Thursday, April 10, 2008

MILITARY CONTRACTS April 10, 2008

NAVY

The Whiting-Turner Contracting Company, Raleigh, N.C., is being awarded a $35,631,000 firm-fixed-price contract for design and construction of an aircraft maintenance hangar, phases I and II, at
Marine Corps Air Station New River, Camp Lejeune. The work to be performed provides for construction of a multi-story aircraft maintenance hangar to provide hangar bay, shop space, flight line operations, and maintenance functions in support of the V-22 aircraft squadrons. Work also includes mechanical, electrical support systems and telephone system. Built-in equipment includes a freight elevator and five ton bridge crane. Site improvements include parking and landscaping and incidental related work. Work will be performed in Jacksonville, N.C., and work is expected to be completed by May 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-08-C-1419).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $11,738,328 modification to a previously awarded cost-plus-award-fee contract (N00019-03-C-0057) for non-recurring efforts for the E-2D halon system replacement in support of the E-2D Advanced Hawkeye System Development and Demonstration Program. Work will be performed in Bethpage, N.Y., (87.3 percent) and St. Augustine, Fla., (12.7 percent) and is expected to be completed in Sep. 2011. 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.

Lockheed Martin Services Inc., Cherry Hill, N.J., is being awarded a $9,862,594 cost-plus- fixed-fee, indefinite-delivery/indefinite-quantity contract for security cooperation,
security assistance and foreign military sales technical and program/project management support services to Naval Inventory Control Point (NAVICP) OF and applicable customers of NAVICP. This contract contains three one-year option periods which, if exercised, will bring the total estimated value of the contract to $47,538,817. Work will be performed in Philadelphia, Pa., (70 percent) and Washington, D.C., (30 percent), and work is expected to be completed by Mar. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was awarded competitively through full and open competition, with one offer received. The Fleet and Industrial Supply Center Norfolk, Contracting Department Philadelphia Division, is the contracting activity (N00189-08-D-Z029). This contract was previously announced on Mar. 19, 2008, as contract number N00189-08-D-Z025.

Harris Corp., Melbourne, Fla., is being awarded a $9,174,475 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0044) to exercise an option for the procurement of 133
Tactical Aircraft Moving Map Capability (TAMMAC) Digital Map Computer (DMC); 66 TAMMAC Digital Video Map Computer (DVMC); and 251 TAMMAC DMC Extension Housings for U.S. Navy use in F/A-18C/D/E/F, EA-18G, AV-8B, UH-1Y/ AH-1Z aircraft. In addition, this contract provides for the procurement of 12 TAMMAC DVMC and 12 TAMMAC DMC Extension Housings for the Government of Australia. Work will be performed in Malabar, Fla., (80 percent) and Palm Bay, Fla., (20 percent), and is expected to be completed in Mar. 2010. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($8,452,663; 92 percent); and the Government of Australia ($721,812; 7 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

RJC Architects*, San Diego, Calif., is being awarded a maximum $7,500,000 (base and options - with a guaranteed minimum of $5,000) firm-fixed-price, indefinite-delivery/indefinite-quantity architect/engineering contract for renovation/repair and new construction of facilities in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for engineering studies and site
investigation reports 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 engineering designs, studies, reports, cost estimates, evaluations, and construction support services. Work will be performed at various Navy and Marine Corps facilities and other government facilities 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 completed Apr. 2009 (April 2013 with options exercised). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with 20 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8624).

Windermere Information
Technology Systems, Annapolis, Md., is being awarded a $5,622,481 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee performance-based contract to continue the government's operational requirement to develop miniaturized hardware packaging components, equipment camouflaging components, and a miniaturized un-attended Direction-Finding (DF) sensor module. This is in support of the time-critical technical requirements for both the Joint Threat Warning System (JTWS) Team Transportable (TT) and Ground Signal Kit (GSK) systems, and an innovative power source capability that can satisfy the power source requirements for the JTWS TT, GSK II, and other United States Special Operations Command tactical force protection system power requirements. The contract includes four one-year option periods, which, if exercised, will bring the total cumulative value of the contract to the estimated amount of $29,517,858. Work will be performed in Annapolis, Md., and work is expected to be completed by Apr. 2009 (Apr. 2013 with exercised options). Contract funds will not expire at the end of the fiscal year. This contract was sole source procured under other than full and open competition. The effort was synopsized in Federal Business Opportunities website in accordance with the provisions of FAR Part 5, indicating the Government's intent to award a sole source action. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-08-D-6807).

ARMY

Battelle Memorial Institute,
Columbus, Ohio, was awarded on Apr. 8, 2008, a modification to increase the total mount of their existing contract by $78,500,000 to a total of $177,548,330 for a cost-reimbursable contract for the Scientific Services Program to provide scientific, technical and advisory services for problems related to research and development projects within the government. Work location will be determined with each task order, and is expected to be completed by Apr. 10, 2010. Contract funds will not expire at the end of the current fiscal year. U.S. Army Research Development Engineering Command, Durham, N.C., is the contracting activity (W911NF-07-D-0001).

John. C. Gremberg Co., Inc, Rockville, Md., was awarded on Apr. 8, 2008, a $27,066,325 firm-fixed price contract for construction of a new three level steel and concrete steam sterilization plan that will have the capacity to decontaminate 126,000 gallons per-day of liquid bio-waste. Work will be performed at Fort Detrick, Md., and is expected to be completed by Apr. 30, 2011. Contract funds will not expire at the end of the current fiscal year. U.S.
Army Corps of Engineers, Baltimore Md., is the contracting activity (W912DR-08-C-0016).

CCI, Inc., Anchorage, Ala., was awarded on Apr. 8, 2008, a 13,078,378 firm-fixed price contract for repair of airfield pavements at Bangor Air National Guard Base. Work will be performed in
Bangor, Maine, and is expected to be completed by Nov. 12, 2008. Contract funds will not expire at the end of the current fiscal year. United States Property & Fiscal Office for Maine, National Guard Bureau is the contracting activity (W912JD-08-C-0001).

AIR FORCE

Booz Allen Hamilton, Inc. of Herndon, Va., is being awarded a modified contract for $27,970,673. The action will provide survivability and vulnerability technical research and development analysis for U.S.
Coast Guard ship, aviation, and Command and Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. At this time $7,714,009 has been obligated. Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, Delivery Order: 0250).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $8,661,265. The contract action will provide information assurance analysis for Naval Weapons Center, Weapons Division-Weapons Engagement Office Development Command and Control
Technology. At this time $ 96,618 has been obligated. Offutt AFB, Neb., is the contracting activity (SPO700-98-D-4002, DO 0336).

DEFENSE LOGISTICS AGENCY

Ansul, Inc., Marinette, Wis. is being awarded a maximum $6,488,858 fixed-price with economic price adjustment, indefinite-delivery and indefinite-quantity contract for Aqueous Film Forming Foam. There are no other locations of performance. Using services are
Army, Navy, Air Force and Marine Corps. This proposal was originally Web solicited with 3 responses.

Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Apr. 9, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM8EH-08-D-0251).

No comments: