Wednesday, July 23, 2008

MILITARY CONTRACTS July 23, 2008

Navy

Dimensions Construction, Inc.,*
San Diego, Calif.; Allen Engineering Contractor, Inc.*, San Bernardino, Calif.; RMA Land Construction, Inc.*, Brea, Calif.; Candalaria JV LLC.*, Glendale, Ariz.; Marcon Engineering, Inc.*, Escondido, Calif.; RQ-Brady JV 01 * San Diego, Cailf.; I.E.-Pacific, Inc.*, San Diego, Calif.; Patricia I. Romero Inc., dba Pacific West Builders*, San Diego, Calif., and Hal Hay Construction, Inc.* Riverside, Calif., are each being awarded a not to exceed $100,000,000 8(a) set-aside firm-fixed-price multiple award, indefinite-delivery/indefinite-quantity contract for indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and renovation of general building construction at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including but not limited to Southern California, Arizona, and New Mexico. The $100,000,000 (with guaranteed minimum of $5,000) is for all contracts combined - base period and four option years. The work is for the design, construction, supervision, equipment, materials, labor, and all means necessary to provide complete and usable facilities at various locations. Work will be performed at various Navy and Marine Corps installations within the NAVFAC Southwest Area of Responsibility including, but not limited to Calif., (82 percent), Ariz., (16 percent), and N.M., (two percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of Jul. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for eight (a) Small Businesses via the NAVFAC e-solicitation website, with 77 proposals solicited, and 28 offers received. These nine contractors listed may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (contract numbers N63473-08-D-8650, N63473-08-D-8642, N62473-08-D-8643, N62473-08-D-8644, N62473-08-R-8645, N62473-08-R-8646, N62473-08-R-8647, N62473-08-R-8648, and N63473-08-D-8649 respectively).

Western Branch Diesel, Inc., Portsmouth, Va., is being awarded a $10,158,500 firm-fixed-price, indefinite-delivery/indefinite-quantity requirements contract for the procurement of maintenance services (engine overhaul) and repair of the MK V Special Operations Craft MTU 12V396TE94 diesel engines. Work will be performed in Portsmouth, Va., (80 percent) and Norfolk, Va., (20 percent), and is expected to be completed by Mar. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via
Navy Electronic Commerce Online and Federal Business Opportunities websites, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-08-D-0018).

Army

Archer Western Contractors,
Atlanta, Ga., was awarded on Jul. 21, 2008, a $45,079,000 firm-fixed price contract for the design and construction of unaccompanied personnel housing. Work will be performed at Fort Bragg, N.C., and is expected to be completed by Nov. 21, 2009. Contract funds will not expire at the end of the current fiscal year. Four bids were solicited on Mar. 27, 2008, and three bids were received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0051).

Park Construction Co., Hampton, Minn., was awarded on Jul. 22, 2008, a $12,939,650 firm-fixed price contract for a flood protection project. Work will be performed in Lincoln, Ne., and is expected to be completed by Jan. 31, 2010. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Apr.15, 2008, and four bids were received. U.S.
Army Corps of Engineers, Omaha, Ne., is the contracting activity (W9128F-08-C-0014).

Alliant Lake City Small Caliber Ammunition Co., LLC, Independence, Mo., was awarded on Jul. 22, 2008, a $10,635,417 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 (DAA09-99-D-0016).

Barr Incorporated, Putnam, Conn., was awarded on Jul. 18, 2008, a $6,128,000 firm-fixed price contract for the construction of an addition to a fire crash rescue station. Work will be performed at Barnes Air National Guard Base, Westfield, Mass., and is expected to be completed by Aug. 15, 2009. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Apr. 14, 2008, and ten bids were received. National Guard Bureau, Milford, Mass., is the contracting activity (W912SV-08-C-0008).

Chugach Government Services, Inc., Anchorage, Ala., was awarded on Jul. 22, 2008, a $6,494,099 firm-fixed price contract for the construction of a substation and natural gas generators. Work will be performed in Redstone Arsenal, Ala., and is expected to be completed by Jul. 24, 2010. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on May 2, 2008. U.S.
Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-08-C-0044).

Air Force

Associates for International Research Inc., Engineering Services LLC, of Annapolis, Md.; Boeing Support Systems of Fort Walton Beach, Fla.; DRS Technical Services of Herndon, Va. and Calverton, Md.; L-3 Communications TCS (3 Com) of Warner Robins, Ga.; Lockheed Martin Integrated Systems of Warner Robins, Ga.; MacAulay-Brown, Inc., of Dayton, Ohio; MTC Technologies (now BAE Systems Science and
Technology, Inc.) of Dayton, Ohio; Northrop Grumman Technical Services Inc., of Herndon, Va.; Raytheon Technical Service Co., Customized Engineering Depot Support, of Indianapolis, Ind.; Science Applications International Corp., of San Diego, Calif.; Scientific Research Corporation of Atlanta, Ga.; Support Systems Associates, Inc., of Melbourne, Fla., are being awarded an indefinite delivery/indefinite quantity contract for a maximum of $6.9 billion. This action will provide for potential requirements to include modifications, development, repairs, and limited, critical or contingency spares for all Air Force managed weapons systems. At this time a minimum of $5,000 for each contractor has been obligated. WR-ALC/PKE, Robins AFB, Ga., is the contracting activity (ARINC – FA8530-08-D-0001; Astronautics –FA8530-08-D-0002; BAE IESI – FA8530-08-D-0003; Boeing – FA8530-08-D-0004; DRS – FA8530-08-D-0005; General Dynamics – FA8530-08-D-0006; L-3 Comm – FA8530-08-D-0007; LMIS – FA8530-08-D-0008; MacB – FA8530-08-D-0009; MTC – FA8530-08-D-0010; Northrop Grumman – FA8530-08-D-0011; Raytheon – FA8530-08-D-0012; SAIC – FA8530-08-D-0013; SRC – FA8530-08-D-0014; SSAI – FA8530-08-D-0015).

E.J. Mlynarczyk and Co., Inc., DBA: EJM Aerospace Services of Crestview, Fla., is being awarded a firm fixed price contract for $14,553,548.57. This requirement is for the additional production kits and storage containers for the Improved Ballistic Armor Suppression Sub-System in support of the HH-60G helicopter. At this time all funds have been obligated. Warner Robins Air Logistics Center, WR-ALC/580th ACSG, GFKAB, Special Operations Forces Contracting Division, Robins AFB, Ga., is the contracting activity (FA8509-05-D-0004-0020).

No comments: