Wednesday, August 27, 2008

MILITARY CONTRACTS August 27, 2008

Army

Sterling Medical Associates, Inc,
Cincinnati, Ohio, was awarded on Aug. 25, 2008, a $11,326,360 firm fixed price contract. The purpose of this contract is to obtain the personal and non – personal services of traumatic brain injury health providers for the Military treatment facilities located throughout Germany and Vicenza, Italy. Work will be performed in Landstuhl, Germany with an estimated completion date of Sept 18, 2013. Ten bids were solicited and five were received. US Army Medical Command Europe Regional Contracting Office, Landstuhl – Kirchberg, Germany, is the contracting activity (W911F4F-08-C-0020).

Inglett and Stubbs, International, Smyrna, Ga., was awarded on Aug 26, 2008, a $8,900,000 firm fixed price contract. This award is for electrical inspection and repair services. Work will be performed in Combined Operation Joint Area, Iraq, with an estimated completion date of Feb. 26, 2009. One bid was solicited and one bid was received. USA Engineer District,
Philadelphia, Pa., is the contracting activity
(W912BU-08-C-0039).

B.L. Harbert International, Birmingham, Ala., was awarded on Aug 26, 2008, a $23,660,000 indefinite delivery indefinite quantity (IDIQ) (MATOC), firm fixed price contract. This project is required by the
Army's Military Construction Transformation initiatives and will provide single solider housing is similar to apartment type housing in the private sector, room shall include but not limited to private sleeping areas, walk-in closets, shared bathroom and kitchenette. Contractors will compete for the contract capacity of $225,000.00 for the IDIQ MATOC contracts. Work will be performed in Fort Campbell, Ky., with an estimated completion date of Aug 26, 2013. Bids solicited phase two, six offers and bid received phase two, six offers received. US Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-08-D-0041).

The Boeing Co., Ridley Park, Pa., was awarded on Aug 26, 2008, a $722,713,876 firm fixed price contract. CH-47 multiyear contract for five years, 109 each CH-47F new build aircraft, 72 each CH-47F remanufacture aircraft, priced options for 34 each CH-47F new build aircraft. Work will be performed in Ridley Park, Calif., with an estimated completion date of Sept 30, 2013. One bid was solicited and one bid was received. US
Army aviation & missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0098).

Navy

Raytheon Co.,
Tucson, Ariz., is being awarded an $87,441,266 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0569) for the procurement of 103 Tomahawk Block IV All-Up-Round (AUR) missiles. The Tomahawk Block IV missile is capable of launch from surface ships equipped with the Vertical Launch System (VLS), submarines equipped with the Capsule Launch System (CLS), and submarines equipped with the Torpedo Tube Launch (TTL) System. This effort will include 71 VLS missiles, 32 CLS missiles, and 32 Composite CLS capsules. Work will be performed in Tucson, Ariz., (32 percent); Walled Lake, Mich., (9 percent); Camden, Ark., (8 percent); Anniston, Ala., (5 percent); Huntsville, Ala., (4 percent); Glenrothes, Scotland, (5 percent); Ft. Wayne, Ind., (4 percent); Minneapolis, Minn., (4 percent); Ontario, Calif., (3 percent); Spanish Fork, Utah, (3 percent); Westminster, Colo., (2 percent); El Segundo, Calif., (2 percent); Middletown, Conn., (2 percent); Largo, Fla., (2 percent); Vergennes, Vt., (2 percent); Ontario, Canada, (1.4 percent) and various locations within the United States, (11.6 percent), and is expected to be completed in Jul. 2010. Contract funds in the amount of $725,578 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Analex Corporation, Fairfax, Va., is being awarded a potential $63,291,724 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for lifecycle support services in support of the Space and Naval Warfare Systems Center San Diego (SSC San Diego), Command and Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Programs Office in
Philadelphia. Specific efforts include logistics planning, post-development assembly and testing, world-wide system maintenance, development of user documentation and training courses, delivery of training to users and maintainers, 7/24 help desk support, installation and fielding of systems at user sites, site installation plans, and site configuration management. Support efforts will also address supportability, maintainability and sustainability issues during system development and throughout the system's life and retirement or recapitalization of the systems. This contract is one of two contracts awarded: both awardees will compete for task orders during the ordering period. This three-year contract includes one optional two-year award term and one three-year award term, which, if awarded, will bring the potential, cumulative value of the contract to $206,393,978. All work will be performed in Philadelphia, Pa., and is expected to be completed Aug. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the Space and Naval Warfare e-Commerce Central website, with two offers received. SSC San Diego, Calif., is the contracting activity (N66001-08-D-0149).

Lockheed Martin Services, Inc., Gaithersburg, Md., is being awarded a potential $59,255,670, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for lifecycle support services in support of the Space and Naval Warfare Systems Center San Diego (SSC San Diego), Command and Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Programs Office in
Philadelphia. Specific efforts include logistics planning, post-development assembly and testing, world-wide system maintenance, development of user documentation and training courses, delivery of training to users and maintainers, 7/24 help desk support, installation and fielding of systems at user sites, site installation plans, and site configuration management. Support efforts will also address supportability, maintainability and sustainability issues during system development and throughout the system's life and retirement or recapitalization of the systems. This contract is one of two contracts awarded: both awardees will compete for task orders during the ordering period. This three-year contract includes one optional two-year award term and one three-year award term, which, if awarded, will bring the potential, cumulative value of the contract to $189,482,372. Work will be performed in Philadelphia, Pa., and work is expected to be completed Aug. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the Space and Naval Warfare e-Commerce Central website, with two offers received. SSC San Diego, Calif., is the contracting activity (N66001-08-D-0014).

Vericor Power Systems, LLC, Alpharetta, Ga., is being awarded a $20,541,344 firm-fixed-price contract for the manufacture, testing and delivery of 16 ETF40B marine gas turbine engines for the fiscal year 2008 (FY 2008) Landing Craft Air Cushion (LCAC) Service Life Extension Program (SLEP) requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $57,779,224. Work will be performed in Winnipeg, Manitoba, Canada, and is expected to be completed by Oct. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The solicitation was posted on the Federal Business Opportunities website. The Naval Sea Systems Command, Washington
Navy Yard, D.C., is the contracting activity (N00024-08-C-4117).

Tetra-Tech, Inc. Falls Church, Va., is being awarded a maximum $50,000,000, guaranteed minimum of $10,000 (base period), firm-fixed price, indefinite-delivery/indefinite-quantity contract to provide natural resource management services, including biological resources studies, evaluations, and assessments for projects located within the Naval Facilities Engineering Command Atlantic area of responsibility. Work will be performed primarily in Va.,(12 percent); N.C.,(15 percent); Maine, (5 percent); D.C., (3 percent); Fla., (12 percent); Texas, (3 percent); N.J., (7 percent), N.Y.,(2 percent); N.H.,(2 percent); Conn., (2 percent); Pa., (2 percent); W.V., (3 percent); Md., (4 percent); Calif., (10 percent), and overseas and other states (18 percent), and is expected to be completed by Aug. 2013. 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 six offers received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-08-D-1008).

DTC Engineers and Constructors, LLC, North Haven, Conn., is being awarded $9,918,135 for firm-fixed-price Task Order #0004 under a previously awarded multiple award construction contract (N40085-06-D-4008) for design and construction of main gate and physical security upgrades at
Marine Corps Base Camp Lejeune. The work to be performed provides for construction of a gatehouse, visitors center, and canopies with supporting anti-terrorism/force protection (AT/FP) facilities at the main entry gate; and construction of a gatehouse, canopy, and commercial inspection enclosure with supporting AT/FP facilities for a truck inspection gate at Piney Green. Work will be performed in Jacksonville, N.C., and is expected to be completed by Mar. 2010. 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.

Amplifier Research Corp.*, Souderton Pa., is being awarded a $5,688,581 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for high power radio frequency amplifier systems in support of Expeditionary Electronic Warfare Systems. The high power radio frequency amplifiers required are portable, self-contained, broadband, solid-state amplifiers designed for instantaneous bandwidth, high gain and linearity and range from 30 watts to 500 watts. Work will be performed in Souderton, Pa., and is expected to be completed by Aug. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-08-D-WQ03).

DEFENSE LOGISTICS AGENCY

Wolverine World Wide, Inc., Rockford, Mich., is being awarded a maximum $9,100,079 fixed price with economic price adjustment contract for safety boots. Other locations of performance are Jonesboro, Ark.; Big Rapids and Cedar Springs, Mich. Using service is
Navy. Contract is exercising option year one. Proposals were originally bidders list solicited with three responses. Contract funds will not expire at the end of the current fiscal year. T he date of performance completion is Aug. 31, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SP0100-06-D-0352).

Graybar Electric Co., Inc., St. Louis, Mo., is being awarded a maximum $400,000,000 fixed price with economic price adjustment indefinite delivery/quantity contract for maintenance, repair and operations for the Northeast Region. Using services are
Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Contract is exercising option year three. Proposals were originally Web-solicited with seven responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Aug. 30, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM500-04-D-BP25).

DEFENSE LOGISTICS AGENCY

Bremen-Bowdon Investment Co., Bowden, Ga.*, is being awarded a maximum $8,910,828 firm fixed price, total set aside contract for men's coats. There are no other locations of performance. Using service is
Army. This proposal was originally DIBBS solicited with three responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Dec. 31, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-08-D-1101).

No comments: