems (CCLS) for the U. S. Navy. The CCLS is a water tight encapsulating system in which the Tomahawk missile is loaded, shipped and launched from Navy submarines. Work will be performed in Tucson, Ariz. (24.61 percent); Lincoln, Neb. (23.17 percent); Camden, Ark. (12.48 percent); Rocket Center, W.V. (10.3 percent); Carpentersville, Ill. (8.74 percent); Joplin, Mo. (6.63 percent); Hopkinton, Mass. (4.76 percent); Huntsville, Ark. (4.37 percent); Alamitos, Calif. (2.05 percent); Torrance, Calif. (1.47 percent); Downers Grove, Ill. (.75 percent); and Brooksville, Fla. (.67 percent), and is expected to be completed in July 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Electric Co., Lynn, Mass., is being awarded a $13,154,779 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) for engineering and logistics services in support of the F/A-18E/F aircraft F414-GE-400 engine. Work will be performed in Lynn, Mass. (90 percent) and Evendale, Ohio (10 percent), and is expected to be completed in December 2012. Contract funds will in the amount of $274,986 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $22,775,806 modification to a previously awarded firm-fixed- price contract (N00019-10-C-0030) to exercise an option for the procurement of 2,384 direct attack moving target weapons including shipping containers. Work will be performed in St. Charles, Mo., and is expected to be completed in February 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $13,919,215 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0069) to exercise an option for AN/ARC-210(V) electronic radio and ancillary equipment for the Air Force. The modification provides for the following quantities: (50) C-12719/ARC control, radio set, (50) AM-7526/ARC high power amplifier, (50) MX-11641/ARC LNA diplexer and (135) RT-1939(C)/ARC receiver-transmitter. The work will be performed in Cedar Rapids, Iowa, and is expected to be completed in February 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

The Boeing Co., Seattle, Wash., is being awarded an $11,655,663 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for the Block 9.2 software upgrade of the Operational Flight Trainer, the Weapons Tactics Trainer, and the Part Task Trainer in support of the Low Rate Initial Production I, P-8A Multi-Mission Maritime aircraft. This modification also includes the procurement of a Mission System Desktop Trainer. Work will be performed in St. Louis, Mo., (85 percent), Seattle, Wash., (12 percent), and Anaheim, Calif., (3 percent), and is expected to be completed in May 2013. Contract funds in the amount of $9,897, 365 will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

The Navy is awarding indefinite-delivery/indefinite-quantity multiple award contracts to 385 contractors (6 from So. Md.) that will provide for their competition for service requirements solicited by Naval Sea Systems Command, Naval Air Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Strategic Systems Programs, Office of Naval Research, and the U.S. Marine Corps. The 22 functional service areas within the scope of the contracts include: research and development support; engineering system engineering and process engineering support; modeling, simulation, stimulation, and analysis support; prototyping, pre-production, model-making, and fabric support; system design documentation, and technical data support; software engineering, development, programming, and network support; reliability, maintainability, and availability support; human factors, performance, and usability engineering support; system safety engineering support; configuration management support; quality assurance support; information system development, information assurance, and information technology support; ship inactivation and disposal support; interoperability, test and evaluation, trials support; measurement facilities, range, and instrumentation support; acquisition logistics support; supply and provisioning support; training support; in-service engineering, fleet introduction, installation and checkout support; program support; functional and administrative support, and public affairs and multimedia support. These contracts are in addition to the existing 2,501 contracts previously awarded under the SeaPort Enhanced (SeaPort-e) acquisition program for services procurements. The government estimates a maximum of $5,300,000,000 of services will be procured per year via orders issued under the SeaPort-e multiple award contracts. The award of these contracts is a result of the SeaPort-e Rolling Admissions solicitation. The SeaPort-e acquisition is comprised of seven regional zones in which task orders will be competed based upon the principal place of performance. These awards contain provisions to set aside requirements for small businesses, service disabled veteran owned small businesses, 8a business development program and historically under-utilized business zone small businesses. Under these multiple award contracts, each contractor will be provided a fair opportunity to compete for individual task orders solicited within their zone or zones of performance. The awards have a two-year base period with one five-year award term. These contracts were competitively procured via the Navy Electronic Commerce Online website, with 415 offers received and 385 contracts awarded. Contract funds will be obligated at the time of task order award and as such, multiple funding types (with varying expiration dates) may be used, consistent with the purpose for which the funds were appropriated. The Naval Sea Systems Command, Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-12-D-6741 through N00178-12-D-7127). The list of contractors from southern Maryland involved are: Assisted Management Solutions, Inc., dba AMS, Leonardtown, Md.; MD Consulting L.L.C., Waldorf, Md.; National Professional Exchange Inc., dba NPX, Hollywood, Md.; Shadowens Services Inc., Lexington Park, Md.; Soft-Con Enterprises Inc., Upper Marlboro, Md.; and Technician Professionals L.L.C., Waldorf, Md.

Featured Sponsor

St. Mary's Nursing Center
Long-term care and rehabilitation facility located in beautiful St. Mary's Co. in Southern Maryland.

Reader Comments

Featured Sponsor

Charles County Technology Council
CCTC is a cooperative alliance dedicated to the advancement of people, technology, and ideas, in Charles County.

Need Legal Representation?

Five So. Maryland locations to serve you. Personal Injury, Criminal Defense, DUI Defense.

Follow SoMd HL News