Thursday, May 01, 2008

MILITARY CONTRACTS May 1, 2008

NAVY

Force Protection Industries, Inc., Ladson, S.C., is being awarded a not to exceed $91,549,216 contract modification under previously awarded contract (M67854-06-C-5162) to acquire 151 Mine Resistant Ambush Protected vehicles and associated spares. This action consummates a requirement under a foreign
military sales order with the United Kingdom, Ministry of Defence. Work will be performed in Ladson, S.C., with the first vehicle deliveries scheduled to begin in July 2008, and work is expected to be completed Jul. 2009. Funds for this action are provided by the United Kingdom Ministry of Defence and do not expire. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Shaw Environmental & Infrastructure, Inc., Norfolk, Va., is being awarded a maximum amount of $30,000,000, guaranteed minimum of $100,000 (base period), cost reimbursement plus award fee, indefinite-delivery/indefinite-quantity remedial action contract for environmental remediation services on
Navy and Marine Corps installations at various Department of Defense sites within the Naval Facilities Engineering Command Atlantic area of responsibility. The total contract amount is not to exceed $150,000,000 (base period and four option years). Work will be performed in Va., (25 percent), N.C., (21 percent), Md., (9 percent), N.Y., (8 percent), Conn., (7 percent), R.I., (7 percent), Maine, (6 percent), Mass., (6 percent), W.Va., (5 percent), Pa., (2 percent), N.H., (1 percent), N.J., (1 percent), D.C., (1 percent), and other overseas locations (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of Apr. 2013 (Apr. 2009 for the base period). Contract funds will expire at the end of the current fiscal year. This contract was competitively negotiated via the NAVFAC e-solicitation website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-08-D-1007).

Hightower Construction Co.*, Charleston, S.C., is being awarded $12,603,900 for firm-fixed price task order #0007 under a previously awarded indefinite-delivery/indefinite/quantity multiple award construction contract (N69450-07-D-1772) for construction of temporary modular facilities at the
Marine Corps Recruit Depot, Parris Island. The work to be performed provides for the contractor to furnish all labor, equipment, tools, transportation and materials required to pre-fabricate, deliver and install 16 temporary modular facilities that will be transported and assembled on four different sites on the Marine Corps Recruit Depot Parris Island. Work will be performed in Beaufort, S.C., and work is expected to be completed by Sep. 2008. Contract funds will expire at the end of the current fiscal year. Four proposals were received for this task order. The Resident Officer in Charge of Construction, Beaufort, S.C., is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $7,750,000 modification to previously awarded contract (N00024-07-C-4005) for non-nuclear maintenance and repair support at the Naval Submarine Support Facility (NSSF), Naval Submarine Base, New London, Conn. Will also provided services required to support planned and emergent non-nuclear maintenance and repair for operational nuclear submarines, floating dry-docks, support and service craft and other platforms and equipment at NSSF. Work will be performed in New London, Conn., and work is expected to be completed by Sep. 2008. Contract funds in the amount of $7,750,000 will 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 Guidance and Electronics Co.,-Navigational Systems Division, Woodland Hills, Calif., is being awarded a $5,622,119 indefinite-delivery/indefinite-quantity, firm-fixed-price and cost-plus-fixed-fee contract for LN-100 mast motion sensors, LN-100 replacement parts and repair services, and various related engineering services. Work will be performed in
Salt Lake City, Utah, (70 percent), and Norfolk, Va., (30 percent), and work is expected to be completed by Apr., 2013. Contract funds in the amount of $354,282 will expire at the end of the current fiscal year. The contract was not competitively procured. Newport, contracts web site. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-08-D-2396).

AIR FORCE

McDonnell Douglas Corp., A Wholly-Owned Subsidiary of the Boeing Co., of St. Louis, Mo., is being awarded a firm-fixed price contract for $34,666,348 (Boeing) and $41,958,555 (Rockwell). This contract action will provide Common Range Integrated Instrumentation System (CRIIS) 24 month Risk Reduction and
Technology Maturation Phase. CRIIIS is the next generation range instrumentation system intended to replace the aging Advanced Range Data System currently in use at major Air Force, Army, and Navy test ranges. CRIIS will provide accurate time, space, position information and a secure data link, based on a modular, open system architecture approach, using industry standard interfaces to the maximum extent possible. The purpose of the risk reduction phase is to define and validate a system concept that meets the performance requirements outlined in the CRIIS System Performance Specification. At this time $6,855,500 (per contract) has been obligated. Eglin AFB, Fla., is the contracting activity (FA8678-08-C-0046 (Boeing) and FA8678-08-C-0107 (Rockwell)).

Alloy Surface Co., Inc. of Chester, Penn., is being awarded a firm fixed price contract for $29,999,318. This action provides for 545,343 infrared countermeasure decoys. This is an air-activated decoy used to protect various aircraft from heat seeking missiles. At this time $29,999,318 has been obligated. Hill AFB, Utah, is the contracting activity (FA8213-08-C-0048).

GE Aviation Systems of Clearwater, Fla., is being awarded a firm fixed price contract for $14,935,676. This will provide for 868 linear actuating caps in support of the F-15 aircraft. At this time $14,935,676 has been obligated. Tinker AFB, Okla., is the contracting activity (FA8103-08-C-0072).

Lockheed Martin Integrated Systems of Warner Robins, Ga., is being awarded a modified contract for $9,663,799 (estimated). The contractor shall provide interim contractor support (ICS) including material and labor, to repair discrepancies related to the UH-IH upgrade modification in all Group A components and the Group B items which are not currently in the
Air Force inventory. ICS coverage shall commence after acceptance of the trial installation aircraft and continue through transition of the final aircraft to Air Education and Training Command. At this time $9,663,799 has been obligated. Robins AFB, Ga., is the contracting activity (F09603-01-D-0207-009831).

U.S. SPECIAL OPERATIONS COMMAND

BAE Systems Inc., Johnson City, N.Y., is being awarded a FFP pre-priced contract modification for $8,050,000 for a CV-22 interim defense weapon system productions option in support of U.S. Special Operations Command and NAVAIR. The work will be performed in Johnson City, NY 13790 from Apr. 30, 2008 through Jan. 31, 2009, using fiscal 06 SOCOM procurement funds and fiscal 08
Navy aircraft procurement funds. This is a within scope modification to a competitive contract where two offers were received. The contract number is H92222-08-C-0006-P00003.

No comments: