Sunday, August 17, 2008

MILITARY CONTRACTS August 14, 2008

Air Force

Securiguard, Incorporated of McLean,Virginia is being awarded a firm-fixed price contract for $95,382,517. The purpose of this contract is to provide a comprehensive security force to effectively execute and manage security operations on Cape Canaveral
Air Force Station (CCAFS) and its associated Florida Annexes (Jonathan Dickinson Missile Tracking Annex, Cocoa Beach Tracking Annex, Fort Pierce Microwave Relay Annex, Malabar Transmitter Annex, Melbourne Beach Optical Tracking Annex, Stuart Microwave Relay Annex, Port Canaveral Cable Terminal Annex, Wabasso Microwave Relay Annex). The contractor will be required to provide a fully trained, armed, and uniformed security force whose capability and quality meets Air Force standards in accordance with Air Force Instruction (AFI) 31-101 and AFI 31-20. Performance requirements include: Protect the capability to launch; protection of National, DoD, and commercial space-lift resources; provide command and control of security forces; provide dedicated response to protection level 1-4 resources; provide installation and restricted area entry control; maintain law and order; provide law enforcement patrols and traffic enforcement; provide security for launch and hazardous operations; manage and operate Security Force Control Center; monitor and survey installation electronic security systems; provide marine security operations; develop installation security plans and procedures; provide resource protection; Pass & ID services; perform services during crisis and contingency. At this time no funds have been obligated. Patrick AFB, Fl is the contracting activity (FA2521-08-C-0011)

Booz Allen Hamilton, Inc., of Herndon, VA, is being awarded a contract for $34,500,105. The action will provide survivability research and development analysis to European Security Operations Center and the 66th
Military Intelligence Group. The location of performance is Booz Allen Hamilton, McLean, Va. At this time $1,856,358 has been obligated. Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380).

Booz Allen Hamilton, Inc., of Herndon, VA, is being awarded a contract for $18,941,252. The action will provide U.S.
Marine Corps logistics chain survivability analysis. The location of performance is McLean, Va. At this time $454,000 has been obligated. Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380).

Henry M. Jackson Foundation of Rockville, Md., is being awarded a contract for $20,992,931. The objective of this effort is to provide research and research support for the Biosciences and Protection Division of the
Air Force Research Laboratory. The Biosciences and Protection Division has four key technology mission areas: 1) biotechnology, 2) bio-behavioral performance, 3) biomechanics, and 4) counterproliferation. This effort will develop innovative science and technology to advance the state-of-art in each of these mission areas. This effort will provide for an integrated administrative and management test-bed venue focused on innovative technology concepts required to capitalize on advances in the biosciences and to provide radically new Air Force capabilities. These capabilities will improve warfighter performance and combat effectiveness, as well as provide a general public benefit through appropriate civilian applications. The location of performance is Wright-Patterson Air Force Base, Ohio, and Brooks City Base, Texas. At this time $700,000 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-05-2-6518).

L-3 Communications of Pittsburgh, Penn., is being awarded a contract for $6,128,869. This action will provide design and development of two, 1 meter primary, on axis Cassegrain, azimuth/elevation mount telescopes for use in laser propagation and turbulence sensing experiments at the Starfire Optical Range at Kirtland AFB, N.M. At this time $1,500,000 has been obligated. Kirtland AFB, N.M., is the contracting activity (FA9451-08-C-0262).

Survival Innovations, Inc of Arden
North Carolina is being awarded a contract for $5,999,044. The objective of this effort if to tailor development, integration and testing of a head and neck restraint system to provide improved head and neck injury protection within acceptable limits for the smaller anthropometric population range of fighter aircraft, thereby optimizing warfighter injury tolerance and protection during emergency escape. This research will potentially benefit all aircraft ejection systems. At this time $5,999,044 has been obligated. Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-C-6925).

DEFENSE LOGISTICS AGENCY

Huguenot Energy LLC., Charleston, S.C.* is being awarded a maximum $53,153,997 fixed price with economic price adjustment contract for fuel. Other locations of performance are in Charleston,
South Carolina. Using services are Army, Navy, Marine Corps and federal civilian agencies. Contract funds will not expire at the end of the current fiscal year. There were originally 55 proposals solicited with 18 responses. The date of performance completion is April 30, 2011. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-08-D-0357).

US Foodservice/Joseph Webb Division, Vista, Calif. is being awarded a maximum $34,585,000 firm fixed price, prime vendor contract for full line food distribution services. Using services are
Army, Navy, Air Force, Marine Corps and Coast Guard. There are no other locations of performance. Contract funds will not expire at the end of the current fiscal year. This contract is exercising second option year. This proposal was originally Web solicited with 3 responses. The date of performance completion is August 17, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-08-D-3206).

Midstream Fuel Service LLC., Houston, Texas* is being awarded a maximum $6,064,080 fixed price with economic price adjustment contract for fuel. Other locations of performance are Carrabelle,
Florida and Beaumont, Texas. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Contract funds will not expire at the end of the current fiscal year. There were originally 55 proposals solicited with 18 responses. The date of performance completion is April 30, 2011. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-08-D-0362).

Army

Caddell Construction Co., Montgomery, Ala., was awarded on Aug. 13, 2008, a $48,463,000 firm-fixed price contract for the design and construction of three simulation training facilities with a gross square footage of 240,043 for non-motion based and motion based simulations. Work will be performed in Fort Benning, Ga., and is expected to be completed by March 2, 2010. Contract funds will not expire at the end of the current fiscal year. Four bids were solicited on May 2, 2008, and two bids were received. U.S.
Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0056).

Sikorsky Aircraft Corporation, Stratford, Conn., was awarded on Aug. 13, 2008, an $8,904,288 firm-fixed price contract for procurement of spares and ground support equipment for the Bahrain Defense Force. Work will be performed in Stratford, Conn., and is expected to be completed by Dec. 31, 2012. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Oct. 20, 2005. U.S.
Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0003).

Ttec-Tesoro, Norcross, Ga., was awarded on Aug. 12, 2008, a $8,716,000 firm-fixed price contract for the design and construction of company operations facilities. Work will be performed at Fort Bragg, N.C., and is expected to be completed by Jan. 11, 2010. Contract funds will not expire at the end of the current fiscal year. Four bids were solicited on June 23, 2008, and two bids were received. U.S.
Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0058).

Navy

McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded a $17,394,620 modification to a previously awarded firm-fixed-price, cost plus fixed fee contract (N00383-06-D-001J) to incorporate post production and performance based logistics support requirements necessary for the continued safe and effective operations of fielded F/A-18 A-D aircraft. This modification provides support for the
Navy, Marine Corps; and the governments of Australia, Canada, Spain, Finland, Switzerland, Kuwait, and Malaysia. Work will be performed in St. Louis, Mo. (76 percent); El Segundo, Calif. (21 percent); Warner Robins, Ga. (2 percent); and Santa Clarita, Calif. (1 percent), and is expected to be completed in Dec. 2008. Contract funds in the amount of $903,305 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($12,574,529; 72 percent) and the Governments of Canada ($1,461,918; 8 percent); Spain ($1,016,986; 6 percent); Australia ($794,520; 5 percent); Finland ($677,991; 4 percent); Kuwait ($423,744; 2 percent); Switzerland ($360,183; 2 percent); and Malaysia, ($84,749; 1 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

American Electronic Warfare Assoc., California, Md., is being awarded a $14,777,791 cost-plus-fixed-fee bridge contract for the continuation of engineering and ground test support services at the Naval Air Warfare Center Aircraft Division, Atlantic Ranges and Facilities Department, Integrated Combat Environments Division and Modeling and Simulation Division. Work will be performed in Patuxent River, Md. and is expected to be completed in Feb. 2009. Contract funds in the amount of $2,463,347 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-08-C-0074).

Nan, Inc. dba Ocean House Builders, Honolulu, Hawaii, is being awarded $11,432,000 for firm-fixed-price task order #0002 under a previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62478-08-D-4009) for all design, construction and incidental related work to construct a new 1-story facility which combines a fleet store and MWR outdoor gear facility into one building. Work will be performed in Pearl Harbor, Hawaii, and work is expected to be completed by May 2010. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 41 offers solicited, 12 proposals received and award made on Feb. 28, 2008. The total contract amount is not to exceed $100,000,000, which includes the base period and four option years. The multiple contractors (five in number) may compete for task order under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii is the contracting activity.

Cameron Bell Corporation, Government Solutions Group,* Charleston, S.C., is being awarded a potential maximum $9,980,891 indefinite-delivery/indefinite-quantity (delivery order), cost-plus-fixed-fee contract to provide technical and engineering services in support of the Cyber Asset Reduction Security (CARS) program at the Space and Naval Warfare Systems Center San Diego, Information
technology Enterprise networking environment. Support includes: knowledge management, content management, systems mapping, architectural integration, analysis, planning, design and implementation of new systems, subsystems and critical items to support requirements. Work will be performed at selected Space and Naval Warfare Systems activities within the United States, including: San Diego, Calif.; Seattle, Wash.; Norfolk, Va.; New Orleans, La.; and Charleston, S.C., and work is expected to be completed Aug. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was negotiated as a sole source agreement in accordance with 10 U.S.C. 2304(c)(1), Only One Responsible Source (FAR Subpart 6.302-1). There is only one source, Government Solutions Group, qualified and capable of performing the work at a reasonable price to the Government. The use of any other contractor would involve a substantial duplication of costs not expected to be recovered through competition. Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0078).

Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $5,598,148 modification to a previously awarded firm-fixed-priced contract (N00019-05-C-0050) to exercise an option for the FY 2008 production of AN/ARC-210(V) Electronic Protection Radio System for the
Air Force F-16 aircraft. This modification includes 74 RT-1851A(C) ARC-210 receiver-transmitter radios; 59 MT-6567 mounting bases; 62 C-12719 controls; and 59 RF filter diplexers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in Dec. 2008. Contract funds in the amount of $1,773,551 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

No comments: