Sunday, February 10, 2008

MILITARY CONTRACTS

ARMY

Combat Support Associates, Orange, Calif., was awarded on Feb. 7, 2008, a $31,369,682 cost-plus-award-fee contract for the execution of a contract modification to definitize, incorporate the terms, conditions and price negotiated and agreed to between personnel assigned to the Army Directorate of Contracting in Kuwait. Work will be performed at Capt Arifjan, Kuwait, and is expected to be completed by Sep. 30, 2009. Contract funds will not expire at the end of the current fiscal year. Four bids were solicited on Oct. 30, 1998, and four bids were received. The U.S. Army Sustainment Command, Rock Island Arsenal, Rock Island, Ill., is the contracting activity DASA02-99-C-1234.

SUMMA
Technology, Inc., Huntsville, Ala., was awarded on Feb. 6, 2008, a $27,760,040 five-year-firm-fixed price contract for the container roll in/out platform. Work will be performed in Cullman, Ala., and is expected to be completed by Jun. 30, 2011. Contract funds will not expire at the end of the current fiscal year. Bids were solicited via the World Wide Web on Dec. 21, 2005, and six bids were received. The U.S. Army TACOM Life Cycle Management Command, Warren, Mich., is the contracting activity W56HZV-06-D-0269.

Combat Support Associates, Orange, Calif., was awarded on Feb. 7, 2008, a $6,104,098 cost-plus-award-fee contract for the execution of a contract modification to definitize, incorporate the terms, conditions and price negotiated and agreed to between personnel assigned to the Army Directorate of Contracting in Kuwait. Work will be performed at Capt Arifjan, Kuwait, and is expected to be completed by Sep. 30, 2009. Contract funds will not expire at the end of the current fiscal year. Four bids were solicited on Oct. 30, 1998, and four bids were received. The U.S. Army Sustainment Command, Rock Island Arsenal, Rock Island, Ill., is the contracting activity DASA02-99-C-1234.

AIR FORCE

CSC Applied Technologies LLC of
Forth Worth, Texas, is being awarded a contract for $29,583,353. This action provides for flight operations support and base operation support at Vance AFB, Okla., to include, but not limited to aircraft maintenance, airfield management, custodial, engineering, community services, and communication information technology services. At this time no funds have been obligated. AETC CONS/LGCK, Randolph Air Force Base, Texas, is the contracting activity (FA3002-08-C-0007).

Lockheed Martin Corp., Lockheed Martin Aeronautical Systems of Marietta, Georgia, is being awarded a contract modification for $18,038,169. This action will exercise period three options to purchase the following: technical and engineering data one lot; logistics support data one lot; reliability and maintainability program one lot; FSR monthly recurring-two personnel two each; GMSA monthly recurring one personnel. At this time $4,446,724 has been obligated. USAF/AFMC Aeronautical Systems Center, Wright-Patterson
Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456).

DEFENSE LOGISTICS AGENCY

Wellstone Apparel, LLC, Greenville, S.C., is being awarded a maximum $28,276,560 firm fixed price, partial set aside contract for
Army combat uniform coats. Other locations of performance are Alabama and 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 Feb. 8, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM100-05-D-0420).

Tullahoma Industries, LLC, Tullahoma, Tenn., is being awarded a maximum $23,441,820 firm fixed price, partial set aside contract for
Army combat uniform coats. Other locations of performance are Alabama and Tennessee. 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 Feb. 8, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM100-05-D-0427).

Fox Apparel, Asheboro, N.C.., is being awarded a maximum $22,804,560 firm fixed price, partial set aside contract for Army
combat uniform coats. Other locations of performance are in N. C. 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 Feb. 8, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM100-05-D-0421).

AmeriQual Group, LLC,
Evansville, Ind., is being awarded a maximum $20,543,600 fixed price with economic price adjustment, indefinite quantity contract for Meals Ready-to-Eat. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were originally three proposals solicited with three responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 31, 2008. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa.
(SPM3S1-06-D-Z103).

Sopakco Inc., Mullins S.C., is being awarded a maximum $20,474,600 fixed price with economic price adjustment, indefinite quantity contract for Meals Ready-to-Eat. There are no other locations of performance. Using services are
Army, Navy, Air Force, and Marine Corps. There were originally three proposals solicited with three responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 31, 2008. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM3S1-06-D-Z104).

Bethel Industries, Inc.,
Jersey City, N.J., is being awarded a maximum $16,074,000 firm fixed price, partial set aside contract for Army combat uniform coats. There are no other locations of performance. 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 Feb. 8, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM100-05-D-0418).

Bremen-Bowdon Investment Co., Inc., Bowdon, Ga.,* is being awarded a maximum $15,960,000 firm fixed price, partial set aside contract for
Army combat uniform coats. There are no other locations of performance. 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 Feb. 8, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM100-05-D-0419).

The Warnick Company,
Cincinnati, Ohio, is being awarded a maximum $10,195,900 fixed price with economic price adjustment, indefinite quantity contract for Meals Ready-to-Eat. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were originally three proposals solicited with three responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 31, 2008. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM3S1-06-D-Z105).

Sidran, Inc., Farmers Branch, Texas, is being awarded a maximum $7,854,600 firm fixed price, partial set aside contract for Army combat uniform coats. Other locations of performance are in Texas. 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 Feb. 8, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM200-05-D-0422).

Allegheny Petroleum Products Co., Wilmerding, Pa., is being awarded a maximum $6,071,372.64 indefinite quantity contract for oil products. There are no other locations of performance. Using services are
Army, Navy, Air Force, and Marine Corps. This proposal was originally solicited with 6 responses. This contract represents a base with two one-year option periods. Contract funds will not expire at the end of the current fiscal year. Date of

performance completion is Feb. 7, 2009. The contracting activity is Defense Supply Center Richmond, Richmond, Va. (SPM4A6-08-D-0115).

Chevron Product Co., Cumming, Ga., is being awarded a maximum $5,760,950 fixed price with economic price adjustment, indefinite delivery, indefinite quantity contract for oil products. Other locations of performance are Oregon, and South Carolina. Using service is Defense Energy Support Center. There were originally 161 proposals solicited with four responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Apr.30, 2009. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (Sp0600-08-D-0753).

NAVY

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $25,375,000 firm-fixed-price delivery order under the previously awarded multiple award indefinite-delivery/ indefinite-quantity contract (MAC) (N00024-04-D-4408) for the preparation and accomplishment of the FY08 docking selected restricted availability of USS San Juan (SSN 751) at the Naval Submarine Base,
New London, Conn. This contract includes options which, if exercised, would bring the cumulative value of this contract to $28,692,750. Work will be performed in New London, Conn., and work is expected to be completed by May 2008. Contract funds in the amount of $25,375,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity.

Fluke Electronics Corp., Everett, Wash., is being awarded a $10,975,940 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 475 Fluke 5700EP calibrators. Work will be performed in Everett, Wash., and work is expected to be completed in Feb. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-D-0011).

No comments: