Friday, March 28, 2008

NAVY

Bell Boeing Joint Project Office, Amarillo,
Texas, is being awarded a $10,399,123,179 modification to convert a previously awarded advance acquisition contract (N00019-07-C-0001) to a fixed-price-incentive-fee multiyear contract for the manufacture and delivery of 141 MV-22 (Marine variant) and 26 CV-22 (Air Force variant) tiltrotor aircraft, including associated rate tooling in support of production rates. Work will be performed in Ridley Park, Pa. (50 percent); Fort Worth, Texas (35 percent); and Amarillo, Texas (15 percent), and work is expected to be completed in Oct. 2014. Contract funds in the amount of $24,218,579 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Missiles and Fire Control,
Orlando, Fla., is being awarded a $49,989,104 cost-plus-fixed-fee contract for production of 16 each AN/AAQ-30 Thermal Sight Systems (TSS). The AN/AAQ-30 TSS provides detection, identification, and targeting capability in day/night operations for the USMC AH-1Z Super Cobra helicopter. AN/AAQ-30 TSS is fully integrated into the AH-1Z Fire Control System providing range and optical line-of-sight data for all weapons including the 20mm gun, Hellfire missile, 2.75 inch rockets and sidewinder missile. TSS has an Automatic Video Tracker and includes a Laser Rangefinder/designator which provides classified coded designation of targets for laser-guided munitions of the tri-service arsenal. Major subcontractors include L3 Communications/Wescam of Ontario Canada, manufacturer of the turret assembly and Kollsman, Inc. of Merrimack, N.H. manufacturer of the Common Laser Designator Range Finder used in the AN/AAQ-30 TSS. Work will be performed in Orlando, Fla., (86 percent); Ocala, Fla., (9 percent); and Santa Barbara, Calif., (5 percent), and work is expected to be completed by Oct. 2010. Contract funds will not expire at the end of the current fiscal year. Via the Federal Business Opportunities and Navy Electronic Commerce Online websites, one offer was received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-08-C-JQ24).

Northrop Grumman Mission Systems, Reston, Va., is being awarded a $29,354,004 modification under a previously awarded contract (M67854-06-C-2023) in support of Joint Tactical Common Operational Picture (COP) Workstation (JTCW) Client and Gateway (C&GW) is the software re-architecting of Command and Control Personal Computer (C2PC), a Microsoft Windows-based software tool developed for the
Marine Corps by Inter-National Research Institute Inc., in 1994 [now Northrop Grumman Defense Mission Systems (NGDMS)]. It was initially designed to fulfill the role of a COP client to Tactical Combat Operations (TCO). It quickly became the client software of choice for Global Command and Control System (GCCS) and other Common Operating Environment (COE) systems to better ensure that all users share a common view of the battlespace. C2PC has evolved to satisfy tactical system requirements in other programs such as Data-Automated Computer Terminal (DACT) by being able to operate in a low-bandwidth, intermittent communications environment. The JTCW C&GW is the naming convention chosen for the re-architected C2PC C&GW. The name change was necessary to maintain consistent naming convention with the Marine Corps' end product, in which the C&GW will be a core component. This is not a first-time procurement; it is a follow-on procurement to C2PC Version 6.2 and C2PC Version 7.0. Work will be performed in San Diego, Calif., and work is expected to be completed by Sep. 2009. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

L-3 Services Inc., is being awarded $19,517,562 for task order #0054 under previously awarded contract (M67854-02-A-9010) to provide on-going acquisition support, financial support, logistic support, fielding support, training support, and managerial support for the Communications, Intelligence and Networking Systems (CINS) Product Group's (PG's) Strategic Business Team (SBT), Operations Officer, Program Manager (PM), Communications and Networking Systems (PM CNS), PM Intelligence Systems (PM INTEL) and PM Counter Radio Controlled Improvised Explosive Device Electronic Warfare (PM CREW). The Contractor shall be required to interface and coordinate with other contractors supporting PG-12 including those in all the Commercial Enterprise Omnibus Support Services (CEOss) domains. It is the contractor's responsibility to arrange all Non-Disclosure Agreements necessary to interface with other contractors to accomplish the PG12 mission. The
Marine Corps Systems Command CINS PG's mission is to act as the central agent for the research, development, acquisition, and life cycle management of communications, intelligence, surveillance, and networking systems throughout the Marine Corps. The PG's assigned mission includes the responsibility of CINS for the Operating Forces and the Support Establishment. The programs within the PG cover all phases of the acquisition process. Work will be performed in Stafford, Va., and work is expected to be completed in Jan. 2009. Contract funds will not expire by the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

American Bridge Co., Richmond, Va., is being awarded a $14,996,752 firm-fixed-price contract for the vehicular bridge replacement at Naval Station Newport. The work to be performed provides for a two lane reinforced concrete vehicular bridge from Coasters Harbor Island to Coddington Point. The project includes two bridge abutments, caisson piles, pre-cast box beams and decking, connection of bridge to existing roadways, and other incidental related work. Work will be performed in
Newport, R.I., and work is expected to be completed by Mar. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-08-C-2121).

Wyle Laboratories, Inc.,
Huntsville, Ala., is being awarded a $10,068,771 cost-plus-fixed-fee contract for services to support the Naval Test Wing Atlantic, Naval Test Wing Pacific, and Air Test and Evaluation Squadrons of the Naval Air Warfare Center Aircraft Division, with operation, scheduling, and aircrew support. The total stimated level of effort for the base period of performance is 599,560 hours, which includes pilots, technicians, and flight test engineers. Work will be performed in Patuxent River, Md., (90 percent) and Lexington Park, Md., (10 percent) and work is expected to be completed in Mar. 2009. 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, Patuxent River, Md., is the contracting activity (N000421-08-C-0025).

Ocean Systems Engineering Corp., is being awarded $10,020,074 for task order #0041 under previously awarded contract (M67854-02-A-9020) to provide the
Marine Corps Systems Command, Communications, Intelligence and Networking Systems (CINS) Product Group's (PG's) mission is to act as the central agent for the research, development, acquisition, and life cycle management of communications, intelligence, surveillance, and networking systems throughout the Marine Corps. The PG's assigned mission includes the responsibility of CINS for the Operating Forces and the Supporting Establishment. The programs within the PG cover all phases of the acquisition process. The Contractor will provide engineering and technical support for the CINS PG's Strategic Business Team, PM Communications and Networking Systems (PM CNS), PM Intelligence Systems (PM INTEL) and PM Counter Radio Controlled Improvised Explosive Device Electronic Warfare (PM CREW). The Contractor will be required to interface and coordinate with other contractors supporting PG-12 including those in all the Commercial Enterprise Omnibus Support Service domains. Work will be performed in Stafford, Va., and work is expected to be completed in Feb. 2009. Contract funds in the amount of $773,970 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Systems Application & Technologies, Inc., Oxnard, Calif., was awarded a $10,000,000 modification on Mar. 26, 2008, under previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N62473-06-D-3033) to exercise option year two for program management, technical and integrated logistics services to support the
Navy's Anti-Terrorism Force Protection (ATFP) Ashore Program. The work to be performed provides for recommendations for assessments of ATFP effectiveness, standardization, regional systems solutions, enterprise network solutions, performance based logistics, configuration management, and recommended design and technical solutions. The ATFP Program will utilize a total-systems engineering approach to automated and improve the security of Navy shore installations worldwide. The current total contract amount after exercise of this option will be $30,000,000. Work will be performed at Naval installations in various worldwide locations, 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, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

Robertson Aviation LLC, Tempe, Ariz., is being awarded a $7,548,044 ceiling-priced indefinite-delivery, indefinite-quantity contract to provide V-22 Mission Auxiliary Tank Systems and related hardware for the V-22 aircraft for the U.S.
Navy and U.S. Air Force. Work will be performed in Tempe, Ariz., and work is expected to be completed in Dec. 2008. Contract funds in the amount of $6,177,420 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-08-D-0009).

AIR FORCE

Lockheed Martin Integrated Systems and Solutions of Chantilly, Va., is being awarded a contract for $766,178,419. The design and development of tactical
radio systems for aircraft, ships and fixed installations. The system is modular and capable of operating on several different waveforms currently in use by the armed forces and adaptable to future waveforms and vehicles. The contractor shall develop 42 engineering development models of the small airborne configured system. While the initial engineering development models for the maritime sets will be configured for destroyers and the small airborne sets generically configured, there are options for additional sets configured for additional waveforms and weapons system platforms. The system is intended for the following weapons system/platforms: ch47 helicopter, Blackhawk family of helicopters, apache helicopters, unmanned aerial vehicle class IV, Hercules family of aircraft, USMC operated helicopters and fixed wing aircraft; USN aircraft carriers, cruisers, destroyers, and submarines; USAF fixed and deployable ground command and control systems. The contract includes an option for low rate initial production of 45 maritime/fixed stations sets and 104 small airborne sets. Additional options allows for additional sets configured for additional waveforms and other weapons systems/platforms. At this time $75,248,162 has been obligated. Hanscom AFB, Mass., is the contracting activity (FA8726-08-C-0008).

Lockheed Martin Corp., Lockheed Martin Aeronautical Systems of Marietta, Ga., is being awarded a modified contract for $595,800,000. This contract modification is an Undefinitized Contract Action (UCA) for the procurement of six Indian Foreign
Military Sales (FMS) C-130J aircraft pursuant to Letter of Offer and Acceptance (LOA) IN-D-SAA. In addition to aircraft, this UCA provide for C-130J Spares, Support Equipment, Logistics Support, and Development/Integration of Indian-unique capabilities. At this time $297,900,000 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity (FA8625-06-C-6456 P00044).

McDonnell Douglas Corp., A Wholly Owned Subsidiary of the Boeing Co., of
Long Beach, Calif., is being awarded a modified contract for $273,320,011. This contract action exercises the FY08 third quarter option for the continued performance of the C-17 Globemaster III Sustainment Partnership. C-17 fleet sustainment and product support will be managed through a long term performance-based partnership between Boeing and the Air Force, which places performance risk on the contractor to provide sustainment support at continuously, raised benchmarked levels. In addition, the contractor logistics support (CLS) for the palletized seat system (PSS) for Air Material Command (AMC) and the Air National Guard (ANG) will be exercised and funded. At this time $273,320,011 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity (FA8614-04-C-2004, P00238).

Lockheed Martin Corp., Lockheed Martin Aeronautics of Ft. Worth,
Texas, is being awarded a modified contract for $37,500,000. This action is for procurement and development of Developmental Support Equipment (DSE) and Country Standard Technical Orders (CSTOs). This effort supports foreign military sales to Pakistan. At this time $18,750,000 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity (FA8615-07-C-6032 P00005).

Northrop Grumman Systems Corp., of Meadows, Ill., is being awarded a firm-fixed price contract for $19,800,000. The Government intends to award a letter contract to Northrop Grumman for foreign
military sales for one Saudi Head of State aircraft Large Aircraft Infrared Countermeasure (LAIRCM) system hardware, support equipment and services to include but not limited to: systems engineering program management, logistics, spares as well as installation, installation support, and field service support. At this time $7,500,000 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity (FA8625-08-C-6484).

Alliant Techsystems, Inc., ATK Ordnance and Ground System LLC of Plymouth, Minn., and Thales Missile Electronics, LTD of Basingstoke, Hampshire, are being awarded a contract for $8,737,741. The Hard Target Void Sensing Fuze (HTVSF) Joint Capabilities Test and Demonstration (JCTD) is a 27-month effort under which two contractors will test and demonstrate separate fuze designs under a rolling down-select. Near the end of the JCTD, the Government anticipates selecting one of the two contractors for award of options to deliver four maintenance trainers and 16 residual fuze systems under the JCTD contract. The Government also anticipates awarding a follow-on contract for System Demonstration (SDD) to the selected contractor. The HTVSF will be a cockpit programmable, void sensing fuze system capable of surviving penetration events in hardened targets equivalent from 5,000 to 15,000 pounds per square inch of reinforced concrete. The HTVSF will be compatible with GBU-28E/B and GBU-319V)3/B weapon systems. At this time $1,140,000 (ATK) and $840,000 (Thales) has been obligated. Eglin AFB, Fla., is the contracting activity (FA8681-08-C-0174 (ATK) and FA8681-08-C-0175 (Thales)).

Lear Siegler Services Inc., of Gaithersburg, Md., is being awarded a modified firm fixed price contract for $6,031,644. This action is a contract modification to extend an OCONUS deployment in support of the Air National Guard for three months. At this time $6,031,644 has been obligated. Tinker AFB, Okla., is the contracting activity (FA8106-07-C-0004-P00023).

DEFENSE LOGISTICS AGENCY

ExxonMobil Fuels Marketing Co., Fairfax, Va., is being awarded a maximum $782,972,706 fixed price with economic price adjustment, indefinite delivery, and indefinite quantity contract for jet fuel. Other locations of performance include Baytown,
Texas, and Baton Rouge, La. Using service is Defense Energy Support Center. There were 48 proposals originally solicited with 23 responses. Contract funds will 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-0472).

Tesoro Refining & Marketing Co., San Antonio,
Texas, is being awarded a maximum $48,968,402 fixed price with economic price adjustment, indefinite delivery, and indefinite quantity contract for jet fuel. Other locations of performance include Mandan, N.D., and Moorhead, Minn. Using service is Defense Energy Support Center. There were 48 original proposals solicited with 23 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-0466).

Wolverine World Wide, Rockford, Mich., is being awarded a maximum $7,169,101 modification to a previously awarded firm fixed price, indefinite delivery and indefinite quantity contract for men's and women's dress leather shoes. Other locations of performance include Jonesboro, Ark.; Big Rapids, Rockford, and Cedar Springs, Mich. Using service is
Navy. The original proposal was Web-solicited with six responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jul. 27, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPO100-06-D-0351).

Weinbrenner Shoe Co., Merrill, Wis., is being awarded a maximum $9,266,062 firm fixed price, indefinite delivery and indefinite quantity contract for hot weather boots. Other locations of performance include Merrill, Marshfield and Saint Nazianz, Wis. Using services are
Army, Navy, Air Force, Marine Corps and Coast Guard. The original proposal was Web-solicited with one response. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is May 28, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM1C1-08-D-1040).

ARMY

M W Builders of Texas, Inc., Temple,
Texas, was awarded on Mar. 27, 2008 a $17,520 firm-fixed price contract for construction of a co., operations facility and medium tactical equipment maintenance facility. Work will be performed at Fort Hood, Killeen, Texas, and is expected to be completed by Sep. 6, 2009. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Oct. 16, 2007, and three bids were received. U.S. Army Engineer District, Little Rock, Ark., is the contracting activity (W9127S-08-C-6002).

Lockheed Martin Corp., Grand Prairie,
Texas, was awarded on Mar. 27 2008, a $6,659,602.75 cost-plus fixed fee contract for change order definitization for PAC-3 missile segment enhancement, CLIN 0002 effort, for changes to the PAC-3 MSE master test plan. Work will be performed in Grand Prairie, Texas, and is expected to be completed by Mar. 31, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Jul. 30, 2007. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0164).

No comments: