Thursday, May 22, 2008

MILITARY CONTRACTS May 22, 2008
NAVY

Scientific Research Corp.,
Atlanta, Ga., is being awarded a $40,269,456 indefinite-delivery/ indefinite-quantity, cost-plus-fixed-fee, performance-based contract to provide acquisition for advanced technology services in the areas of program management, systems engineering, software engineering, technical studies and analysis, modeling and simulation, development and modernization, integration and testing, prototyping and quick reaction production, and life cycle planning and support. This contract includes four one-year option periods, which if exercised, will bring the total cumulative value of the contract to an estimated amount of $211,279,349. Work will be performed in Charleston, S.C., and work is expected to be completed by May 2009 (May 2013 with options exercised). Contract funds in the amount of $50,000 will expire at the end of the current fiscal year. This contract was competitively procured under full and open competition. The Request for Proposal was posted on the Space and Naval Warfare Systems Center E-commerce website and two offers were received. The Space and Naval Warfare Systems Center, Charleston is the contracting activity (N65236-08-D-6805).

Eagan, McAllister Associates, Inc., Lexington Park, Md., is being awarded a $22,071,517 indefinite-delivery/indefinite-quantity performance-based contract with hybrid pricing arrangements to provide production engineering, integration product improvement, test and evaluation, and maintenance support as well as the capacity to modernize or introduce transformational technologies into systems and technical support services of various C5ISR (Command, Control, Communications,
Computer, Cryptology, Intelligence, Surveillance, Reconnaissance) programs for fielding on platforms such as: Marine Corps Up-Armored HMMWV, Joint Explosive Ordnance Disposal, Rapid Responded Vehicle, Mine Resistant Ambush Protected vehicles, other Department of Defense vehicle platforms, Navy C5ISR tactical vehicles, and Marine Corps C5ISR tactical vehicles, in addition to other tactical vehicles. This contract includes four one-year options and three-award terms, which if exercised, would bring the cumulative value of this contract to $221,972,342. Work will be performed in Charleston, S.C., and is expected to be completed by May 2009 (May 2016 with all options and award terms exercised). Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured under full and open competition. The Request for Proposal was posted on the Space and Naval Warfare Systems Center E-Commerce website, with two offers received. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-08-D-2837).

Raytheon Co., Space and Airborne Systems,
El Segundo, Calif., is being awarded a $21,116,843 firm-fixed-price contract modification # P00030 under previously awarded contract (N00019-06-C-0310) for manufacture of various quantities of line items of ATFLIR Radar System components used on the F/A-18 aircraft. Work will be performed in El Segundo, Calif., 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 not awarded competitively. The Naval Inventory Control Point is the contracting activity.

BAE Systems, Armament Systems Division,
Minneapolis, Minn., is being awarded a $15,159,218 firm-fixed-price modification to previously awarded contract (N00024-04-C-4156) for Long Lead Time Material for the SSN 784 Virginia-class submarine propulsor and the procurement of a spare tailcone. The procurement will provide for the advanced procurement of LLTM associated with the production of the SSN 784 Virginia-class submarine propulsor and the manufacture, machining, and assembly of a spare tailcone. The manufacture, machining, and assembly of the fixed portion of the SSN 784 propulsor system (propulsor and tailcone) will be completed as part of the option when exercised. Work will be performed in Fridley, Minn., and work is expected to be completed by Oct. 2010. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Maritime Systems and Sensors, Liverpool, N.Y., is being awarded an $8,976,315 fixed-price-incentive with stepladder pricing (for the production units), cost-plus-fixed-fee (for engineering and technical services, test equipment, production representative unit, 3D mock-ups), firm-fixed-price (for Provisioning Item Orders, retrofit kits, refurbishment, and engineering change proposals) contract for Low Cost Conformal Array Production units (LCCA). The LCCA is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid COTS Insertion (A-RCI) AN/BQQ-10 system to provide situational awareness and collision avoidance for improved
tactical control in high density environments. Work will be performed in Syracuse, N.Y., (97.5 percent); Walpole, Mass., (1 percent); Forrest Hill, Md., (1 percent); and Millersville, Md. (0.5 percent), and is expected to be completed by Jun. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with one proposal solicited and two offers received. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-08-C-6283).

Raytheon Co., Space and Airborne Systems,
El Segundo, Calif., is being awarded an $8,717,484 firm-fixed-price contract modification # P00031 under previously awarded contract (N00019-06-C-0310) to manufacture various quantities of line items of Advanced Targeting Forward Looking Infrared Radar System components used on the F/A-18 aircraft for the Government of Australia under the Foreign Military Sales Program. Work will be performed in El Segundo, Calif., 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 not awarded competitively. The Naval Inventory Control Point is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Conn. is being awarded a $6,000,000 modification to previously awarded contract (N00024-06-C-4003) for services required to staff and operate the Nuclear Regional Maintenance Department, Naval Submarine Base, New London, Conn. Electric Boat will continue to perform project management, engineering and planning, training, inspection and services to accomplish submarine maintenance, modernization and repairs. Work will be performed in New London, Conn., and work is expected to be completed by Sep. 2008. Contract funds in the amount of $6,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington
Navy Yard, D.C., is the contracting activity.

AIR FORCE

Raytheon Co., of Marlborough, Mass., is being awarded an indefinite delivery/indefinite quantity contract for $29,377,803. The Digital Airport Surveillance System is a combined Department of Defense and Federal Aviation Administration activity to replace existing radar facilities at
military and civilian airfields worldwide. First fielded nearly 30 years ago, the current analog radar systems are nearly at the end of their life cycle, leading to sporadic loss of airport surveillance radar coverage. The contract being awarded is for approximately 116 fully operational "turn-key" ASR-11 systems. It consists of site activation activities, including engineering and technical support services, site surveys, site preparation and the dismantling of existing radars, as well as all activities related to the production, transportation and installation and check-out of the new radar systems. Spare parts and technical assistance is also included in the contract. At this time $22,033,352 has been obligated. Hanscom AFB, Mass., is the contracting activity (FA8730-08-D-0001).

Watkins Aircraft Support Products of Glenwood, Minn., is being awarded a firm fixed price contract for $6,526,980. This action is a delivery order for 158 Ground Handling Trailers (MHU-26 Trailers) against a basic requirements contract. At this time $6,526,980 has been obligated. Robins AFB, Ga., is the contracting activity (F08635-02-D-0045 Order RJ01).

Textron Systems Corp., of Wilmington, Mass., is being awarded a modified firm fixed price contract for $5,666,722. This action will provide BRAC Directive to move Sensor Fuzed Weapon Assembly Line in Parsons, Kan., to McAlester, Okla. All new personnel will be trained in the new assembly line in McAlester, Okla. At this time $5,666,722 has been obligated. Eglin AFB, Fla., is the contracting activity (FA8677-07-C-0001, P00017).

ARMY

Hazard Protection System, Inc., Anchorage, Ala., was awarded on May 20, 2008, a $24,506,524 firm-fixed price contract for external fuel tank fire suppression kits for the heavy equipment transporter, heavy expanded mobility
tactical truck and palletized load system vehicles. Work will be performed primarily in Mount Airy, N.C., and is expected to be completed by Oct. 15, 2009. Contract funds will not expire at the end of the current fiscal year. Two bids were solicited on Dec. 21, 2007, and two bids were received. U.S. Army TACOM, Warren, Mich., is the contracting activity (W56HZV-08-C-0274).

DynCorp International LLC, Falls Church, Va., was awarded on May 13, 2008, a $13,132,285 firm-fixed price contract for the design and construction of a border
police headquarters. Work will be performed in Bermel, Afghanistan, and is expected to be completed by May 14, 2009. Contract funds will not expire at the end of the current fiscal year. Five bids were solicited on Apr. 18, 2008, and one bid was received. U.S. Army Engineer District, Afghanistan, is the contracting activity (W917PM-07-D-0014).

Arriba Corp., Norfolk, Va., was awarded on May 20, 2008, a $5,704,934 firm-fixed price contract for Pentagon Reservation maintenance Wedge II, Phase II backfill construction. Work will be performed in the Pentagon, Arlington, Va., and is expected to be completed by Nov. 30, 2008. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on March 20, 2008, and two bids were received. DOD, Washington Headquarters Services, Arlington, Va., is the contracting activity (HQ0034-08-D-0002).

DEFENSE LOGISTIC AGENCY

American Material handling Inc., Lilburn, Ga.*, is being awarded a maximum $6,850,714 fixed price with economic price adjustment contract for variable reach forklift. There are no other locations of performance. Using service is
Navy. There were originally three proposals solicited with two responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 19, 2008. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM500-01-D-0052).

No comments: