Wednesday, May 14, 2008

MILITARY CONTRACTS May 14, 2008

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co.,
Fort Worth, Texas, is being awarded an advance acquisition contract with an estimated value of $197,050,000 for long lead materials and effort associated with the Joint Strike Fighter Air System Low Rate Initial Production Lot III procurement of 8 Air Force Conventional Take Off and Landing, 8 Marine Corps Short Take-off and Vertical Landing and 2 United Kingdom, STOVL aircraft. Work will be performed in Fort Worth, Texas, (35 percent); El Segundo, Calif., (25 percent); Warton, United Kingdom, (20 percent); Orlando, Fla., (10 percent); Nashua, N.H., (5 percent); and Baltimore, Md., (5 percent), and work is expected to be completed in Feb. 2009. Contract funds will not 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-C-0028).

Nova Group/Tutor-Saliba, a joint venture,
Napa Calif., is being awarded a $35,000,000 modification (second increment) to a previously awarded firm-fixed-price contract (N44255-08-C-6000) for replacement of the CVN maintenance pier at Naval Base Kitsap. The work to be performed provides for all labor, materials, and equipment to demolish the existing Pier Bravo and construct a new ship repair wharf, including the replacement of approximately 300 lineal feet of quay wall (Structure 729), the strengthening of the sheet pile wall west of the Dry Dock 6 mole, and the demolition of Pier 8. An additional $48,877,000 will be funded subject to the availability of FY10 funds making the total contract amount $122,877,000. Work will be performed in Bremerton, Wash., and work is expected to be completed by Jan. 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

TEC, Inc., Joint Venture, Charlottesville, Va., is being awarded $16,849,851 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-06-D-1870) to exercise option year two for architect-engineer services for environmental planning. After exercise of this option the total cumulative contract amount will be $23,150,149. This contract contains two additional one-year option periods which if exercised, will bring the total contract value to a not to exceed amount of $40,000,000. Work will be performed predominantly in Guam (95 percent), and in Hawaii, Saipan, and various locations in areas under the cognizance of the Naval Facilities Engineering Command Pacific (NAVFAC Pacific), other NAVFAC components, or other governmental agencies for which NAVFAC Pacific is tasked to provide assistance (5 percent). The exact location of individual efforts will be designated on individual contract task orders. Work is expected to be completed May 2009. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Alliant Techsystems, Inc., Integrated Systems Division,
Clearwater, Fla., is being awarded a $16,405,193 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0107) to exercise an option for the procurement of AAR-47(V)2 Missile Approach Warning Set hardware weapons replacement assemblies. This modification provides for 572 Integrated Optical Sensor converters with laser warning capabilities for the U.S. Navy, (364), U.S. Air Force, (136), U.S. Army, (12), and the Governments of Pakistan, (36) and Norway, (24). In addition, this modification provides for 143 Computer Processor upgrade kits for the U.S. Navy, (76), U.S. Air Force, (49), U.S. Army, (3), and the Governments of Pakistan, (9) and Norway (6). This modification also provides for 32 Control Indicators for the U.S. Air Force, (15), U.S. Army, (3), U.S. Navy, (5), and the Government of Pakistan (9). This contract combines purchases for the U.S. Navy, ($9,894,964; 60 percent); U.S. Air Force, ($4,349,671; 27 percent); U.S. Army, ($372,081; 2 percent); and the Governments of Pakistan, ($1,116,243; 7 percent); and Norway, ($672,234; 4 percent) under the Foreign Military Sales Program. Work will be performed in Clearwater, Fla., (52 percent); Austin, Texas, (34 percent); Iwata-Gun Shizoka, Japan, (8 percent); and Natanya, Israel, (6 percent), and is expected to be completed in Aug. 2010. Contract funds in the amount of $224,078 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

I.E. Pacific, Inc.*, San Diego, Calif., is being awarded $7,111,000 for firm-fixed-price task order #0002 under an indefinite-delivery/indefinite-quantity multiple award construction contract for design and construction of a weapons and armaments facility at the Naval Air Weapons Station, China Lake. This task order contains one option at $880,000, which if exercised, will bring the total contract amount to $7,991,000. Work will be performed in Ridgecrest, Calif., and work is expected to be completed by Oct. 2009. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-07-D-2008).

Rolls-Royce Corp.,
Indianapolis, Ind., is being awarded a $9,904,384 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0060) for the procurement six MV-22 AE1107C engines. Work will be performed in Indianapolis, Ind., 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.

ARMY

AM General, LLC, South Bend, Ind., was awarded on May 13, 2008, a $187,750,244 firm-fixed price contract for 1,470 High Mobility Multi-Purpose Wheeled Vehicles. Work will be performed at Mishawaka, Ind., and is expected to be completed by Dec. 31, 2009. One bid was solicited and one bid received. Test and Automotive Command, Warren, Mich., is the contracting activity. (DAAE07-01-C-S001).

Protective Apparel Corp., of America, Jacksboro, Tenn., was awarded on May 6, 2008, a $13,507,958.00 firm-fixed price; delivery order off GSA contract for
body armor for Government of Iraq Ministry of Interior security forces. Work will be performed at Jacksboro, Tenn., and is expected to be completed by Sept. 1, 2008. Bids were solicited via the Web with 15 bids received. Multi-National Security Transition Command – Iraq/Joint Contracting Command – Iraq, (MNSTC-I/JCC-I), Baghdad, Iraq is the contracting activity. (GS-07F-9075D).

AIR FORCE

Kent Construction Co., Incorporated of Smyrna, Del., is being awarded a firm fixed price contract for $13,899,000. This action will construct a new 8-room dormitory, approximately 62,000 square feet, three story with open balconies, precast concrete plank and concrete masonry block construction with brick and stucco exterior finish, standing seam metal roof, common and mechanical/electrical/communications space, complete fire protection, alarm, and mass notification system, complete heating, ventilation, and air conditioning, electrical, and communications systems, and all appurtenances for a complete and usable facility. At this time $13,899,000 has been obligated. Dover AFB, Del., is the contracting activity (FA4497-08-C-0004).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $7,268,521. This contract action will provide survivability and vulnerability assessment support to the Director, Surface Warfare, for the Office of Naval Operations. At this time $360,537 has been obligated. Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, Delivery Order: 0253).

ITT-AES of Herndon, Va., is being awarded a cost plus fixed fee contract for $50,168,645. The objective of this Technical Area Task is to research and develop to provide anti-insurgency analysis capabilities and methods for the Joint Improvised Explosive Device Defeat Organization in ways that benefits the warfighter and counter evolving insurgency threats. At this time $0 has been obligated (will advise). Offutt AFB, Neb., is the contracting activity (SPO700-98-D-4000, DO 0063).

ITT-AES of Herndon, Va., is being awarded a cost plus fixed fee contract for $11,559,925. The objective of this Technical Area Task is to provide engineering research and analysis to provide expertise to the combat, training, and material developer and operational units in current and future operations. At this time $0 has been obligated (will advise). Offutt AFB, Neb., is the contracting activity (SPO700-98-D-4000, DO 0064).

DEFENSE LOGISTICS AGENCY

U.S. Foodservice Inc.,
Salem, Mo., is being awarded a maximum $6,449,588 firm fixed price, indefinite quantity contract for full line food distribution services. Other location of performance is Kansas. Using services are Army and Air Force. This contract is exercising an extension of option year four. There were originally 178 proposals solicited with two responses. Contract funds will expire at the end of the current fiscal year. Date of performance completion is Sept. 27, 2008. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-08-D-3033).

Labatt Food Service, Inc., San Antonio, Texas, is being awarded a maximum $8,152,658 firm fixed price, indefinite delivery contract for full line food distribution services. Other location of performance is Dallas, Texas. Using services are
Army, Navy, and Air Force. There were originally 125 proposals solicited with four responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 23, 2008. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-08-D-3028).

Lankford Sysco, Inc., Pocomoke City, Md., is being awarded a maximum $31,250,000 fixed price with economic price adjustment, prime vendor contract for total food and beverage support. There are no other locations of performance. Using services are
Army, Navy, Air Force, Marine Corps and Job Corps. This proposal was originally DIBBS solicited with four responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is May 24, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-08-D-3126).

TIFCO Industries Inc., Pinehurst, Texas* is being awarded a maximum $11,984,945 fixed price with economic price adjustment, indefinite delivery and indefinite quantity, electronic catalog contract for repair parts. There are no other locations of performance. Using services are
Army, Navy, Air Force and Marine Corps. There were originally 455 proposals solicited with 31 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is May 9, 2013. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa.(SPM200-07-D-8262).

No comments: