Thursday, March 20, 2008

MILITARY CONTRACTS March 20, 2008


NAVY

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a not-to-exceed $324,937,789 modification to previously awarded contract (N00024-03-C-2101) for long lead time material associated with the FY 09 Va., Class Submarine (SSN 784) and the FY 11 Va., Class Submarine (SSN 787). This contract provides long lead time material for steam and electric plant components; the main propulsion unit and ship service turbine generator set; components that are critical to maintaining the submarine component industrial base; and miscellaneous Hull, Mechanical and Electrical system components to support ship construction of SSN 784 and SSN 787. Work will be performed in Groton, Conn.,/Quonset Point, R.I., (7 percent); Newport News, Va., (7 percent); Sunnyvale and South El Monte, Calif., (50 percent); Coatesville, York and Cheswick, Penn. (5 percent); Linden, Philipsburg, and
Florence, N.J. (5 percent); and at various sites throughout the United States (26 percent), and is expected to be completed by Mar. 2013. 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.

Northrop Grumman Systems Corp., Integrated Systems, Melbourne, Fla., is being awarded a $13,500,258 modification to previously awarded contract (N00024-02-C-6324) for a cost growth and new requirements related to development of the Rapid Airborne Mine Clearance System (RAMICS). RAMICS is a non-towed airborne mine neutralization system that is deployed from the MH-60S helicopter and provides a rapid response clearance capability against floating and near-surface moored sea mines that have been detected, classified and localized by the Airborne Laser Mine Detection System (ALMDS) or other mine hunting systems. Work will be performed in Melbourne, Fla., and work is expected to be completed by Sep. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.

The Engineering Partners, Inc.*, San Diego, Calif., is being awarded a maximum $7,500,000 (base and options - with a guaranteed minimum of $5000) firm-fixed-price, indefinite-delivery/indefinite-quantity architect/engineering contract for electrical engineering services in the Naval Facilities Engineering Command Southwest area of responsibility (AOR). The work to be performed includes electrical engineering studies and reports; site
investigations reports; preparation of Requests for Proposals for design-build projects; preparation of fully designed plans and specifications for Invitation for Bid projects; cost estimates, evaluations and construction support services. Work will be performed at various Navy and Marine Corps installations within the NAVFAC Southwest AOR including, but not limited to Calif., (87 percent); Ariz., (5 percent), Nev., (5 percent), Colo., (1 percent), N.M. (1 percent) and Utah (1 percent), and work is expected to be competed Mar. 2009 (Mar. 2013 with options exercised). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as an eight (a) set-aside, with eight offers solicited via the NAVFAC e-solicitation website,with nine proposals received. Naval Facilities Engineering Command, Southwest is the contracting activity (N62473-08-D-8622).

RBF Consulting, San Diego, Calif., is being awarded a maximum $7,500,000 (base year and options - with a guaranteed minimum of $5,000) firm-fixed-price, indefinite-delivery/indefinite quantity architect/engineering contract for Civil Engineering Services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed includes engineering studies and site investigations to support new development on raw land, or re-development of existing developed sites; preparation of Requests for Proposals for design-build projects; preparation of fully designed plans and specifications for Invitation for Bid projects; other civil engineering studies, reports, cost estimates, and evaluations; and construction support services including surveying, geotechnical, and environmental engineering services. Work will be performed at various
Navy and Marine Corps installations within the NAVFAC Southwest AOR including, but not limited to Calif., (87 percent); Ariz., (5 percent), Nev., (5 percent), Colo. (1 percent), N.M. (1 percent) and Utah (1 percent). The term of this contract is not to exceed 60 months, with an expected completion date of Mar. 2009 (Mar. 2013 with options exercised). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 22 proposals solicited via the NAVFAC e-solicitation website,with 14 offers received. Naval Facilities Engineering Command, Southwest is the contracting activity. The Contract number is N62473-08-D-8601.

AIR FORCE

Harris Corp., of
Rochester, N.Y., is being awarded a contract for $10,204,063. This action will provide the deployment of the total system of interim single channel handheld (SCHH) radios that are an integral part of the Air Force Joint Tactical Radio System (JTRS) acquisition requires the acquisition of ancillary items. At this time $10,204,063 has been obligated. Hanscom AFB, Mass., is the contracting activity (GS35-F-0163N; FA8726-08-F-0002).

DEFENSE COMMISSARY AGENCY

Tyson Fresh Meats, Incorporated, 800 Stevens Port Drive,
Dakota Dunes, SD 57049, is being awarded an indefinite delivery, requirements type contract on Mar. 20, 2008, to provide as needed, case ready, primal and sub-primal pork products for resale to the commissary stores located in the DeCA East and West Regions, including AK., and Hawaii. The estimated award amount is $308,640,542.70. The contract is for a two year base period with performance starting May 4, 2008 through May 3, 2010. Three one-year option periods are available. If all option periods are exercised, the contract will be completed May 3, 2013. Contract funds will not expire at the end of the current fiscal year. Sixty-five firms were solicited and five 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-0005)

Lakeside Foods Inc. 7 East 13th Street Ste 322 Anniston, AL 36201-1083 is being awarded an indefinite delivery, requirements type contract on Mar. 19, 2008, to provide fresh shell protected eggs for resale at multiple delivery locations throughout DeCA's East Region commissaries to include the following states: S.C., Ga., and Fla. The estimated award amount is $9,347,826.12. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a two year base period beginning Apr. 6, 2008, through Apr. 3, 2010. Three one-year option periods are available. If all three option periods are exercised, the contract will be completed Apr. 6, 2013. Contract funds will not expire at the end of the current fiscal year. Forty-five firms were solicited and six offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch, 1300 E Avenue, Fort Lee, Va. 23801-1800. (HDEC02-08-D-0003)

Hillandale Farms East Inc. P.O. Box 217 Codorus, Pa., 17311-0217 is being awarded an indefinite delivery, requirements type contract on Mar. 19, 2008, to provide fresh shell protected eggs for resale at multiple delivery locations throughout DeCA's East Region commissaries to include the following states: Va., Maine, N.Y., Vt., N.H., Mass., Conn., N.J., Pa., and Md. The estimated award amount is $16,153,893.04. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a two year base period beginning Apr. 6, 2008 through Apr. 3, 2010. Three one-year option periods are available. If all three option periods are exercised, the contract will be completed Apr. 6, 2013. Contract funds will not expire at the end of the current fiscal year. Forty-five firms were solicited and six offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch, 1300 E Avenue, Fort Lee, Va. 23801-1800. (HDEC02-08-D-0002)

No comments: