Tuesday, August 19, 2008

MILITARY CONTRACTS August 19, 2008

Navy

L-3 Communications Integrated Systems L.P., Waco, Texas, is being awarded a $60,630,244 not-to-exceed undefinitized contract action for the fabrication and delivery of four P-3 Outer Wing Assembly kits in support of the P-3 recovery plan. Work will be performed in South Korea, (51 percent) and Waco, Texas, (49 percent), and is expected to be completed in Jun. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-08-C-0065).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $13,990,687 modification to previously awarded contract (N00024-05-C-4404) to exercise an option for alterations and repairs for the USS Oscar Austin (DDG-79) FY08 docking selected restricted availability. The modification provides the following major alterations and repairs: repairs to underwater hull, repairs to propeller shafts and struts, repairs to sonar dome, and bow-strengthening alteration. Work will be performed in Norfolk, Va., and is expected to be completed by Nov. 2008. Contract funds in the amount of $12,266,074 will expire at the end of the current fiscal year. The Mid-Atlantic Regional Maintenance Center, Norfolk, Va., is the contracting activity.

AGVIQ-CH2M Hill Joint Venture III, Anchorage, Ala., is being awarded a $9,322,161 modification 01 to contract task order JM04 under previously awarded cost-plus-award-fee contract (N62470-08-D-1006). The work to be performed is for corrective remedial actions of various sites, including Solid Waste Management Units 7/8, 54 and 55 at the U.S. Naval Activity. Work will be performed primarily in Ceiba, Puerto Rico, and work is expected to be completed Nov. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast,
Jacksonville, Fla., is the contracting activity.

TAOS Industries, Inc., Madison, Ala., is being awarded a $5,786,059 firm-fixed priced, indefinite-delivery/indefinite-quantity contract. The preponderance of the contract is firm-fixed-priced for recurring services. Less than one percent of the contract value is for annual indefinite-delivery/indefinite-quantity contract line item numbers. The contract is for the Consolidated Storage Program, which consists of: program management support and facilities operation (encompassing individual and organizational bulk issue, recovery, warehousing, organizational maintenance, asset management including visibility, accountability, automated shelf-life management, replenishment and replacement for the
Marine Corps families of individual combat equipment; chemical, biological, radiological, and nuclear defense equipment; special training allowance pool (cold, hot, wet weather clothing and equipment, humanitarian effort assets, and any other specialty clothing and equipment item); and shelters & camouflage netting. This contract includes six option years, which if exercised, would bring the potential cumulative value of the contract to $140,000,000. Work will be performed in Jacksonville, N.C., (21.5 percent); Okinawa, Japan, (20.5 percent); Oceanside, Calif., (18.0 percent); Madison, Ala., (10.0 percent); San Diego, Calif. (05.0 percent); Yuma, Ariz. (05.0 percent); Kaneohe Bay, Hawaii, (05.0 percent); Awaken, Japan, (05.0 percent); Barstow, Calif., (02.5 percent); Bridgeport, Calif., (02.5 percent); Havelock, N.C., (02.5 percent); Beaufort, S.C., (02.5.0 percent), and work is expected to be completed Aug. 2009 (Aug. 2015 with exercised options). Contract funds in the amount of $5,786,059 will expire at the end of the current fiscal year. This contract was competitively procured with 31 proposals solicited and six offers received. Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-08-D-0018).

Army

General Atomics,
San Diego, Ca., was awarded on Aug. 18, 2008, a $11,449,606 time & materials contract for modification to extend the period of performance for support services to Highlighter operations in Iraq. Work will be performed in Iraq with an estimated completion date of Dec. 21, 2008. One bid was solicited and one bid received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-08-C-T205).

I.L. Fleming, Inc., Midway, Ga., was awarded on Aug. 18, 2008, a $15,580,056 firm-fixed price contract to construct a 120 person multi-story 3,958 square meter facility with reinforced concrete foundation and floor slabs, insulated maintenance free exterior walls and exterior stairs, standing seam metal roof, force protection system, utilities, parking, access road and site improvements. Facility includes room-bath-room modules, kitchens, fan-coil units with individually controlled thermostats, communication, fire suppression, elevator, lounge, laundries, storage areas and all other support necessary to provide a complete and usable facility. Project will comply with all DoD force protection standards. Work will be performed at Moody
Air Force Base, Ga., with an estimated completion date of Nov. 20, 2009. 100 proposals were solicited with four bids received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-C-0033).

General Atomics Aeronautical System,
San Diego, Ca., was awarded on Aug. 15, 2008, a $7,896,513 cost plus fixed fee contract to acquire three extended-range multi-purpose Block 0 Unmanned Aircraft in support of Operation Iraqi Freedom and Operation Enduring Freedom. Work will be performed in San Diego, Ca., with an estimated completion date of Mar. 31, 2010. One bid was solicited and one bid received. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0208).

Alcan General, Anchorage, Ala., was awarded on Aug. 15, 2008, a $54,178,881 firm-fixed price contract to design and build a battalion complex at Fort Richardson, Ala., (FTR195 & FTR 197). Work will be performed at Fort Richardson, Ala., with an estimated completion date of Sept. 10, 2010. Bids were solicited via the Web with two bids received. U.S.
Army Engineer District Ala., Elmendorf Air Force Base, Ala., is the contracting activity (W911KB-08-C-0014).

Air Force

CPI Aerostructures, Inc., of Edgewood, N.Y.; GSE Dynamics Inc. of Hauppauge, N.Y.; and Top Flight Aerostructures, Inc., of Marietta, Ga., are being awarded an indefinite delivery/indefinite quantity contract for a maximum of $40 million. This action will provide 108 aircraft spare parts included in the scope of the contract and applicable to multiple platforms including the C-5 Galaxy, A-10, H-53 helicopter, C-135, B-52, B-1, A-10, and T-38. Quantities will be negotiated as requirements generate. At this time $12,116 has been obligated to CPI Aerostructures; $353,316 has been obligated to GSE Dynamics Inc.; and $53,980 has been obligated to Top Flight Aerostructures. 603 SCMS/GUBA, Robins AFB, Ga., is the contracting activity (FA8537-08-D-0001, FA8537-08-D-0003, FA8537-08-D-0004).

No comments: