Tuesday, May 06, 2008

MILITARY CONTRACTS May 6, 2008

AIR FORCE

Helicopter Tech., Inc., of King of Prussia, Penn.; Logistics Specialties, Inc., of Layton, Utah; ES3 Prime Logistics Group, Inc., of San Diego, Calif.; and Eagle Tool and Machine Co., Inc., of Springfield, Ohio, are being awarded an indefinite delivery/indefinite quantity contract for $1,500,000,000. This action will provide support and source for competitive
Air Force and DLA land gear (709 Air Force, and 371 DLA items). At this time $8,000,000 has been obligated. Hill AFB, Utah, is the contracting activity (FA8203-08-D-0001, FA8203-08-D-0002, FA8203-08-D-0003, FA8203-08-D-0004).

ARMY

AM General, LLC, South Bend, Ind., was awarded on May 2, 2008, a $522,399,722 firm-fixed price contract for adding 3,216 EA High Mobility Multi-Purpose Wheeled Vehicles to contract. Work will be performed in Mishawaka, Ind., and is expected to be completed by Dec. 31, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Mar. 17, 2006. TACOM, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

Alliant Lake City Small Caliber Ammunition Co., LLC, Independence, Mo., was awarded on May 5, 2008, a $49,757,522 firm-fixed price contract for small caliber ammunition. Work will be performed in Independence, Mo., and is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Jan. 2, 2008. U.S.
Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0016).

Straub Construction, Inc., Bonsall, Calif., was awarded on May 2, 2008, a $10,058,017 firm-fixed price contract for construction of a combat search and rescue C-130 maintenance hanger. Work will be performed at Davis-Monthan
Air Force Base, Ariz., and is expected to be completed by Aug. 8, 2009. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Dec. 10, 2007, and nine bids were received. U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-08-C-0010).

NAVY

A BRDC Joint Venture, Clairton, Pa.; Islands Mechanical Contractor, Inc.,
Jacksonville, Fla.; Ratcliff Construction, Inc., Orange Park, Fla.; and Toltest, Inc., Maumee, Ohio, are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for general building type projects at Naval Station, Guantanamo Bay. The work to be performed is for general building type projects (new construction, renovation, alteration, and repair of facilities and infrastructure, roofing, demolition, and routine renovation) including but not limited to: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) security level facilities, 9) abatement and handling of hazardous/regulated materials. Each contract consists of a base year and four option years for a maximum of 60 months or a maximum value of $50,000,000 for all contracts, whichever comes first with a guaranteed minimum of $10,000 for each contract. The aggregate of $50,000,000 will potentially be shared among all four contractors. A BRDC Joint Venture is being awarded the initial task order in the amount of $19,836 (including the minimum guarantee) for the design and construction of ADA (Americans with Disabilities Act) compliant shower enclosures at Naval Station Guantanamo Bay. Work for this task order is expected to be completed by Oct. 2008. The remaining three contractors are being awarded the minimum guarantee of $10,000. Work will be performed in Guantanamo Bay, Cuba. The term of the contract is not to exceed 60 months, with an expected completion date of May 2009, (May 2013, with options exercised). Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (contract numbers N69450-08-D-1274/1275/1276/1277).

Special
Tactical Services, LLC (STS)*, Va., Beach, Va., is being awarded a $6,437,479 not-to-exceed modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N61339-07-D-0016) to exercise an option for course instructors for various crew-served weapons courses in support of the Center for Security Forces, Little Creek, Va. Work will be performed in San Diego, Calif., (46 percent); Norfolk, Va., (40 percent); and Camp Lejuene, N.C., (14 percent), and work is expected to be completed in Apr. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Honeywell International of
Phoenix, Az., is being awarded a maximum of $48,945,029, Firm-Fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Engine and Maintenance Support for the T55-GA-714A Engines and Components used on the MH-47G Helicopters. The work will primarily be performed at Greer, S.C., and is expected to be completed by Dec. 31, 2012. Contract funds will not expire at the end of the current fiscal year. This contract was awarded as a sole source. The contract number is H92241-08-D-0006.

Unionvale Coal Co., Ligonier, Pa.*, is being awarded a maximum $7,917,000 firm fixed price contract for bituminous coal. Other location of performance is in West Va. Using service is
Navy. There were originally 160 proposals solicited with 1 response. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is May 31, 2009. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-08-D-0655).

No comments: