Wednesday, August 20, 2008

MILITARY CONTRACTS August 20, 2008

Navy

Core Tech International Corp., Tamuning, Guam, is being awarded a $41,956,600 firm-fixed-price contract to replace housing units at Old Apra, Phase 2, Naval Base, Guam. This is a design-build project with performance and prescriptive requirements provided by the Government. The family units will consist of single and duplex family housing units. As housing units are also typhoon shelters with special construction criteria for reinforced concrete structures, exterior doors, windows and storm shutters that will meet the provisions for withstanding typhoon wind speed of 170 mph, Exposure D and Zone 4 seismic loading. The contract contains one option at $7,633,400 which may be exercised within 180 calendar days, bringing the total cumulative value to $49,590,000. Work will be performed in Guam, and is expected to be complete by Sept. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 68 offers solicited and four proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-08-C-1310).

Solpac Construction Inc., dba Soltek Pacific Construction Co.,
San Diego, Calif., is being awarded a $19,567,500 firm-fixed-price task order 0004 under previously awarded contract (N62473-08-D-8609) for modifications to Hangar 6, Building 9670 at Marine Corps Air Station Miramar, Calif. Modification will provide for Hangar 6 to accommodate two squadrons of MV-22 aircraft. The modifications will include a building extension onto the existing aircraft parking with sufficient internal plan area and clear height to accommodate the MV-22 when it is in airplane or helicopter configurations. The interior improvements will include installation of four new built-in cranes, electrical improvements, ventilation additions, compressed air, and installation of additional Aqueous Film Forming-Foam (AFFF) suppression system. Exterior improvements include new airfield surface pavement from the increased building foundation. Work will be performed in San Diego, Calif., and is expected to be completed by Feb. 2010. Contract funds will not expire at the end of the current fiscal year. This task order was competitively procured with five proposals received under a multiple award construction contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Force Protection Industries, Inc., Ladson, S.C., is being awarded a $17,949,701 firm fixed priced modification to previously awarded delivery order #0006 under and existing contract (M67854-07-D-5031) for the purchase of Mine Resistant Ambush Protected (MRAP) vehicle integrated logistic support sustainment parts, training equipment, training material, tool sets, outside the continental United States (OCONUS) FSRs, continental United States, and OCONUS admin tech. Work will be performed in Ladson, S.C.; Camp Lejeune, N.C.; Camp Pendleton, Calif.; Twenty-nine Palms, Calif.; Gulfport, Miss.; Port Hueneme, Calif.; Fort Story, Va.; Texarakana, Texas, and in OIF/OEF Area's of responsibilities, and work is expected to be completed December 2009. Contract funds will not expire at the end of the current fiscal year. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Phoenix International, Inc., Largo, Md., is being awarded a $13,813,728 modification to previously awarded contract (N00024-06-C-4204) to exercise an option for services to manage, maintain, mobilize and operate the Submarine Rescue Diving and Recompression System (SRDRS), including associated facilities and equipment. SRDRS is a highly portable and mobile submarine rescue and recompression system capable of transferring personnel from a disabled submarine, under pressure, from depths up to 2,000 feet. The contractor is tasked to operate and maintain the SRDRS and be capable of carrying out an end-to-end rescue operation and maintaining a high level of readiness for a worldwide deployment on a 24-hour-per-day, 7-day-per-week basis. Work will be performed in San Diego, Calif., (80 percent) and Largo, Md., (20 percent), and work is scheduled to be completed by Aug. 2009. Contract funds in the amount of $3,367,830 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Koam Engineering Services, Inc.,*
San Diego, Calif., is being awarded a $12,868,413 indefinite-delivery/indefinite-quantity award term contract with a cost-plus-fixed fee pricing arrangement for systems engineering, software development, integration and testing, technical services, and cost engineering in support of various Navy projects. This contract includes one option and three award terms, which if exercised, would bring the cumulative value of this contract to $33,550,763. All work will be performed in San Diego, Calif., and is expected to be completed Aug.2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposalssolicited as an eight (a) competition, and five offers were received via the Space and Naval Warfare Systems E-commerce web site. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0134).

Actionet, Inc.,* Fairfax, Va., is being awarded a $12,127,255 indefinite-delivery indefinite-quantity award term contract with a cost-plus-fixed fee pricing arrangement for systems engineering, software development, integration and testing, technical services, and cost engineering in support of various
Navy projects. This contract includes one option and three award terms, which if exercised, would bring the cumulative value of this contract to $31,957,490. All work will be performed in San Diego, Calif., and is expected to be completed Aug.2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposalssolicited as an eight (a) competition, and five offers were received via the Space and Naval Warfare Systems E-commerce web site. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0063).

Conexus, LLC,*
San Diego, Calif., is being awarded a $11,813,002 indefinite-delivery/indefinite-quantity award term contract with a cost-plus-fixed fee pricing arrangement for systems engineering, software development, integration and testing, technical services, and cost engineering in support of various Navy projects. This contract includes one option and three award terms, which if exercised, would bring the cumulative value of this contract to $30,567,520. All work will be performed in San Diego, Calif., and is expected to be completed Aug.2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposalssolicited as an eight (a) competition, and five offers were received via the Space and Naval Warfare Systems E-commerce web site. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0135).

ITT Corp., Aerospace Communications Division,
Fort Wayne, Ind., is being awarded an $11,198,413 cost-plus-incentive-fee modification to a previously awarded contract for Soldier Radio Waveform (SRW). The SRW software application will operate on Joint Tactical Radio (JTR) sets to provide voice, data, and video tactical communications services in support of network-centric operations. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $116,947,363. Work will be performed in Clifton, N.J., (90 percent) and Fort Wayne, Ind., (10 percent), and work is expected to be completed by Jan. 2010 (Jul. 2010 with options exercised). Contract funds will not expire at the end of the current fiscal year. This contract was not competitively awarded. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-07-C-5876).

Vector Planning and Service, Inc.,* Chantilly, Va., is being awarded a $10,933,976 indefinite-delivery indefinite-quantity award term contract with a cost-plus-fixed fee pricing arrangement for systems engineering, software development, integration and testing, technical services, and cost engineering in support of various
Navy projects. This contract includes one option and three award terms, which if exercised, would bring the cumulative value of this contract to $28,501,423. Work will be performed in San Diego, Calif., and is expected to be completed Aug. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposalssolicited as an 8(a) competition, and five offers were received via the Space and Naval Warfare Systems E-commerce web site. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0132).

S4 Inc.*, Bellevue, Neb., is being awarded a $10,432,967 indefinite-delivery/indefinite-quantity award term contract with a cost-plus-fixed fee pricing arrangement for systems engineering, software development, integration and testing, technical services, and cost engineering in support of various
Navy projects. This contract includes one option and three award terms, which if exercised, would bring the cumulative value of this contract to $28,307,413. All work will be performed in San Diego, Calif., and is expected to be completed Aug.2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposalssolicited as an eight (a) competition, and five offers were received via the Space and Naval Warfare Systems E-commerce web site. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0133).

TSM Corp., Bartlett, Tenn., is being awarded an $8,210,420 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for professional support services in the areas of program management, engineering, logistics and financial management to the Commander, Naval Reserve Forces Command New Orleans, La. This contract includes a one-year base period, and four one-year options, which if exercised, bring the total estimated value of the contract to $43,197,928. Work will be performed in New Orleans, La., (60 percent); and various CONUS locations (40 percent), and work is expected to be completed by Aug. 2009. Contract funds will not expire at the end of the current fiscal year. This offer was awarded through full and open competition, with 12 offers received. The Fleet and Industrial Supply Center Norfolk Philadelphia Office is the contracting activity (N00189-08-D-Z049)

AIR FORCE

Booz Allen Hamilton, Inc., of McLean, Va.; Shafer Corp., of Chelmsford, Mass.; and Systems Research and Application Corporation of Fairfax, Va., are being awarded an indefinite delivery/indefinite quantity contract for a maximum of $95 million. This action will provide professional defense science, engineering, and technical non-personal advisory and assistance support services. At this time no funds have been obligated.
AIR FORCE District of Washington/A7KI, Anacostia Annex, D.C., is the contracting activity (FA7014-08-D-0008 – Booz Allen Hamilton, Inc.; FA7014-08-D-0009 – Schafer Corp.; FA7014-08-D-0010 – SRA).

DEFENSE LOGISTICS AGENCY

Point Blank
Body Armor Inc., Pompano Beach, Fla., is being awarded a maximum $22,151,750 firm fixed price and fixed quantity contract for outer tactical camouflage vests. There are no other locations of performance. Using services are ARMY, Navy, AIR FORCE, and Marine Corps. There were four proposals originally solicited with four responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Jan. 15, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM1C1-08-F-C005).

Sysco Food Services of Seattle, Kent, Wash., is being awarded a maximum $5,800,000 firm fixed price, indefinite quantity contract for full line food distribution service. Other location of performance is Anchorage, Ala. Using services are
ARMY, AIR FORCE and Job Corps. This proposal was originally web solicited with three responses. Contract funds will not expire at the end of the current fiscal year. This is the third option year of a five-year contract which includes four one-year option periods. The date of performance completion is Aug. 26, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPm300-08-D-3160).

ARMY

Science Applications International Corp., Newton, Mass., was awarded on Aug. 19, 2008, a $8,622,630 cost plus fixed fee contract for the procurement of research and development for enhanced air purification media and system performance. Work will be performed in Newton, Mass., with an estimated completion date of Aug. 19, 2013. Bids were solicited via a Broad Agency Announcement with one bid received. U.S.
ARMY Research and Development Command, Edgewood Branch, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-08-C-0052).

W.M. Jordan/Versar, Newport News, Va., was awarded on Aug. 19, 2008, a $27,500,000 firm-fixed price contract to construct standard-design barracks for 419 soldiers. Work includes living/sleeping rooms, private baths, walk-in closets, storage, mailroom, activity room, mudroom, visitor area, and centeral restroom/vending/payphone area. Work is to be performed at Fort Lee, Va., with an estimated completion date of Sept. 30, 2011. Three bids were solicited with two bids received. U.S.
ARMY Engineer District, Norfolk, Va., is the contracting activity (W91236-08-D-0056).

Foulger-Pratt Contracting, LLC, Rockville, Md., was awarded on Aug. 18, 2008, a $33,094,000 fixed-price construction contract for two phase design-build headquarters command center, Missile Defense Agency. Work is to be performed at Fort Belvoir, Va., with an estimated completion date of May 31, 2010. Bids were solicited via the Web with 11 bids received. U.S.
ARMY Corps of Engineers, Baltimore District, Baltimore, Md., is the contracting activity (W912DR-08-C-0039).

Raytheon Co., Andover, Mass., was awarded on Aug. 18, 2008, a $27,609,057 cost plus fixed fee contract modification to support incremental funding to support the requirement for 100 additional base expeditionary targeting and surveillance system-combined, rapid aerostat initial deployment systems. Work is to be performed at Andover, Md., with an estimated completion date of May 1, 2009. One bid was solicited and one bid was received. U.S.
ARMY Space and Missile Defense Command, Contracting and Acquisition Management Office, Huntsville, Ala., is the contracting activity (W9113M-08-C-0171).

AMEC EARTH & ENVIRONMENTAL, INC., Plymouth Meeting, Pa., was awarded on Aug. 18, 2008, a $6,722,979 firm fixed price contract to supply the expertise, materials, labor and equipment necessary to design and construct helicopter parking ramp extensions, pre-engineered / expedient construction buildings, munitions storage area, and communications facilities. Work is to be performed at the Taji National Depot, Iraq with and estimated completion date of Aug. 19, 2009. Four bids were solicited with three bids received. Gulf Region Division, Central District, Camp Liberty, Baghdad, Iraq is the contracting activity (w917bg-07-d-0010).

No comments: