Saturday, January 26, 2008

MILITARY CONTRACTS - January 25, 2008

ARMY

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded on Jan. 24, 2008, a $171,847,946 firm-fixed price contract for modernized target acquisition designation night vision sensors for the Apache aircraft. Work will be performed it Lockheed Martin Systems in Orlando, Fla., and is expected to be completed by Sep. 30, 2011. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Apri. 19, 2007, and one bid received. The Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity W58RGZ-06-C-0169.

General Dynamics Network Systems, Needham, Mass., was awarded on Jan. 24, 2008, a $8,613,929 modification to a fixed price incentive contract for continuing efforts to survey, plan, design, install and implement the information
technology systems and infrastructure for Wedges 2-5 as part of the Pentagon IT infrastructure. Work will be performed at the Pentagon in Arlington, Va., and is expected to be completed by Dec. 31, 2010. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Mar. 28, 2002, and one bid was received. The Pentagon Renovation & Construction Program Office, Arlington, Va., is the contracting activity MDA947-98-C-2002.

Anthony & Gordon Construction Co. Inc., Knoxville, Tenn., was awarded on Jan. 24, 2008, an $8,426,000 firm fixed price contract for the design and construction of the Corpus Christi Controlled Humidity Warehouse in Robstown, Texas. Work will be performed in Robstown, Texas and is expected to be completed by Jan. 19, 2009. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Oct. 16 2007, and four bids were received. The U.S.
Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity W912QR-08-C-004.

NAVY

Raytheon Technical Services Co.
Indianapolis, Ind., is being awarded $34,077,192 for firm-fixed-price order #7005 under a previously awarded basic ordering agreement contract (N00383-07-G-008D) for repair of components of the APG-65 and 73 radar system, which is used to support the F/A-18 aircraft. Work will be performed in Indianapolis, Ind., (39 percent); Forest, Miss., (32 percent); El Segundo, Calif., (25 percent); and Andover, Mass., (4 percent), and work is expected to be completed by Jan. 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.

Rothenbuhler Engineering, Sedro Woolley, Wash., is being awarded an $11,518,054 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the MK 186 Mod 2 Radio Firing Device, MK 313 Mod 0 Shock Tube Igniter, MK 67 Demolition Firing Device and various components. MK 67 MOD 0 Demolition Firing Device, MK 313 MOD 0 Shock Tube Igniter, MK 186 MOD 2 Remote Firing Device systems are all radio firing device kits that together provide for the initiation of both pyrotechnic and ordnance devices remotely in both the electric initiator and shock tube initiator configurations. Additional contract line items are subcomponents of these systems and will be used for system maintenance purposes. Work will be performed in Sedro Woolley, Wash., and work is expected to be completed by Jan. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center Crane Division, Crane, Ind., is the contracting activity (N00164-08-D-4279).

Team BOS Signella, Joint Venture of Gemmo/Del-Jen, Inc./LA.RA S.r.l., Vicenza, Italy, is being awarded a $9,382,988 firm-fixed-price contract for Base Operating and Support (BOS) services at Naval Air Station (NAS), Sigonella. The work to be performed provides for all labor, supervision, tools, materials, equipment and transportation necessary to provide BOS services for the NAS Sigonella and supported installations. This contract contains options, which if exercised would bring the total not to exceed cumulative value of the contract to $50,110,676. Work will be performed in Sicily, Italy, and work is expected to be completed Feb. 2009, (Feb. 2013 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with five proposals received. The Naval Facilities Engineering Command, Europe and Southwest Asia, is the contracting activity (N33191-08-D-0212).

Canadian Commercial Corp. General Dynamics Land Systems
Canada, Ottawa, Ontario, Canada, is being awarded $6,063,302 for delivery order #0001 under previously awarded firm-fixed-priced, indefinite-delivery/indefinite-quantity contract (M67854-07-D-5028) for the purchase of Objective Gunner Protection Kit Parts required for their Mine Resistant Ambush ProtectedCategory I vehicles. Work will be performed in Ontario, Canada, and work is expected to be completed by Feb. 2009. Contract funds will not expire by the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Kollmorgen Corp. Electro-Optical Division, Northampton, Mass., is being awarded a $5,754,914 modification under previously awarded contract (N00024-06-C-6248) to exercise an option for the production of one AN/BVS-1 Photonics Mast System. The Photonics Mast is a non-hull penetrating electronic imaging subsystem of the command and control system. The Photonics Mast incorporates visible, infrared and electronic support measures sensors, and stealth features that will provide new capabilities for attack submarines. The subsystem comprises the Sensor Group, the Mast Group, the Data Transmission Group, and the Control and Display Group. The AN/BVS-1 Photonics Mast Systems will be installed on the Va. Class Submarines (SSN 780 - SSN 783). Work will be performed in Northampton, Mass., (70 percent); Seattle, Wash., (8 percent); Westfield, Mass., (6 percent);
Boston, Mass., (6 percent); Joplin, Mo., (4 percent); Cincinnati, Ohio, (2 percent); Orlando, Fla., (2 percent); and Hackensack, N.J., (2 percent), and is expected to be completed by Aug. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Reinhart Food Service, La Crosse, Wis., is being awarded a maximum $19,400,000.00 fixed price with economic price adjustment, prime vendor contract for subsistence. There are no other locations of performance. Using services are
Army, Federal Civilian Agencies, and National Guard. This proposal was originally Web solicited with one response. This contract includes a two-year base and three option periods. Date of performance completion is Jan. 24, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM300-08-D-3236).

Hatco Corp. Fords, N.J., is being awarded a maximum $12,341,351.34 indefinite quantity contract for oil. There are no other locations of performance. Using services are
Army, Navy, Air Force, and Marine Corps. The proposals were originally solicited on DIBBS with one response. This is a base year contract with one option year. Date of performance completion is Jan. 24, 2009. The contracting activity is Defense Supply Center Richmond, Richmond, Va., (SPM4A6-08-D-0097).

No comments: