Thursday, July 03, 2008

MILITARY CONTRACTS June 30, 2008

AIR FORCE

The
Air Force is modifying an indefinite delivery/indefinite quantity contract for a maximum of $3,100,000,000 ($850,000,000 increase in total ceiling amount) with General Dynamics Network Systems, Incorporated of Needham, Mass. The Intelligence Information, Command and Control, Equipment and Enhancements (ICE2) contract provides worldwide information technology (IT) sustainment and technical support. The contractor provides computer equipment support consisting of preventive and remedial maintenance of hardware and inventory management. The option period of the contract expires 30 Jun. 2008. This increase will allow task orders to continue to Jun. 2008. At this time no funds have been obligated. Warner-Robins Air Logistics Center, 330 Aircraft Sustainment Wing, 560 Aircraft Sustainment Group, Contracting Division, Robins AFB, Ga., is the contracting activity (F09603-03-D-0095-P00008).

Lockheed Martin Corp., Missiles and Fire Control of
Orlando, Fla., is being awarded a firm fixed price contract for $80,000,000. The contract action will provide Gunship Multi-Spectral System 2 for the AC-130 Gunship. The purchase will include the 12 production units, 3 readiness spares packages kits, depot level spares, technical orders and data. At this time all funds have been obligated. 667th AESS/PK, Wright Patterson AFB, Ohio, is the contracting activity (FA8629-08-C-2402).

Northrop Grumman Systems Corporation, Northrop Grumman Systems Corp., Electronic Systems of Linthicum Heights, Md., is being awarded a cost plus fix fee contract for $20,842,119. This action will develop and mature critical technologies required to enable airborne stand-off electronic attack. These technologies include low band, high-power transmitting phased arrays, mid band high-power transmitting phased arrays, and advanced exciters. At this time $3,073,000 has been obligated. AFRL/PKSE, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-C-1397).

Vangent, Inc. of Arlington, Va., is being awarded a firm fixed price contract for $13,590,654. The Royal Saudi
Air Force Web Based E-Learning System Modernization Program includes the procurement, installation, configuration, test and delivery of the School of Command, Control, and Communication (C3) E-Learning systems, its supporting equipment and IT Infrastructure. The system includes the conversion, configuration, installation and test of approximately 1,405 converted CBT modules, equipment, and capabilities, and the modernization of a conference room, and classrooms. The objective of this program is to deliver to the RSAF DAT SC3 a state-of the art WBES that meets the requirements while RSAF continues with the current training capabilities of the School of C3. At this time $11,000,008 has been obligated. 350th Electronic Systems Group, Hanscom AFB, Mass., is the contracting activity (FA8706-08-C-0009).

BMC Software Distribution, Inc. of
Houston, Texas, is being awarded a firm fixed price contract for $9,681,350. This new contract award serves to procure BMC software products, support, maintenance, deployment services, and training for the Combat Information Transport System Program Office. At this time all funds have been obligated. 667th Electronic Systems Center, 653d Electronic Systems Wing, 753d Electronic Systems Group, Contracting Division, Hanscom AFB, Mass., is the contracting activity (FA8731-08-F-8053).

The Boeing Co., Integrated Defense Systems, of Wichita, Kan., is being awarded a firm fixed price contract for a maximum of $7,793,273. This will provide the Evolutionary Data Link Phase III contract support and delivery of complete Production Kits (Group A and B), Upgrade Kits (partial kits to upgrade aircraft already flying with EDLPII, and 1553 Bus Interface Equipment. EDLPIII replaces existing (obsolete) laptops with newer laptops, replace existing (obsolete) remote display monitors and incorporates operational/maintenance enhancements to existing Group A (installation hardware) equipment: A-Kits -56 each; B-Kits 30 each; Upgrade Kits-20 each; Data-NSP; Program Support one Lot; Extended Monthly Operations-0 Lots; 1553 PCMICA Card – 30 each; 153 Bus S/V Module – 90 each. At this time $7,535,702 has been obligated. Department of the
Air Force, 327th Aircraft Sustainment Group Contracting Division, Tinker AFB, Okla., is the contracting activity (FA8107-08-D-0002 (First Order: FA8107-08-D-0002-0001 contains funds of obligation)).

Eaton Aerospace LLC of Jackson, Miss., is being awarded an indefinite delivery/indefinite quantity contract for a maximum of $7,801,000. This action will provide B1B aircraft, quantity of 83 Axial Piston Pumps. At this time $2,407 has been obligated. DSCR-ZBAD, Tinker AFB, Okla., is the contracting activity (SPRTA1-08-D-0001).

The
Air Force is modifying a cost plus incentive fee/fixed price award fee contract not to exceed $6,125,000 with McDonnell Douglas Corp., A Wholly-Owned Subsidiary of the Boeing Co., of Long Beach, Calif. This contract modification is a foreign military sales (FMS) requirement for the Royal Australian Air Force (RAAF) C-17 Globemaster III Sustainment Partnership (GSP) program. This action incorporates the FY08 Quarter IV Option Exercise for site activation and material for RAAF aircraft sustainment. At this time no funds have been obligated. AFMC/516 AESW/516 AESG/SYK, Area B, Bldg 558, Wright-Patterson AFB, Ohio, is the contracting activity (FA8614094-C-2004 P00254).

DEFENSE LOGISTICS AGENCY

SNCT, dba SNC Manufacturing, Orocovis, Puerto Rico* *,is being awarded a maximum $51,155,550 firm fixed price, total set aside, eight(a) sole source contract for universal camouflage trousers and coveralls. Other locations of performance are also in Puerto Rico. Using service is
Army. There was originally 1 proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is January 15, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM1C1-08-D-1087).

Maytag Aircraft Corp., Colorado Springs, Colo., is being awarded a maximum $14,706,100.00 firm fixed price contract for operation and maintenance services of bulk fuel facilities. Other locations of performance are N.J., Del., Va., N.C., S.C., and Ga. Using service is
Air Force. The original proposal was Web solicited with 12 responses. This is a five-year multiyear contract. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Aug. 1, 2013. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SPO600-08-C-5827).

NAVY

FLIR Systems Inc., North Billerica, Mass., is being awarded a maximum value $49,767,994 firm-fixed-price, indefinite-delivery/indefinite quantity contract for Short Range - Ground Mobility Visual Augmentation Systems (SR-GMVAS). The SR-GMVAS will be installed on
military ground vehicles of various types and will provide short-range surveillance, identification, detection and limited tracking capabilities in all light and weather conditions. Work will be performed in North Billerica, Mass., 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 five offers received. The Naval Surface Warfare Center, Crane Ind., is the contracting activity (N00164-08-D-JQ03).

Sensor and Antenna Systems, Lansdale, Inc., Lansdale, Pa., is being awarded a $39,988,000 not-to-exceed contract to procure 24 Low Band Transmitters; 22 V-Pol Antennas; 24 H-Pol antennas; 16 Band 2 Adapter interface Assemblies; and spare and repair parts for the AN/ALQ-99 Low Band Transmitter Antenna Group in support of the EA-6B aircraft. Work will be performed in Lansdale, Pa., and is expected to be completed in Jan. 2012. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured. The Naval Air Systems Command is the contracting activity (N00019-08-C-0046).

The Boeing Co., St. Louis, Mo., is being awarded a $22,000,000 ceiling-priced delivery order against a previously issued Basic Ordering Agreement (N68335-06-G-0024) for the procurement of 449 F/A-18F Peculiar Support Equipment (PSE) items for the F/A-18 Royal Australian
Air Force (RAAF) fleet under the Foreign military Sales Program. Work will be performed in St. Louis, Mo. and is expected to be completed in Dec. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., is being awarded a $7,891,675 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-04-D-0001) for contractor logistics support and technical engineering support services for the KC-130J, F/R/T Series Aircraft, and C-130J variant aircraft with similar components and/or systems. Work will be performed in Marietta, Ga., and is expected to be completed in Dec. 2008. 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.

BE&K Government Group, LLC, Birmingham, Ala., is being awarded a $16,755,000 firm-fixed price contract for expansion/renovation of
NAVY Exchange, Building CD13 at Naval Station Norfolk. Work will be performed in Norfolk, Va., and is expected to be completed by Jun. 2010. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVY Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-08-C-9604).

Bay Electric Co., Inc.*, Newport News, Va., is being awarded $5,858,305 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N40085-06-D-6006) for design and construction of a Marine Special Operations Complex fire station at
Marine Corps Base, Camp Lejeune. Work will be performed in Jacksonville, N.C., and is expected to be completed by Nov. 2009. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

T. B. Penick & Sons, Inc.,
San Diego, Calif., is being awarded $6,589,000 for firm-fixed price Task Order #0002 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract for design and construction of a child development center at Chollas Heights. Work will be performed in San Diego, Calif., and is expected to be completed by Sept. 2009. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8612).

Harry Pepper & Associates, Inc.,
Jacksonville, Fla., is being awarded a $13,985,658 firm-fixed-price contract for renovation and repair of Dock 146 at Naval Support Activity, Panama City. The work to be performed provides for construction work for restoration and modernization of the dock. The contract contains three options totaling $970,000, which may be exercised within 120 calendar days, bringing the total contract amount to $14,955,658. Work will be performed in Panama City, Fla., and is expected to be completed by Nov. 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVY Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-08-C-0759).

Butt Construction Co., Inc.*, Dayton, Ohio, is being awarded a $9,411,000 firm-fixed price contract for design and construction of the
Marine Corps Reserve Center at Wright Patterson Air Force Base. The work to be performed provides for the design and construction of two buildings located close to the new MCRC administration facility -- an administration facility and a vehicle maintenance facility. Work will be performed in Dayton, Ohio, and is expected to be completed by Mar. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively negotiated via the NAVY Electronic Commerce Online Website with five proposals received. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (n40083-08-c-0054).

Korte Construction Co., DBA the Korte Co., highland, Ill., is being awarded $7,943,536 for firm-fixed price task order #0002 under a previously awarded multiple award construction contract (N40083-06-d-4021) for design and construction of the special weapons assessment facility at Naval Support Activity, Crane, Ind. The work to be performed provides for the design and construction of a two-story firing building and an adjacent three cell earth covered operation and storage building, and two remote site type e box magazines. The work also includes the demolition of the existing firing building and 12 magazines as well as wetlands mitigation, new target emplacements and firing points, backstops, a ballistic protection screen wall, as well as down range power, fiber and data lines to all target emplacements and firing points. Work will be performed in Crane, Ind., and is expected to be completed by Feb. 2010. 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, Midwest, Public Works Department, Crane, Ind., is the contracting activity.

Army

Luhr Bros., Inc., Columbia, Ill., was awarded on Jun. 27, 2008, a $7,033,445.00 firm fixed price, construction contract for Stone Dike Construction at various locations in the Mississippi River between miles 783.0 to 650.0. Westover Bendway Weirs: The work consists of furnishing all plant, labor and materials for constructing the Westover Bendway Weirs No. 1 thru 5 by placing Graded Stone A and incidental related work will be rquired. Riprap paving will be placed on the bank location at each weir. Plum Point Dikes: The work consists of furnishing all plant, labor and materials for constructing Plum Point Dikes 3,3 Trail and 4 by placing Graded Stone A and incidental related work will be required. Riprap paving will be placed on bank location at each dike. Norfolk Star Dikes: The work consists of furnishing all plant, labor and materials for constructing Norfolk Star Dikes 1, 2, 3 and 4 by placing Graded Stone A and incidental related work will be required. Riprap paving will be placed on bank location at each dike. Work will be performed at the aforementioned locations with an estimated completion date of Dec. 30, 2008. Twelve bids were solicited with one bid received. U.S.
Army Engineer District Memphis, Memphis, Tenn., is the contracting activity (W912EQ-08-C-0021).

Caddell Construction Co., Montgomery, Ala., was awarded on Jun. 27, 2008, a $44,417,850.00 firm fixed price contract for design and construction of a Reception Station

Processing Center, general purpose storage building and a lighted multi-purpose athletic field with a running track and associated physical training areas. Supporting facilities include site preparation; water, sanitary sewer, and natural gas connections and underground electrical distribution, grading, paving, walks, curbs and gutters, and wetland mitigation. Also, complete the design of and construction for the conversion of existing building numbers 3020 and 3021 to a Training Support Center. Supporting facilities include Privately Owned Vehicle (POV) parking relocation due to antiterrorism protection criteria and site improvements. Work is to be performed at Fort Benning, Ga., with an estimated completion date of Aug. 30, 2010. Four bids were solicited with three bids received. U.S.
Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0056).

Great Lakes Dredge & Dock Co., LLC, Oak Brook, Ill., was awarded on Jun. 27, 2008, a $5,376,200.00 firm fixed price, construction contract for dredging of the Miss. River, harbors, and new construction of Northwest Tenn. Harbor. Performance will take place at various harbors on the Mississippi River with work estimated to be completed by Dec. 31, 2008. U.S.
Army Engineer District Memphis, Memphis, Tenn., is the contracting activity (W912EQ-08-D-0005).

Hutchinson Industries, Trenton, NJ, was awarded on June 27, 2008, a $55,734,937.20 firm fixed price contract for 56,520 Wheel and Tire Assemblies. Performance will take place in Trenton, N.J., with an estimated completion date of Mar. 31, 2009. Bids were solicited via the Web with one bid received. Tank & Automotive Command, Warren, Mich., is the contracting activity (W56HZV-08-C-0482).

AM General LLC, South Bend, Ind., was awarded on Jun. 26, 2008, a $128,504,465 firm-fixed price contract for frag seven kits via the undefinitized contractual action needed to improve overhead protection for up-armored high mobility multipurpose 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. One bid was solicited on Mar. 17, 2006. TACOM, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

JLG Industries, Inc., was awarded on Jun. 26, 2008, a $14,539,042 firm-fixed price contract for the All Terrain Lifter
Army System rough terrain forklift. Work will be performed in McConnellsburg, Pa., and is expected to be completed by Jun. 30, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Feb. 18, 2005, and one bid was received. TACOM, Warren, Mich., is the contracting activity (W56HZV-05-C-0229).

General Dynamics Ordnance & Tactical Systems, Scranton, Pa., was awarded on Jun. 26, 2008, a $13,865,374 firm-fixed price contract for projectile metal parts and burster casings. Work will be performed in Scranton, Pa., and is expected to be completed by Sept. 30, 2012. Contract funds will not expire at the end of the current fiscal year. National
technology Industrial Base bids were accepted on Mar. 13, 2008, and two were received. Headquarters, Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-08-D-0061).

No comments: