Friday, March 14, 2008

MILITARY CONTRACTS March 13, 2008

DEFENSE LOGISTICS AGENCY

The Produce Connection,
Miami, Fla., is being awarded a maximum $9,979,371.60 fixed price with economic price adjustment, total set aside contract for fresh fruit and vegetables support. There are no other locations of performance. Using services are Navy, Air Force, and USDA school customers. This proposal was originally solicited on DIBBS with two responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Sep. 13, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM300-08-D-P034).

Burlington Apparel Fabrics,
Greensboro, N.C. is being awarded a maximum $8,838,492.00 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for polyester/wool, tropical, khaki cloth. Other locations of performance are Va. Using service is Navy. This proposal was originally Gateway solicited with 1 response. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Mar. 19, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-07-D-1515).

NAVY

ITT Industries Avionics Div., Clifton, N. J., is being awarded a $111,540,000 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0054) to exercise an option for the Fiscal Year 2008 full rate production Lot V of 66 AN/ALQ-214(V)2 On-Board Jammer Systems for the F/A-18 E/F Aircraft. This option combines purchases for the U.S.
Navy ($103,090,000; 92 percent), and the Government of Australia ($8,450,000; 8 percent) under the Foreign Military Sales Program. Work will be performed at various locations for all other vendors throughout the U.S. (43.5 percent); Clifton, N.J., (34.4 percent); East Syracuse, N.Y., (8.8 percent); San Diego, Calif., (8.3 percent); and Rancho Cordova, Calif., (5 percent), and work is expected to be completed in Dec. 2010. 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.

Raytheon Systems Co., McKinney, Texas, is being awarded a $44,253,923 firm-fixed- price order under a Basic Ordering Agreement (N00164-06-G-8555) for Multi-spectral Targeting Systems (MTS)
Navy configuration, including 41 Turret Units and associated line items for the Government in support of Army and Navy aircraft and H-60 helicopters. The MTS is a forward looking infrared system for the aircraft. The MTS provides real-time imagery selectable between infrared and day TV, as well as a laser designation capability. Work will be performed in McKinney, Texas, and work is expected to be completed by Oct. 2010. Contract funds in the amount of $12,206,250 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center Crane, Crane, Ind., is the contracting activity.

Northrop Grumman Electronic Systems, Inc., Melville, N.Y., is being awarded a $37,277,361 modification to previously awarded contract (N00024-04-C-4304) to exercise an option for the procurement of seven AN/SPQ-9B Radar Sets with Traveling Wave Tube Amplifier (TWTA) transmitter upgrades, three combat interface kits for CEC, and four combat interface kits for AEGIS. The AN/SPQ-9B Radar is an over the horizon Anti-Ship Missile Defense Radar whose function it is to provide enhanced capability to detect, track and respond to very low flying altitude threats, small radar cross section, high-speed targets. This option will provide SPQ-9B Radars for installation on several ship classes, including CVN, CG-47,
Coast Guard, and LPD-17. Work will be performed in Melville, N.Y., (85 percent); Norwalk, Conn., (14 percent); and Baltimore, Md., (1 percent), and work is expected to be completed by Oct. 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.

Raytheon Co.,
Tucson, Ariz.., is being awarded a $30,985,622 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0569) for the Fiscal Year 2008 procurement of 68 Tomahawk Composite Capsule Launching System (CCLS) Capsules and 20 SSGN/SSN CCLS Retrofit Kits. Work will be performed in Tucson, Ariz.., and work is expected to be completed in Jan. 2010. 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.

Solpac, Inc., DBA Soltek Pacific, San Diego, Calif., was awarded $18,998,000 for firm-fixed-price task order #0007 under a previously awarded contract (N68711-03-D-7509) on Mar. 12, 2008, to design and construct a combined arms and military operations urban terrain training facility at the MAGTGTC
Marine Corps Air Ground Combat Center, Twentynine Palms. Work will be performed in San Bernardino, Calif., and work is expected to be completed by Sep. 2009. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Lockheed Martin Integrated Defense Systems, Owego, N.Y., is being awarded $16,494,928 for firm-fixed-priced delivery order # P10010 under previously awarded contract (N00019-04-C-0028) for procurement of initial and wholesale spares requirements for various weapons replaceable assemblies used on the MH-60 common cockpit. Work will be performed in Oswego, N.Y., and work is expected to be completed by Dec. 2009. 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.

Jacobs Engineering, Dumfries, Va., is being awarded $9,436,475 for task order #0016 under previously awarded contract (M67854-02-A-9017) to provide technical support to the
Marine Corps Systems Command, Information Systems and Infrastructure Product Group (PG/ISI), Marine Corps Network and Infrastructure services program office for sustainment support and additional transition support to include assisting in monitoring the cutover progress and attending daily meetings. Throughout the contract period the Contractor will be required to coordinate schedules, assist with data collection for assets, user requirements management; application inventory; and related actions necessary to effect transition activities and seat cutover, technical refresh schedules and activities and life-cycle sustainment in the NMCI environment (e. g. SRM data collection, asset reconciliation and tracking). The scope of this task will be structured to reflect support for Major Commands across the Marine Corps sites. Work will be performed in Camp Lejeune, N.C.,(22 percent); New Orleans, La., (15 percent); Okinawa, Japan, (12 percent); Camp Pendleton, Calif., (11 percent); Quantico, Va., (11 percent); Miramar, Calif., (8 percent); Beaufort, S.C., (3 percent); Kaneohe Bay, Hawaii, (3 percent); Albany, Ga., (3 percent); Arlington, Va., (2 percent); Bastow, Calif., (2 percent); Twenty-Nine Palms, Calif., (2 percent); Yuma, Ariz., (2 percent); San Diego, Calif., (2 percent); and Paris Island, S.C., (2 percent), and work is expected to be completed in Mar. 2009. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Harris Corp., Government Communications Systems Div., Melbourne, Fla., is being awarded a $7,987,843 cost-plus-incentive-fee modification to a previously awarded firm-fixed-price contract (N00019-04-C-0130) for the design and manufacture of production test equipment in support of the MH-60 Common Data Link Hawklink system. Work will be performed in Melbourne, Fla., and is expected to be completed in Jun. 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.

Moog Aircraft Group
Salt Lake Operations, Salt Lake City, Utah, is being awarded a $7,273,831 firm-fixed-price contract for the procurement of 21 man-portable tactical air navigation units, including training for the distance/azimuth measuring equipment program. Work will be performed in Salt Lake City, Utah, and work is expected to be completed in Feb. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposals, with one offer received. The Naval Air Systems Command is the contracting activity (N00019-08-C-0037).

Advanced Concepts Enterprises, Inc., Mary Esther, Fla., is being awarded a $7,210,761 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for instructional training services related to Naval School Explosive Ordnance Disposal courses of instruction at Eglin
Air Force Base, Fla. This contract contains one base year plus four, one-year options, which if exercised, bring the total estimated value of the contract to $67,631,441. Work will be performed in Eglin Air Force Base, Fla., and work is expected to be completed by Mar. 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online, with four offers received. Fleet and Industrial Supply Center Norfolk, Contracting Department Philadelphia Office is the contracting activity (N00189-08-D-Z027).

BBN Technologies, Corp., Cambridge, Mass., is being awarded a $6,365,373 cost-plus-fixed-fee contract for RDT&E in Petabit Highly Agile Robust Optical System. The objective is to develop the architecture, protocols, and control and management software for highly dynamic, multi-terabit global core optical networks with greatly enhanced performance, survivability and security. The ultimate goal of this program is to transition the Defense Advanced Research Projects Agency Strategic
Technology Office's Dynamic Multi-Terabit Core Optical Networks: Architecture, Protocols, Control and Management program. Funds being awarded at this time are $5,659,505. Work will be performed in Cambridge, Mass., and work is expected to be completed Sep. 2009. Contract funds in the amount of $1,405,237 will expire at the end of the current fiscal year. This contract was competitively procured under a Broad Agency Announcement #06-29. Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-08-C-2010).

I.E. Pacific, Inc.*, San Diego, Calif., is being awarded $5,812,000 for firm-fixed-price task order #0006 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62473-07-D-2015) for design and construction of additional parking level on the existing parking structures, Building 608 and Building 636, at the Naval Subase, San Diego. Additional parking expansion will provide approximately 172 additional parking spaces and will include additional electrical and mechanical (stand pipe system) utilities, paving and site improvement. Work will be performed in San Diego, Calif., and work is expected to be completed by Mar. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Correction: The contract announcement awarded on Mar. 7, 2008, to General Dynamics C4 Systems, Scottsdale, Ariz., contract number M67854-02-C-2052, should have read: This modification definitizes P00092 Change Order of Full Rate Production (FRP) II Add/Delete Components and 17 Combat Operations Center Systems including 17 Common Modules, 7 Capability Set IIIs, and 10 Capability Sets IV.

AIR FORCE

Jones Lang LaSalle Americas, Incorporated of Washington D. C., is being awarded an indefinite delivery/indefinite quantity contract for $73,000,000. This contract is for advisory and assistance services for post-closing management of
Air Force Privatized Endeavors. It provides for long-term PCM services in support of the Air Force's privatization programs, including oversight, monitoring, management of privatized endeavors real estate such as housing, enhanced use leasing and other privatization endeavors throughout the U. S. This indefinite delivery/indefinite quantity (ID/IQ) type contract has a five year ordering period, with one additional year performance. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though requirements may necessitate less than the amount indicated above. At this time $3,000 has been obligated. Brooks City-Base, Texas, is the contracting activity (FA8903-08-D-8795).

Booz Allen Hamilton, Inc. of McLean, Va., is being awarded a cost plus fixed fee
contract for $44,999,914. The Survivability/Vulnerability Information Analysis Center
(SURVIAC) will research survivability implications for U.S.
Army Intelligence and Security Command that integrates force protection analysis, transformation analysis, and counter terrorism analysis. At this time $5,376,474 has been obligated. Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380).

Boeing Co., of Anaheim, Calif., is being awarded a contract modification for $32,794,814. The Combat Survivor Evader Locator full rate production FY08 effort includes procurement of the following: radio sets, quantity 2,926, radio spares, quantity 293, radio sets adapters, quantity 244, radio set adapter spares, quantity 24, prime radio set batteries, quantity 2926, rechargeable radio set batteries, quantity 5852, rechargeable radio set battery adapters, quantity 1463. At this time $319,700 has been obligated. Hanscom AFB, Mass., is the contracting activity (FA8807-05-C-0004/P00024).

Northrop Grumman Systems Corp., Integrated Systems Air Combat Systems of San Diego, Calif., is being awarded a contract for $20,000,000. This effort is for operation for the Global Hawk System in forward theaters of operation, for a classified length of time. The contractor shall also provide mission support plans and identify equipment necessary to support operations at contingency locations and procure deployment spares critical for sustained flight operations for the period of time specified on any deployment order. At this time $20,000,000 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-08-G-3005 0001-02).

ARMY

FLIR Systems, Inc., Wilsonville, Ore., was awarded on Mar. 11, 2008, a $49,476,870 firm-fixed price contract for FLIR STAR SAFIRE III sensors. Work will be performed in Wilsonville, Ore., and is expected to be completed by Oct. 31, 2008. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Mar. 6, 2008, and one bid was received. The U.S.
Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-07-D-0004).

Boyd Jones Construction, Omaha, Neb., was awarded on Mar. 12, 2008, a $15,588,000 firm-fixed price contract for construction of additions/alterations intelligence squadron facility, Offutt,
Air Force Base. Work will be performed at Offutt Air Force Base, Neb., and is expected to be completed by Sep. 25, 2009. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on Nov. 16, 2007, and four bids were received. The U.S. Army Corps of Engineers, Omaha District, Omaha, Neb., is the contracting activity (W9128F-08-C-0003).

No comments: