Friday, February 15, 2008

MILITARY CONTRACTS


Missile Defense Agency

Raytheon Missile Systems of
Tucson, Ariz., is being awarded a $1,015,601,310 cost-plus-incentive-fee sole source contract modification to manufacture seventy-five (75) Standard Missile-3 (SM-3) block IA for the United States, and twenty-seven (27) SM-3 Foreign Military Sales Block IA missiles in support of the Aegis Ballistic Missile Defense System. The principle place of performance is Tucson, Ariz. Work will also be performed in Elkton, Md., by a major subcontractor, Alliant Techsystems, Incorporated and is expected to be complete by Feb. 2012. The FY 07 research and development contract funds will expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity (N00024-07-C-6119). FY 07 research and development and Japanese Foreign Military Sales funds will be used for the initial funding. The contract modification will be incrementally funded and at award will obligate $92,790,383 ($85.9M FMS and $6.9 FY 07).

NAVY

Raytheon Missile Systems,
Tucson, Ariz., is being awarded a $13,171,418 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0008) to provide FY 2008 technical support for Lot 8 production AIM-9X Tactical Missiles for the U.S. Navy and the U.S. Air Force. This modification combines purchases for the U.S. Navy ($8,672,933; 66 percent) and the U.S. Air Force ($4,498,485; 34 percent). Work will be performed in Tucson, Ariz., (90 percent), Eglin Air Force Base, Eglin, Fla., (5 percent); and the Naval Air Warfare Center Weapons Division, China Lake, Calif., (5 percent), and is expected to be completed in Nov. 2008. Contract funds in the amount of $11,028,637 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

EG&G Technical Services, Inc., Dumfries, Va., was awarded $11,267,986 for task order #0060 under previously awarded firm-fixed-price contract (M67854-02-A-9016) to provide on-going acquisition and technical support to the Joint Mine Resistant Ambush Protected Vehicle Program (JMVP). This includes contractor support directly to the Joint Program Manager (JPM), product and functional team
leaders and their deputies. This effort will include comprehensive Joint Program Management services for all MRAP vehicles and systems; systems engineering; production, test and evaluation, integration, transportation, logistics and acquisition management support. Key events include expedited testing, integration, fielding, and training for MRAP vehicles; concurrent integration of system and component improvements to both MRAP and related low density vehicles and comprehensive assessments, selection, and fielding of other Improvised Explosive Device countermeasure equipment, all in response to Urgent Universal Needs Statements (UUNS) generated by the Operating Forces (OPFORs). The Secretary of Defense designated the JMVP the highest priority DoD acquisition program. The program requires a highly competent and agile program management structure to respond to a myriad of urgent and priority requests for information and action. The program has transitioned from a component rapid deployment capability to an ACAT ID program that is currently producing, fielding, upgrading and sustaining life-saving vehicles for Warfighters. Work will be performed in Stafford, Va., and work is expected to be completed in Feb. 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $ 7,733,484 modification to previously awarded contract N00024-03-C-6310 for three Low Rate Initial Production units of the Airborne Mine Neutralization System (AMNS). The purpose of the AMNS is to reacquire and neutralize mines after detection. The AMNS will be employed by the MH-60S helicopter to explosively neutralize unburied bottom, close tethered and moored sea mines that are impractical or unsafe to counter using existing minesweeping/mine neutralization techniques. Work will be performed in Portsmouth, R.I., (56 percent); Waterlooville, United Kingdom (23 percent); Claremont, N.H., (11 percent); Windber, Pa., (5 percent); West Wareham, Mass., (3 percent); Biddford, Maine (1%), and Ottawa, Ontario,
Canada (1 percent) and is expected to be completed by Nov. 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

United Technologies, East
Hartford, Conn., is being awarded a maximum $119,524,002.22 firm fixed price, indefinite quantity contract for engines. There are no other locations of performance. Using services are Navy and Air Force. There were originally two proposals solicited with one response. This modification is to exercise the fourth option period of a ten year contract with a three-year base period and seven one-year option periods. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Feb. 15, 2009. The contracting activity is Defense Supply Center Richmond (DSCR), Richmond, Va., (SPM400-01-D-9405).

Tennier Industries, Pamona, N.Y., is being awarded a maximum $28,703,000.00 firm fixed price, total set aside contract for parkas and trousers. Other location of performance is Tenn. Using service is
Air Force. This proposal was originally solicited on Dibbs with five responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Feb. 14, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa.

Metals USA i-Solutions, Fort Washington, Pa., is being awarded a maximum $22,300,000.00 fixed price with economic price adjustment, indefinite delivery and indefinite quantity, tailored vendor relationship contract for metals and metal products. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were originally 63 proposals solicited with three responses. This is a five year contract with three one-year options. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 6, 2008. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM500-06-D-BP17).

Metals USA i-Solutions, Fort Washington, Pa., is being awarded a maximum $15,500,000.00 fixed price with economic price adjustment, indefinite delivery and indefinite quantity, tailored vendor relationship contract for metals and metal products. There are no other locations of performance. Using services are
Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were originally 63 proposals solicited with three responses. This is a fire year contract with three one-year options. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Nov. 16, 2008. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM500-06-D-BP16).

Mobile Energy Products, Inc., Colorado Springs, Colo., is being awarded a maximum $5,039,807.43 firm fixed price, indefinite quantity contract for batteries. There are no other locations of performance. Using service is
Army. There were originally five proposals solicited with one response. This contract consists of a two-year base with three one-year option periods. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Feb. 14, 2010. The contracting activity is Defense Supply Center Richmond, Richmond, Va. (SPM4LG-08-D-0005).

AIR FORCE

Rockwell Collins, Inc., of Cedar Rapids, Iowa, is being awarded a contract modification for $116,467,023. This action exercises production options for the purchase of 52,039 Defense Advanced GPS Receivers (DAGRs) and accessories. The DAGR will provide authorized Department of Defense and Foreign
Military Sales users of GPS User Equipment a Precise Positioning System, hand-held, dual-frequency (L1/L2), lightweight receiver (less than one pound) that incorporates the next generation, tamper-resistant GPS "SAASM" (Selective Availability Anti-Spoofing Module) security module. The DAGR will serve as a replacement for the Precision Lightweight GPS Receiver in integrated platforms as well as for the advanced and basic GPS user. At this time all funds have been obligated. GPSW/PK, El Segundo Calif., is the contracting activity (F04701-02-C-0011; Modification P00059).

The Boeing Co., of
Anaheim, Calif., is being awarded a contract modification for $49,780,000. This undefinitized contract action to incorporate Engineering Change Proposal 0034, New Platform Requirements and Advanced EHF System Interface Changes, into the Family of Advanced Beyond-Line-of-Sight Terminals. At this time $17,000,000 has been obligated. 653 ELSG/PKX, Hanscom Air Force Base, Mass., is the contracting activity (F19628-02-C-0048/P00138).

DeCA

Raymond Express International, 320 Harbor Way,
San Francisco, CA., 94080-6900 is being awarded an indefinite delivery, requirements type contract on Feb. 14, 2008, to provide as needed, fresh fruits and vegetables for resale at 29 commissary store locations throughout South Korea, Guam, and Japan/Okinawa. The estimated award amount is $26,284,506. The contract is for a two year base period beginning Apr. 1, 2008, through Mar. 31, 2010. Two one-year option periods are available. If both option periods are exercised, the contract will be completed Mar. 31, 2012. Contract funds will not expire at the end of the current fiscal year. Sixty-seven firms were solicited and seven offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Produce Support Branch, 1300 E Avenue, Fort Lee, VA 23801-1800. (HDEC02-08-D-0001)

No comments: