Tuesday, September 23, 2008

MILITARY CONTRACTS September 23, 2008

NAVY

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Conn., is being awarded a $332,102,095 modification to a previously awarded cost plus incentive fee contract (N00019-07-C-0098) to establish the final price and provide full funding for the procurement of seven U.S. Air Force conventional take off and landing propulsion systems, one initial spare module, initial spare parts, and six U.S. Navy Short Take Off and Vertical Landing (STOVL) propulsion systems, and associated special tooling and special test equipment, program management, and financial and technical data. Additionally, this modification establishes an option for one spare Navy STOVL propulsion system; one STOVL initial spare module; STOVL initial spare parts and associated sustainment effort; future LRIP proposal and planning effort; and United Kingdom site activation effort. Work will be performed East Hartford, Conn., (73 percent); Bristol, United Kingdom, (17 percent); and Indianapolis, Ind., (10 percent), and is expected to be completed in Feb. 2011. 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.

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $114,580,321 firm fixed price contract for the design and construction of five Bachelor Enlisted Quarters at Marine Corps Base, Camp Pendleton. This contract also contains eleven unexercised options, which if exercised will increase the cumulative contract value to $125,777,265. Work will be performed in Oceanside, Calif., and is expected to be completed by Nov. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-C-8654).

Harris Corp., Melborne, Fla., is being awarded a $37,000,000 contract modification to a previously awarded firm fixed pricecontract (N00039-00-D-3210) to increase the ceiling value and to increase the ordering period for an additional 17 months from Oct. 1, 2008, through Mar. 6, 2010. This effort is for additional AN/WSC-6 Super High Frequency (SHF) Satellite Communications (SATCOM) terminals and additional data in accordance with CDRL, DD Form 1423. This contract modification would bring the cumulative value of this contract to an estimated $172,498,000. Work will be performed in Melborne, Fla., and work is expected to be completed Mar. 2010. Contract funds will not expire at the end of the current fiscal year. This contract wascompetitively procured in FY 2000 and this modification announcement was synopsized via the Commerce Business Daily's Federal Business Opportunities website, and the SPAWAR e-Commerce Central website on May 23, 2007. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Science Application International Corp., San Diego, Calif., is being awarded a maximum $30,000,000 firm fixed price, indefinite delivery indefinite quantity architect/engineering contract for preparation of Navy and Marine Corps environmental planning documentation in the Naval Facilities Engineering Command Southwest area of responsibility. The work to be performed provides for National Environmental Policy Act documents such as Categorical Exclusions, Environmental Assessments, and Environmental Impact Statements. Environmental studies and documents include, but are not limited to, historical, cultural, archaeological, traffic, acoustic (e.g., sound in water and on land), geotechnical, air quality and biological assessments for threatened and endangered species, and protected species under the Marine Mammal Protection Act of 1972, wetlands surveys and Section 404 permitting, and agency consultation and permitting documentation for the California Coastal Commission, U.S. Army Corps of Engineers, Regional Water Quality Control Board, U.S. Fish and Wildlife Service, and National Marine Fisheries Service and other miscellaneous environmental studies, and cost estimates and sketches for the preparation of Architect-Engineer (A-E) Documents and reports for the NAVFAC Southwest, and its customer commands. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to Calif., (87 percent), Ariz., (5 percent), Nev., (5 percent), Colo., (1 percent), N.M., (1 percent) and Utah, (1 percent), and is expected to be completed by Aug. 2013. Contract funds in the amount of $5,000 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, Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8807).

REDCOM Laboratories, Victor, N.Y., is being awarded a ceiling $28,000,000 firm fixed priced, indefinite delivery indefinite quantity contract resulting from Request for Proposal No. M67854-07-R-7038 for software upgrades to existing tactical switching equipment. Work will be performed in Victor, N.Y., and work is expected to be completed in Sept. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was a sole-source procurement utilizing the procedures contained in Federal Acquisition Regulation (FAR) Part 15. No other suppliers were identified that could satisfy the Agency requirements. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-08-D-7062).

Lockheed Martin Corp., Simulation, Training and Support Division, Orlando, Fla., is being awarded an $11,075,000 modification to a previously awarded firm fixed priced contract (N00019-00-C-0480) to exercise an option for the F/A-18 Operational Test Program Set Production effort. Work will be performed in Orlando, Fla., and is expected to be completed in Jan. 2011. 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.

The Krempp Lumber Co.*, Jasper, Ind., is being awarded firm fixed price task order #0007 at $10,816,600 under a previously awarded multiple award construction contract (N40083-06-D-4018) for design and construction of the Secured Electronic Warfare Systems Engineering Facility at Naval Support Activity, Crane. The work to be performed provides for a two-story permanent addition to the electronics/communications engineering complex, B3330. Functional areas include high security engineering laboratory areas capable of supporting multiple projects requiring secure communications media, and supporting secure office areas. The addition will have conference rooms, break rooms, communications, electrical, and mechanical rooms. Paving and site improvements include vehicle parking areas and roadways, sidewalks, landscaping, and grading. The project will also include the demolition of an existing laboratory building. 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, Great Lakes, Ill., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded $10,765,906 for delivery order #0060 under previously awarded indefinite-delivery indefinite quantity contract (M67854-04-D-5016) for the purchase of an additional 48 ready-to-accept Armor Medium Tactical Vehicle Replacement cargo trucks. Work will be performed in Oshkosh, Wis., and work is expected to be completed by Mar. 15, 2010. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Bell Boeing Tiltrotor, Amarillo, Texas, is being awarded a $9,971,572 ceiling priced delivery order #0296 under previously awarded contract (N00383-03-G-001B) for spare components for the CV-22 aircraft. Work will be performed at Hurst, Texas, and work is expected to be completed by Dec. 2011. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

Epsilon Systems Solutions Inc., San Diego, Calif., is being awarded a potential $9,263,686 indefinite delivery, indefinite quantity, award term contract with a cost plus fixed fee pricing arrangement for engineering and technical support services for Tactical Data Link Systems, such as LINK 11 and 16, Joint Tactical Information Distribution System, Command and Control Processor Subsystem, Tactical Digital Data Information Link and Common Data Link Management System, in support of a range of Navy projects. This contract will provide systems engineering, systems integration, test support, fleet support, software engineering, training, integrated logistics support, configuration management, and project management support. This one-year contract includes two, one-year options and four, six-month award terms, which if exercised, would bring the potential, cumulative value of this contract to $46,100,339. Work will be performed in San Diego, Calif., and work is expected to be completion Sept. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the SPAWAR e-Commerce web site and the Federal Business Opportunities web site. Three offers were received and two awards were made. Both awardees will compete for task orders during the ordering period. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0074).

Solpac Construction Inc., dba Soltek Pacific Construction Co., San Diego, Calif., is being awarded a $9,235,123 modification under a previously awarded multiple award construction contract (N62473-08-D-8615) firm fixed price task order to exercise option 0001 which provides for the design and construction of a Weapons and Survivability Complex at the Naval Air Weapons Station, China Lake. The work to be performed under this option provides for design and construction of: (1) an elevated test pad with depressed gun trench below the test pad for shooting test articles from below; (2) a protected room underneath the test pad accessible from the gun pad for instrumentation; (3) three fragment protected (barricaded) utility buildings; 4) a wastewater collection system for wastewater/fuel generated from tests; and (5) electrical power, instrumentation and compressed air utilities. The total task order amount after exercise of this option will be $17,308,647. Work will be performed in China Lake, Calif., and is expected to be completed by Sept. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity

Science Applications International Corp., San Diego, Calif., is being awarded a $9,097,260 indefinite delivery, indefinite quantity award term contract with a cost plus fixed fee pricing arrangement for engineering and technical support services for Tactical Data Link Systems, such as LINK 11 and 16, Joint Tactical Information Distribution System, Command and Control Processor Subsystem, Tactical Digital Data Information Link and Common Data Link Management System, in support of various Navy projects. This contract will provide systems engineering, systems integration, test support, fleet support, software engineering, training, integrated logistics support, configuration management, and project management support. This one-year contract includes two, one-year options and four, six-month award terms, which if exercised, would bring the potential, cumulative value of this contract to $46,563,786. Work will be performed San Diego, Calif., and work is expected to be completed Sept.2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the SPAWAR e-Commerce web site and the Federal Business Opportunities web site. Three offers were received and two awards were made. Both awardees will compete for task orders during the ordering period. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0152).

Stronghold Engineering, Inc., Riverside, Calif., is being awarded $8,129,100 for firm fixed price task order #0001 under a previously awarded multiple award construction contract (N62473-06-D-1057) for the repair and renovation of Bachelor Enlisted Quarters, Building 41404 at Marine Corps Base, Camp Pendleton. This task order also contains one option, which if exercised, would increase cumulative contract value to $9,335,100. Work will be performed in Oceanside, Calif., and is expected to be completed by Apr. 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, Southwest, San Diego, Calif., is the contracting activity.

Epsilon Systems Solutions, Inc., San Diego, Calif., is being awarded a $7,200,000 modification (P0021) under previously awarded cost plus fixed fee, indefinite delivery indefinite quantity contract (N00244-05-D-0045) for acquisition, engineering, technical, training, installation, repair, and program support for Southwest Regional Maintenance Center, San Diego, Calif. Work will be performed at San Diego, Calif., (85 percent), Japan, (10 percent), and Pearl Harbor, Hawaii, (5 percent), and work is expected to be completed by May 2009. The contract funds will not expire before the end of the current fiscal year. This contract was awarded competitively through Navy Electronic Commerce Online and Federal Business Opportunities website. The Fleet and Industrial Supply Center, San Diego, Calif. is the contracting activity.

Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $6,900,000 firm fixed priced order against a previously issued Basic Ordering Agreement (N00019-08-G-0016) for services in support of the FY 2008 ARC-210 Radio software changes to evolve the Ultra High Frequency Satellite Communication waveform capability in the next generation Tactical Networking Radio, RT-1939(C) radio system. Tasking includes program management, system engineering, and data deliverables. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in Feb. 2010. 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.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $6,196,459 modification to a previously awarded cost plus incentive fee contract (N00019-03-C-0057) for support equipment for three E-2D Advanced Hawkeye Pilot Production Aircraft, 1 Lot. Work will be performed in Bethpage, N.Y., (69.1 percent); Menlo Park, Calif., (Menlo Park, Calif., (5.7 percent); New Port Richey, Fla., (5.3 percent) Islip, N.Y., (3.2 percent); Dover, N.J., (3.1 percent); Holbrook, N.Y., (2.2 percent); and other various locations within the United States, (11.4 percent), and is expected to be completed in Jun. 2011. 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.

Correction: Contract awarded to Solpac Construction Inc. dba Soltek Pacific Construction Co., San Diego, Calif., on Sept. 19, 2008 -- sentence should have read: for design and construction of Joint Improvised Explosive Device Organization Battle Courses at....

AIR FORCE

Northrop Grumman Information Technology, Defense Enterprise Solutions, of McLean, Va., is being awarded an indefinite delivery indefinite quantity contract for $19.6 million. The Air Force Research Laboratory's Directed Energy Bioeffects Division is unique in the Department of Defense because it brings together in one organization the physical, biological, behavioral, science and engineering disciplines with specialized facilities to address all aspects of the human interface with optical sources in Air Force combat operations. Due to the laboratory's focus on man as an intrinsic part of the weapon systems, the laboratory is often tasked from other customers to evaluate the human aspects of their systems. AFRLL must respond with technical solutions and programs that address the customer's technical requirements. Optical radiation technologies, with potentially seriously hazards to aircrews, are being incorporated in many operational systems. Beyond today's target designator, rangefinders, and beam rider systems are dedicated laser systems capable of jamming and damaging both eyes and sensors. These systems have potentially serious consequences for air missions, special forces operations, and security of high-value targets in both U.S. and allied countries. In turn, similar systems can be utilized to enhance the warfighter's/peacekeeper flexibility by allowing them to respond with non-lethal methods. At this time $43,550 has been obligated. AFRL/PKHA, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-D-6930; Task Order 0002).

The Air Force is modifying a firm fixed price contract by exercising an option with Doss Aviation, Incorporated, of Colorado Springs, Colo., for an estimated $19,101,691. This action is for flight screening for USAF pilot candidates. At this time all funds have been obligated. AETC CONS/LGCU, Randolph AFB, Texas, is the contracting activity (FA3002-06-D-0010, Modification P00014).

Battelle Memorial Institute of Columbus, Ohio, is being awarded a cost plus fixed fee contract for an estimated $14,168,363. The objective of this contract is to research and develop point of care and high-through put influenza diagnostic and surveillance test. At this time $2,415,459 has been obligated. 55th Contracting Squadron, 55 CONS.LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-00-D-3180, Delivery Order: 0556).

The Air Force is modifying a fixed price with prospective price redetermination contract with Colorado Springs utilities of Colorado Springs, Colo., for $9 million. This action will provide safe, dependable and reliable natural gas and electronic services. At this time all funds have been obligated. 10 MSG/LGCA, USAF Academy, Colo., is the contracting activity (GS-00P-06-BSD-0399, Task Order FA7000-08-F-0001, Modification P00001).

Alion Science and Technology Corp., of Chicago, Ill., is being awarded a cost plus fixed fee contract for an estimated $8,695,652. This action will provide the Air Force Material Command (AFMC) with technical analysis and research for electronic warfare capability planning and development analysis. This research will enable AFMC to make key decisions regarding new system starts and modifications of electronic warfare operations and capabilities. At this time $144,928 has been obligated. 55th Contracting Squadron, 55 CONS.LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-99-D-0301, Delivery Order: 0164).

The Air Force is modifying a cost plus award fee contract with Aerospace Testing Alliance (ATA) of Tullahoma, Tenn., for $8,282,316. This action is a modification for the operation, maintenance, information managements, and support of the Arnold Engineering Development Center (AEDC) for additional workload in FY08. This increase results from changes to the workload in the test facilities and increased maintenance, investment, and mission support requirements. At this time no funds have been obligated. AEDC/PK, Arnold AFB, Tenn., is the contracting activity (F40600-03-C-0001, Modification P00149).

ARMY

Advanced Technology Institute, North Charleston, S.C., was awarded on Sept. 22, 2008, a $40,000,000 cost/plus/fixed/price contract for individuals task orders will be issued on a cost plus fixed fee basis. Work will be performed in North Charleston, S.C., with an estimated completion date of Sept. 16, 2013. Bid was solicited and a bid was received. U.S. Army Research, Development and Engineering Command, Acquisition Center, Adelphi, Md., is the contracting activity (W911QX-08-D-0008).

Harris Corp., Rochester, N.Y., was awarded on Sept. 21, 2008, a $31,648,787 firm fixed fee price contract. This requirement is for parts necessary to perform maintenance on non-mission capable armored personnel carriers within the Iraqi Security Forces. Work will be performed in Rochester, N.Y., Wokingham, Berkshire and United Kingdom, with an estimated completion date of May 16, 2008. One bid was solicited and one bid was received. Joint Contracting Command Iraqi, Afghanistan, Baghdad, Iraq, is the contracting activity (W91GY0-08-C-0056).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Sept. 22, 2008, a $31,214,840 firm fixed fee price contract for spare parts for the Blackhawk UH60M. Work will be performed in Stratford, Conn., with an estimated completion date of Nov. 30, 2008. One bid was solicited and one bid was received. U.S. Army Aviation & Missile Command, Acquisition Center, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0271).

Whiting-Turner Contracting Co., Baltimore, Md., was awarded on Sept. 22, 2008, a $25,993,504 firm fixed fee price contract design and construct barracks facilities (250) approximately 97,000 square feet. Work will be performed in Fort Benning, Ga., with an estimated completion date of Mar. 31, 2010. Proposals solicited were four and two proposals were received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0049).

Hensel Phelps Construction Co., Chantilly, Va., 801-08was awarded on Sept. 20, 2008, a $21,500,000 firm fixed fee price contract for design and construction of the US Army Reserve Center Command Headquarters at Fort Bragg. Work will be performed in Fort Bragg, N.C., with an estimated completion date of Jun. 30, 2011. Proposals solicited were six and four proposals were received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-C-0061).

General Dynamics Land System, Sterling Heights, Mich., was awarded on Oct. 31, 2008, a $13,046,844 firm fixed price contract for award program Year One INCR 3 of multi-year contract for a quantity of 5 Abrams M1A2 SEPv2 upgrade vehicles. Work will be performed in Lima, Ohio, Tallahassee, Fla., Anniston, Ala., Scranton, Pa., and Sterling Heights, Mich., with an estimated completion date of Oct. 31, 2011. One bid was solicited and one bid was received. TACOM Life Cycle Management Command, Warren, Mich., is the contracting activity (W56HZV-06-G-0006).

Argon ST Radix Inc, Mountain View, Calif., was awarded on Sept. 22, 2008, a $5,837,957 T&M firm fixed price contract for undefinitized contractual action for Integrated TOS (the Other Signal) airborne development system quick reaction capability. Work will be performed in the Iraq and Mountain View, Calif., with an estimated completion date of Mar. 3, 2010. Bids solicited were one Sole Source and one bid was received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-08-C-T209).

American Mechanical Inc, Fairbanks, Ala., was awarded on Sept. 19, 2008, a $5,857,965 firm fixed price contract for design and construct upgrades to Kodiak Street Arctic Utilidors, Eielson Air force Base, Ala. Work will be performed in Eielson Air Force Base, Ala., with an estimated completion date of Sept. 15, 2009. Two bids were solicited and two bids were received. U.S. Army Engineers District, Elmendorf Air Force Base, Ala., is the contracting activity (W911KB-05-D-0012).

DEFENSE LOGISTICS AGENCY

eneral Electric Transportation Aircraft Engines, Lynn, Mass., is being awarded a maximum $15,149,847 firm fixed price, sole source, requirements type contract for aircraft engine parts. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There was originally one proposal solicited with one response. This contract is for ten years with a two-year base and four two-year options. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Mar. 31, 2009. The contracting activity is Defense Supply Center Richmond, Richmond, Va., (SPM400-00-D-9403).

No comments: