Friday, February 01, 2008

CONTRACTS

NAVY

General Dynamics, National Steel and Shipbuilding Co. San Diego, Calif., is being awarded a $459,780,045 modification to previously awarded contract (N00024-02-C-2300) to exercise an option for construction of T-AKE 10, including technical manuals, special studies, analyses and reviews; engineering and industrial services, and data; and long lead time material for T-AKE 11. T-AKE is a new Combat Logistics Force Underway Replenishment Naval vessel intended to replace the current capability of the Kilauea-Class (T-AE 26) Ammunition Ship, Mars-Class (T-AFS 1) Combat Stores Ships, and when operating in concert with a Henry J. Kaiser-Class (T-AO 187) Oiler ship, the Sacramento-Class (AOE 1) Fast Combat Support Ship. As an auxiliary support ship, T-AKE will directly contribute to the ability of the
Navy to maintain a forward presence. In its primary mission role, the T-AKE will provide logistic lift from sources of supply such as friendly ports, or at sea from specially equipped merchant ships by consolidation, and will transfer cargo (ammunition, food, limited quantities of fuel, repair parts, ship store items, and expendable supplies and material) at sea to station ships and other naval warfare forces. In its secondary mission, the T-AKE may be required to operate in concert with a Henry J. Kaiser-Class (T-AO 187) Oiler as a substitute station ship to provide direct logistics support to the ships within a Carrier Battle Group. I n its Maritime Prepositioning Force (Future) role T-AKE will contribute to the accomplishment of the seabasing mission area. Work will be performed in San Diego, Calif., and work is expected to be completed by Feb. 2012. Contract funds will not expireat the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

General Electric Aviation, Lynn, Mass., is being awarded a $193,000,000 performance based logistics (PBL) requirements contract for repair, replacement, consumables support, and program support for F414 engine components used on the F/A-18 E, F, and EA-18G aircraft. Work will be performed in Jacksonville, Fla., (80 percent); and Lynn, Mass., (20 percent), and work is expected to be completed by Dec. 2010. Contract funds will not expire at the end of the contract ordering period. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (N00383-08-D-002M).

Rolls-Royce Corp.
Indianapolis, Ind., is being awarded a $127,728,256 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0060) for the procurement of 53 MV-22 and 13 CV-22 Lot 12 AE1107C engines. Work will be performed in Indianapolis, Ind., and work is expected to be completed in Dec. 2009. 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.

Bell Boeing Tiltrotor Team, Amarillo, Texas, is being awarded a $38,623,787 indefinite-delivery/indefinite-quantity contract to repair items used on the V-22 helicopter. This contract includes one base year and two one-year option periods which if exercised, bring the total estimated value of the contract to $116,243,680. Work will be performed in Hurst, Texas (40 percent) and Ridley Park, Pa., (60 percent), and work is expected to be completed by Oct. 2010. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (N00383-08-D-001N).

The Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $36,367,391 modification to a previously awarded cost-plus-incentive-fee contract (N00019-03-C-3017) to provide additional administrative and logistics services in support of the MV-22 Total Life Cycle Logistics Support effort. Work will be performed in Ridley Park, Pa., (45 percent);
Fort Worth, Texas, (40 percent); New River, N.C., (10 percent); and in various locations outside the U.S. (5 percent); and is expected to be completed in Jul. 2008. 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.

MacGREGOR USA Inc. Cedar Knolls, N.J., is being awarded a $19,560,381 firm-fixed-price contract for the detail design, fabrication, installation, and documentation of the Test Article Vehicle Transfer System (TAVTS). The TAVTS will demonstrate the transfer of vehicles between a surrogate Maritime Prepositioning Force Future (MPF(F)) Mobile Landing Platform (MLP) ship and a Large Medium-Speed Roll-on/Roll-off (LMSR) ship. The two primary components of the TAVTS are a self-deploying ramp system that will be installed on a dynamically positioned surrogate MLP and a self-deploying sideport platform that will be mounted to an existing LMSR ship, either a T-AKR 300 BOB HOPE CLASS or T-AKR WATSON CLASS. Work will be performed by MacGREGOR in Chesapeake, Va., Cedar Knolls, N.J., and with MacGREGOR USA affiliates in Poland, Sweden, and Norway, and work is expected to be completed by Nov. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via Federal Business Opportunities, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-08-C-2222).

Northrop Grumman
Newport News, Newport News, Va., is being awarded a $16,338,114 modification to previously awarded contract (N00024-07-C-2116) to exercise an option for CVN 79 Integrated Product and Process Development. The integrated product and process development contract provides research and development efforts with investment objectives to: reduce acquisition cost, reduce total ownership cost, and maintain weight/center of gravity service life allowance thresholds. The contract will also provide continuation of systems development, engineering services, and feasibility studies for the CVN 79 and technology refresh, as required. Work will be performed in Newport News, Va., and work is expected to be completed by Oct. 2008. 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.

Multinational Logistic Services Limited, Valletta, VLT 10, Malta, is being awarded an $8,970,162 indefinite-delivery requirements contract with firm-fixed-price provisions for husbanding services to support
Navy and U.S. government vessels that make OCONUS port calls in Canada, the Caribbean, Central America, Mexico and South America (C3MS region). This contract consists of one base year and four one-year option periods, which if exercised, bring the total value of the contract to $44,850,811. Work will be performed in various OCONUS commercial ports throughout the C3MS region, and work is expected to be completed by Feb. 2009. Contract funds will not expire at the end of the fiscal year. This contract was competitively procured through Government-wide Points of Entry, Navy Electronic Commerce Online, and Federal Business Opportunities websites, with three offers received. The Fleet and Industrial Supply Center, Norfolk, Va., is the contracting activity (N00189-08-D-0020).

Chesapeake Sciences Corp. Millersville, Md., is being awarded a $6,214,805 modification to previously awarded contract (N00024-07-C-6223) for TB-34 Next Generation Fat Line Towed Bodies, interface hardware, and associated services in support of the TB-34 Towed Array System. The TB-34 was developed to provide improved Anti-Submarine Warfare and contact avoidance capability in cluttered littoral environments as well as maintain the U.S. Submarine Fleet's Ready for Issue fat line towed array inventory. Work will be performed in Millersville, Md., (70 percent), and Syracuse, N.Y.,(30 percent), and work is expected to be completed by Dec. 2009. Contract funds in the amount of $6,214,805 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington
Navy Yard, D.C., is the contracting activity.

AIR FORCE

McDonnell Douglas Corp. doing business as Boeing Aerospace Operations, Inc. of
San Antonio, Texas, is having a fixed-price contract option exercised for $307,500,000. This action will exercise option IX/KC-10 and option J/KDC-10 contractor logistics support for Feb. 1, 2008, through Jan. 31, 2009. At this time no funds have been obligated. 727 ACSG/PKA, Tinker Air Force Base, Okla., is the contracting activity (F34601-98-C-0125/P00258).

Lockheed Martin Space Systems Corp. of King of Prussia, Pa., is being awarded a cost plus award fee contract modification for $39,489,058. This modification provides for launch support, on-orbit operations, satellite storage and compensatory
security measures for satellites that remain to be launched under contract F04701-89-C-0073. At this time $35,408,023.64 has been obligated. SMC/GPSW/PK, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-89-C-0073).

ATK
Tactical Systems of Rocket Center, W.Va., is being awarded a firm fixed-price contract modification for $11,674,806.44. The DSU-33D/B is a nose-mounted sensor used on M117 and MK-80 series general-purpose bombs and the Joint Direct Attack Munition (JDAM). The DSU-33D/B provides a fire pulse to a fuze, which in turn, initiates bomb detonation at a Height-of-Burst (HOB) nominally 20 feet. The HOB capability enhances the performance of the weapon systems for above ground targets. The DSU-33D/B can provide a fire pulse to the following fuzes: FMU-139B, FMU-139A/B, FMU-139B/B, FMU-152/B and the FMU-152 A/B. Internal battery power for the DSU-33D/B is initiated by either an FZU-48/B, FZU-55/B, or FZU-55A/B in the Air Force configuration, or the Fuze Control Set in the Navy configuration. The sensor is qualified for use on the following aircraft and each variant in their series: Marine AV-8, Navy/Marine F/A-18, and Air Force A-10, F-15, F-16, F-22, B-52, B-1 and B2 including FMS versions. This action is to exercise option two for procurement of 11,492 DSU-33D/B proximity sensors and cables for the Air Forces. At this time all of the funds have been obligated. 679 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C009. P00017).

DEFENSE LOGISTICS AGENCY

Propper International, Inc. Mayaguez, Puerto Rico, is being awarded a maximum $73,378,860.00 firm fixed price, indefinite delivery, and indefinite quantity contract for
Army Combat Uniform Coats. Other locations of performance are in Puerto Rico. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0408).

American Apparel Inc. Selma, Ala., is being awarded a maximum $61,621,800.00 firm fixed price, indefinite delivery, and indefinite quantity contract for
Army Combat Uniform Coats. Other locations of performance are in Ala. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0406).

D.J. Manufacturing Corp. Caguas, Puerto Rico, is being awarded a maximum $57,834,840.00 firm fixed price, indefinite delivery, and indefinite quantity contract for
Army Combat Uniform Coats. Other locations of performance are in Puerto Rico. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0407).

Woolrich, Inc., Woolrich, Pa., is being awarded a maximum $23,183,040.00 firm fixed price, indefinite delivery, and indefinite quantity contract for
Army Combat Uniform Coats. Other locations of performance are Ga., Texas, and Ill. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0410).

Golden Manufacturing Co. Inc. Golden, Miss., is being awarded a maximum $19,396,080.00 firm fixed price, indefinite delivery, and indefinite quantity contract for
Army Combat Uniform Coats. Other locations of performance are in Mississippi. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0409).

Propper International, Mayaguez, Puerto Rico, is being awarded a maximum $19,276,428.00 firm fixed price contract for Battle Uniforms. Other locations of performance are in Puerto Rico. Using service is
Air Force. This proposal was originally Web solicited with six responses. This contract represents the first option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Feb. 2, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-07-D-0008).

American Apparel, Selma, Ala., is being awarded a maximum $13,730,220.00 firm fixed price contract for Battle Uniforms. Other locations of performance are Texas and Mississippi. Using service is
Air Force. This proposal was originally Web solicited with 12 responses. This contract represents the first option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Feb. 2, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-07-D-0009).

ARMY

BJK Solutions, Inc. Perkins, Okla., was awarded on Jan. 30, 2008, a large firm-fixed price contract for a Training Resource Arbitration Panel. Work will be performed at Fort Sill, Okla., and is expected to be completed by Jun. 1, 2008. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Dec. 20, 2007, and one bid was received. The U.S.
Army Corps of Engineers, Tulsa District, Tulsa, Okla., is the contracting activity W912BV-08-C-2000.

Smith's Detection, Edgewood, Inc. Edgewood, Md., was awarded on Jan. 30, 2008, a $23,835,708 firm-fixed price contract for 5,400 joint chemical agent detectors. Work will be performed in Edgewood, Md., and Herts, UK, and is expected to be completed by Dec. 30, 2008. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Jun. 13, 2007, and one bid was received. The
Army Research and Development Command, Acquisition Center, Aberdeen Proving Ground, Md., is the contracting activity W911SR-07-C-0054.

Utility Contractors, Inc.
Wichita, Kan., was awarded on Jan. 30, 2008, a $10,371,766 firm-fixed price contract for a project consisting of excavation and grading Sand Creek Channel. Work will be performed in Newton, Kan., and is expected to be completed by Jan. 5, 2009. Contract funds will not expire at the end of the current fiscal year. Bids were solicited via FedTeDS on Aug. 11, 2007, and five bids were received. The U.S. Army Corps of Engineers, Tulsa District, Tulsa, Okla., is the contracting activity W912BV-08-C-1003.

BCP International Limited, Alexandria, Va., was awarded on Jan. 29, 2008, a $6,637,459 indefinite-delivery-indefinite-quantity-time-and-materials contract for technical and analytical support for the Army
Security Cooperation Program. Work will be performed in Washington, D.C., and is expected to be completed by Jan. 31, 2010. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Sep. 26, 2002, and one bid was received. The U.S. Army Contracting Center of Excellence, Washington, D.C., is the contracting activity W74V8H-05-D-007.

No comments: