Sunday, June 15, 2008

MILITARY CONTRACTS June 13, 2008

AIR FORCE

The
Air Force is modifying a firm fixed price contract with Lockheed Martin Co., Lockheed Martin Aeronautics Company of Marietta Ga., not to exceed $470,000,000. This contract modification is an undefinitized contract action for the procurement of six fiscal 2009 HC/MC-130J aircraft and associated long lead material and non-recurring aircraft production effort using fiscal 2008 advance procurement funding. At this time $75,000,000 has been obligated. USAF/AFMC, Aeronautical Systems Center (ASC), 657 AESS/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456 P00037).

The
Air Force is modifying a cost plus fixed fee contract with McDonnell Douglas Corporation, a wholly-owned subsidiary of the Boeing Co., of Long Beach, Calif., for $16,300,000. This action will provide Wing Pylon and Fairing, CCP 0586. At this time $8,000,000 has been obligated. 516th AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, P00185).

Booz Allen and Hamilton, Inc. of Herndon, Va., is being awarded a cost plus fixed fee, indefinite-delivery, requirements contract for an estimated $10,562,764. This action will provide lethality and survivability analysis for Terminal Effects Division,
Army Research Laboratory. At this time $241,546 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (sP0700-03-D-1380, DO: 0255).

The
Air Force is modifying a cost plus fixed fee contract with General Dynamics C4 Systems of Scottsdale, Ariz., for $9,231,217. This action will exercise option 1, system demonstration, of the Telemetry, Tracking, and Commanding (TT&C) Aerospace Vehicle Equipment Increment 1 (AVE I1) contract, FA8307-06-C-0010. Option 1 will continue with the development, qualification, and certification of a National Security Agency approved Type 1 space certified Telemetry, Tracking, and Command (TT&C) Communication Security (COMSEC) solution. HQ CPSG/PK, Directorate of Contracting, San Antonio, Texas, is the contracting activity (FA8307-06-C-0010 P00011).

NAVY

American Competitiveness Institute, Philadelphia, Pa., is being awarded a $99,999,000 indefinite-delivery/indefinite-quantity contract for the Benchmarking and Best Practices Center of Excellence. The purpose of this effort is to identify, validate, benchmark, and facilitate the dissemination (sharing) of best-in-class practices, processes, methodologies, systems, and pre-competitiveness technologies. In doing so, enhance and promote communications, corporation, integration, and interdependency across the defense industry that will result in improvements in affordability and performance of defense platforms and weapon systems. Work will be performed in Philadelphia, Pa., and work is expected to be completed June 2013. Contract funds will not expire at end of current fiscal year: This contract was competitively procured under solicitation N00014-08-R-0001. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-08-D-0758).

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $29,728,013 modification to previously awarded contract (N00024-04-C-2100) for consolidated planning yard, engineering and technical support for nuclear submarines. The contract modification provides design and installation services required to support planning and execution for installation of design/configuration changes for submarines and designated support activities. The contractor will also provide material aspects of submarine design/configuration change programs to support execution of submarine major alterations. Work will be performed in Groton, Conn., (73 percent), Quonset, R.I., (12 percent), Kings Bay, Ga., (7 percent), Newport, R.I., (5 percent), and
Bangor, Wash., (3 percent), and is expected to be completed by September 2008. Contract funds $29,728,013 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Marsh Creek, LLC, Anchorage, Alaska, an Alaskan Native Corp., is being awarded a $28,925,233 cost-plus-fixed-fee contract for research support operations and maintenance services of the High Frequency Active Auroral Research Program (HAARP) Research Station Gakona, Alaska. The mission of the program is to conduct ionospheric research of a radio science nature in support of both Department of Defense and civilian communication, surveillance and navigations applications. This contract is a follow on effort to contract N00014-02-C-0463 operations and maintenance services of the HAARP Research Station, Gakona, Alaska, competitively awarded to BAE Systems Advanced Technologies. Work will be performed in Gakona, Alaska., and work is expected to be completed June 2013. Contract funds in the amount of $100,000 will expire at end of current fiscal year. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-08-C-0395).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $17,594,388 modification to the previously awarded firm-fixed-price contract (N00019-04-C-0014). This modification provides for incorporation of engineering change Proposal 6251 and 6251R1 to convert 18 Lot 32 F/A-18F aircraft to EA-18G aircraft. Work will be performed in St. Louis, Mo., (70 percent),
El Segundo, Calif., (29 percent), and Mesa, Ariz., (1 percent), and is expected to be completed in September 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.

Progeny Systems Corp., Manassas, Va., is being awarded a $14,320,297 cost plus fixed fee firm fixed price contract for design agent/engineering services and supplemental hardware kits to support the
Navy's AN/UYQ-100 Undersea Warfare Decision Support System (USW-DSS). The AN/UYQ-100 USW-DSS provides an integrated near real-time Net-Centric Undersea Warfare (USW) Command and Control capability across multiple platforms. USW-DSS leverages existing communication links, networks, contact pictures and multi-platform sensor data providing an integrated capability to plan, conduct and coordinate USW operations. Options for design agent support are through fiscal 2012. This contract includes options which, if exercised, would bring the cumulative value of this contract to $66,615,225. Work will be performed in Manassas, Va., (86.2 percent) and Charleroi, Pa., (13.8 percent), and is expected to be completed by June 2009. Contract funds will not expire at the end of the current fiscal year. This contract is being awarded as a Phase III SBIR effort. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-08-C-5206).

Rolls Royce, Bristol, England, is being awarded a $13,125,121 ceiling priced order under an existing basic ordering agreement contract (N00383-08-G-003M-5040) for procurement of turbine blades, HP ST2 used in support of the F-402 engine. Work will be performed in Bristol, England, and work is expected to be completed by December 2009. 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.

Lockheed Martin Maritime Systems & Sensors, Riviera Beach, Fla., is being awarded a $10,806,178 modification to previously awarded contract (N00024-05-C-6327) for one (1) AN/WLD-1(V) Remote Minehunting Vehicle Low Rate Initial Production System. The Remote Minehunting System is a high endurance, offboard, low-observable system that will be operated and maintained from surface ships. The system will use the AN/AQS-20A minehunting sensors for detection, classification, and localization of mine-like objects and mine identification. It is capable of over-the-horizon operations. The offboard vehicle has self-contained control, propulsion, power, and navigation features. It is capable of real-time communications of mine reconnaissance sensor data as well as automatic search and recording modes. Work will be performed in Riviera Beach, Fla., and is expected to be completed by January 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington
Navy Yard, D.C., is the contracting activity.

C&G Boat Works, Inc.,
Mobile, Ala., is being awarded an $8,370,633 modification to previously awarded contract (N00024-07-C-2236) to exercise an option for the design and construction of one YP training craft for the U.S. Naval Academy. The YP training craft is used to train Navy midshipmen at the academy. Work will be performed in Mobile, Ala., and is expected to be completed by July 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

AMSEC LLC, Virginia Beach, Va., is being awarded a $7,682,783 modification (#P00025) to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00189-02-D-0037) for extension of engineering, technical, and maintenance support services for U.S.
Navy aircraft carriers and battle group support vessels as required by Commander, Naval Air Forces. Work will be performed in CONUS, and work is expected to be completed by January 2009. Contract funds will expire at the end of the current fiscal year. This contract was awarded competitively. The Fleet and Industrial Supply Center, Norfolk, Va., is the contracting activity.

ARMY

M.A. Mortenson Co.,
Minneapolis, Minn., was awarded on June 12, 2008, a $72,125,000 firm-fixed price contract for a design/build project at Fort Lewis, Wash., including two Special Operations Forces complexes. Work will be performed at Fort Lewis, Wash, and is expected to be completed by May 30, 2010. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on January 11, 2008, and two bids were received. The U.S. Army Corps of Engineers Seattle District, Seattle, Wash., is the contracting activity (W912DQ-07-D-0053).

AM General LLC, South Bend, Ind., was awarded on June 11, 2008, a $25,741,548.80 firm-fixed contract for reliability enhanced vehicle engineering change engineering change proposals on high mobility multi-purpose wheeled vehicles. 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. There was one bid solicited on March 17, 2006 and one bid was received. Tank-automotive and Armaments Command is the contracting activity (DAAE07-01-C-S001).

Plata/Mota Joint Venture, Chicago, Ill., was awarded on June 12, 2008, a $23,044,561 firm-fixed price contract for the design and construction of the Armed Forces Reserve Center, Organizational Maintenance Shop and unheated storage building in Lake County, Ill. Work will be performed in Lake County, Ill., and is expected to be completed by Dec. 19, 2009. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Feb. 12, 2008 and two bids were received. The U.S.
Army Corps of Engineers Louisville District, Louisville, Ky., is the contracting activity (W912QR-08-C-0022).

PCL Construction Service, Inc., Denver, Colo., was awarded on June 12, 2008, a $20,862,500 firm-fixed price contract for the Air and Space Integration Facility at Schriever
Air Force Base. Work will be performed in Schriever Air Force Base, Colorado Springs, Colo., and is expected to be completed by April 7, 2010. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Jan. 16, 2008 and five bids were received. The U.S. Army Corps of Engineers Omaha District, Omaha, Neb., is the contracting activity (W9128F-08-C-0010).

West Coast Contractors of Nevada, Inc., Reno, Nev., was awarded on June 6, 2008, a $10,470,500 firm-fixed price contract for the repair of Air National Guard Hangar Building 9 in Reno, Nev. Work will be performed in Reno, Nev., and is expected to be completed by Sept. 10, 2009. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Dec. 5, 2007, and four bids were received. The National Guard Bureau Nevada, Carson City, Nev., is the contracting activity (W9124X-08-C-0001).

DEFENSE LOGISTICS AGENCY

Chevron Global Aviation, Houston, Texas is being awarded a maximum $16,015,179.60 fixed price with economic price adjustment supplemental, indefinite delivery, indefinite quantity contract for aviation fuel. Other location of performance is in Utah. Using service is Defense Energy Support Center. There were originally 200 proposals solicited with 2 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Oct. 30, 2008. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-08-D-0493).

EA Industries, Inc., San Lorenzo, Puerto Rico* is being awarded a maximum $13,359,573 firm fixed price, indefinite quantity, small business set aside contract for combat utility uniforms. There are no other locations of performance. Using service is
Marine Corps. The original proposal was Web solicited with 10 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year. Date of performance completion is June 18, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0100-06-D-0361).

No comments: