Wednesday, September 24, 2008

MILITARY CONTRACTS September 24, 2008

Navy

Barnhart, Inc.,
San Diego, Calif., is being awarded a $54,191,991 firm fixed price contract for the design and construction of a weapons and armament Technology center, to serve the Naval Air Warfare Center, Weapons Division at the Naval Air Weapons Station, China Lake. The work to be performed provides for technical and management support offices, general engineering laboratories and Secure Compartmented Information Facility (SCIF) spaces and conference facilities. The contract contains options, which if exercised, would increase cumulative contract value to $61,642,262. Work will be performed in China Lake, Calif., and is expected to be completed by July 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with three proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-C-2210).

Shock Tube Systems, Inc.*, Sterling, Conn., is being awarded a firm fixed price, indefinite delivery, indefinite quantity contract with a maximum value of $44,896,786 for MK 150, MK 151, MK 152, MK 153, MK 154 and MK 155 MOD 0 Delay Detonators with an in-line initiator. The MK 150 – MK 155 MOD 0 Delay Detonators will be used by Explosive Ordnance Disposal (EOD) units,
Navy SEALS and Marines as initiating agents for a variety of blasting applications. These units are used in weapon systems for general demolition, disposal of unexploded ordnance and/or breeching operations. Work will be performed in Sterling, Conn., and is expected to be completed by Sept. 2013. Contract funds in the amount of $545,817 will expire at the end of the current fiscal year. This contract was competitively procured via the World Wide Web, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N000164-08-D-JN28).

Force Protection Industries, Inc., Ladson, S.C., is being awarded a $41,790,575 firm fixed priced modification to delivery order #0003 under previously awarded contract (M67854-07-D-5031) for the purchase of 90-day consumables; Prescribed Load List (PLL); labor support and Authorized Stockage List (ASL). Work will be performed in, Ladson, S.C., and work is expected to be completed no later than Oct. 29, 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Federal Cartridge Company, Anoka, Minn., is being awarded a maximum value $39,155,975 firm fixed price, indefinite delivery, indefinite quantity contract for 7.62 mm special long range ammunition. This procurement is for 7.62mm special long range ammunition, which will be used by the United States
Navy as operational and training rounds. Work will be performed in Anoka, Minn., and is expected to be completed by Sept. 2013. Contract funds in the amount of $819,000 will expire at the end of the current fiscal year. This contract was competitively procured with three offers received via the World-Wide Web. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N000164-08-D-JM15).

EJB Facilities Services, Arlington, Va., is being awarded $38,895,798 which provides for exercise of the third option period under a previously awarded combination firm fixed price, indefinite delivery, indefinite quantity contract (N44255-05-D-5103) with award options for Base Operations Support (BOS) services in the
Navy Region Northwest, West Sound area. The work to be performed provides for, but is not limited to, all management and administration, public safety, supply, housing, facilities support (excluding grounds and janitorial services), utilities, base support vehicles and equipment, and environmental services to provide base operations and support services. The current total contract amount after exercise of this option will be $223,842,047. Work will be performed at various installations in the Navy Region Northwest area of responsibility, and work is expected to be completed Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Watts Constructors, LLC, Honolulu, Hawaii, is being awarded a $32,680,286 firm fixed price contract for the USS
Arizona Memorial replacement. The work to be performed provides for the construction of new buildings to support security, restroom, sale, education, offices, exhibits, and resting areas. Renovation of the existing theater and demolition of the existing facility shall follow after the majority of these buildings are completed. The work includes pile foundations, reinforced concrete floor slabs, steel joist, steel decking, flashing and sheet metal work, concrete masonry unit and exterior walls, exterior insulation and finish system, doors, photo-voltaic panels, shade structure, roofing, windows, architectural finishes, plumbing, air conditioning and ventilation, fire protection, access control system, electrical work, and incidental related work. Supporting facilities include landscaping, asphalt concrete pavements, connecting utilities, electrical and communication ducts, fencing, and site improvements. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with seven proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-08-C-1325).

Walton Construction Co., LLC, Harahan, La., is being awarded a $25,260,000 firm fixed price contract for design and construction of a barracks complex at
Marine Corps Recruit Depot Parris Island. The work to be performed provides for one barrack, a headquarters building, and utility infrastructure. The contract also contains two options, which if exercised would increase cumulative contract value to $77,980,000. Work will be performed in Beaufort, S.C., and is expected to be completed by Sept. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-08-C-1759).

ITT Corporation, Systems Division, Colorado Springs, Colo., is being awarded a $13,084,214 firm fixed price, cost plus fixed fee contract for continuation of range operations support and base operations support services at Pacific Missle Range Facility, Island of Kauai, Hawaii. Work will be performed at Kauai, Hawaii, and work is expected to be completed by December 2008. The contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured. The Fleet and Industrial Supply Center, Pearl Harbor, Hawaii, is the contracting activity.

Battelle Memorial Institute, Columbus, Ohio, is being awarded $12,603,692 for firm fixed price task order #0004 under a previously awarded indefinite delivery, indefinite quantity environmental multiple award contract (N62473-08-D-8824) for remedial action sediment removal at Installation Restoration Site 17, Seaplane Lagoon at Alameda Point. The work to be performed provides for the preparation of the draft and final remedial action work plan and finalizing miscellaneous planning documents; project management; project meetings; laboratory support; remedial action fieldwork; data evaluation, and preparation of a remedial action closeout report. Work also includes excavation and disposal of sediment containing contaminants that exceed the remedial action cleanup goals. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $14,575,671. Work will be performed in Alameda, Calif., and is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. Four (4) proposals were received for this task order. The Naval Facilities engineering Command Southwest,
San Diego, Calif., is the contracting activity.

Nammo-Talley, Inc.,
Mesa, Ariz., is being awarded a maximum value $11,500,000 firm fixed-price, indefinite delivery indefinite quantity contract for the acquisition of shoulder-fired, Lightweight Assault Weapon (LAW) in two combat configurations, M72A7 and M72A9, along with training support items. Training items procured under this contract include the M72AS Training Launchers and the M72AS Training Rockets. The M72 LAW is a 66mm man-portable, lightweight, direct shoulder fired weapon that consists of an in-tube burning, free flight rocket prepackaged in a disposable launcher. The launcher is a lightweight, telescoping, single shot, throw away item consisting of an aluminum inner tube, an outer tube, a tube detonation device, a mechanical sight system, a firing mechanism, safety interlocks, an integral rear cover and shoulder rest and carry sling with front cover. The main difference between the two tactical configurations to be procured is the warhead. Work will be performed in Mesa, Ariz., and is expected to be completed by September 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 (N000164-08-D-JN03).

Pro Construction, Inc.,
Jacksonville, N.C., is being awarded $9,740,981 for firm fixed price task order #0032 under a previously awarded multiple award construction contract (N40085-07-D-1911) for construction of squadron facilities at Marine Corps Air Station Cherry Point. The work to be performed provides for site improvements and foundations for eight modular buildings for administrative space and an addition to an existing pre-engineered building for warehouse use and shop/supply support for the Marine Tactical Air Control Group; site improvements and foundations for a modular building and one pre-engineered building to support multiple vehicles and communication gear for the Marine Wing Communication Squadron including one (government furnished) pre-engineered building, two 50,000 gallon water storage tanks and fire pump house; site improvements and a brick veneer building to include a motor transport area with three equipment service bays for the Marine Air Control Squadron including an operational pad for airfield operations adjacent to Runway 23R and incidental related work. Work will be performed in Cherry Point, N.C., and is expected to be completed by Sept. 2009. Contract funds will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Broadmoor LLC., Metairie, La., is being awarded $9,699,786 for firm fixed price task order #0001 under a previously awarded multiple award construction contract for design and construction of a special operations forces riverine and combatant craft operations facility, at Stennis Space Center. The work to be performed provides for all design and construction work for the operations building, boat maintenance building, and boat storage building. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request to proposal. The task order also contains eight options, which if exercised would increase cumulative task order value to $12,390,734. Work will be performed in Stennis, Miss., and is expected to be completed by April 2010. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southeast,
Jacksonville, Fla., is the contracting activity (N62467-05-D-0096).

The Boeing Co., St. Louis, Mo., is being awarded an $8,820,000 not-to-exceed modification to a previously awarded firm fixed price delivery order contract (N00383-06-D-001J) for in-service engineering and logistics services in support of the Royal Australian
Air force F/A-18F aircraft. In addition, this modification provides for the design, development, fabrication, qualification, and delivery of the Logistics Support Analysis Records (LSAR) and the Automated Maintenance Environment (AME). Work will be performed in St. Louis, Mo. (75 percent); Amberley, Australia (10 percent); Brisbane, Australia (10 percent); and Patuxent River, Md. (5 percent), and is expected to be completed in September 2010. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Soltek Pacific Construction Company,
San Diego, Calif., is being awarded $8,445,856 for firm fixed task order #0002 under a previously awarded multiple award construction contract (N62473-06-D-1058) for repair of Bachelor Enlisted Quarters (BEQ) Building 14031 at Marine Corps Base Camp Pendleton. The work to be performed provides for the repair and renovation of the existing four-story BEQ and associated site work in the 14 Area, Mainside Headquarters. The task order also contains one option, which if exercised would increase cumulative contract value to $9,963,575. Work will be performed in Oceanside, Calif., and is expected to be completed by April 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, Southwest, San Diego, Calif., is the contracting activity.

Straub Construction, Inc., Bonsall, Calif., is being awarded $7,627,000 for firm fixed price task order #0002 under a previously awarded multiple award construction contract (N62473-08-D-8616) for design and construction of Joint Improvised Explosive Device Defeat Organization (JIEDDO) Battle Courses at the
Marine Corps Air-Ground Combat Center, Twentynine Palms. The work to be performed provides for the design and construction of Battle Courses. This project will provide counter Improvised Explosive Device (IED) training facilities by additions to the training areas and ranges. The project will include training lanes, a range support facility, information systems, electrical utilities, paving and site improvements, site preparations, a mock pedestrian overpass, tunnel, and range safety features. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $8,069,800. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by August 2009. 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.

Notkin Mechanical Engineers, Inc.*,
Seattle Wash., is being awarded a maximum amount $7,500,000 firm fixed price, indefinite delivery, indefinite quantity architect/engineering contract for mechanical/electrical projects in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for new designs, evaluations, studies for maintenance, construction, equipment installation, repair and replacement of a wide range of facilities and structures, with an emphasis on aircraft runways and facilities, air traffic control towers, aircraft runway projects including combat loading area, direct refueling facilities, runway lighting, and structural designs for new and existing facilities. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Northwest AOR including, but not limited to Wash. (92 percent); Ore. (2 percent); Idaho (2 percent); Alaska (2 percent); Mont. (1 percent); Wyo. (1 percent), and is expected to be completed by September 2011. Contract funds in the amount of $10,000 will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with four proposals received. The Naval Facilities Engineering Command Northwest, Silverdale, Wash., is the contracting activity (N44255-08-D-3009).

General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded a $7,498,742 cost plus fixed fee, indefinite delivery, indefinite quantity contract for operations, management and maintenance of assigned DOD satellites and network systems. This contract consists of one base year, and six one-year options, which if exercised, bring the total estimated value of the contract to $56,981,670. Work will be performed at Point Mugu, Calif. Work is to be completed by Sept. 2014. Contract funds will not expire before the end of the current fiscal year. This contract was competitively procured, with two offers received. The Fleet and Industrial Supply Center
San Diego, Calif. is the contracting activity.

Bell Boeing Tiltrotor Team, Amarillo, Texas, is being awarded a $6,500,744 ceiling priced order contract for spare components for the MV-22 aircraft. Work will be performed at Hurst, Texas, and work is expected to be completed by July 2011. Contract funds will not expire before the end of the current fiscal year. This contract not was competitively procured. The Naval Inventory Control Point is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $6,369,901 cost plus incentive fee delivery order against a previously issued basic ordering agreement (N00019-07-G-0008) for the continued development for a Comprehensive Automated Maintenance Environment (CAMEO) technical capabilities system for the V-22 Osprey. The CAMEO will provide an adaptable joint service technical capability that supports continuous integration of technical data and automation of operational, maintenance and logistical processes to improve aircraft readiness and reduce sustainment costs for the war fighter community. Work will be performed in Ridley Park, Pa. (50 percent); Fort Worth, Texas (45 percent); and
San Diego, Calif. (5 percent), and is expected to be completed in June 2009. 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.

Raytheon Company, McKinney, Texas, is being awarded a $6,100,000 firm fixed price job order against basic ordering agreement (N00164-08-G-WT32) for spares to the SeaVue System. SeaVue is a high-performance maritime and overland radar system that provides cost-effective surveillance for fixed-wing, helicopter, ship and land-based applications. This contract will expedite repairs to the SeaVue System. Work will be performed in McKinney, Texas, and is expected to be completed by Jan. 2010. Contract funds in the amount of $6,100,000 will 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.

SatCon Applied
Technology, Inc., Boston Mass., is being awarded a $5,985,574 cost plus fixed fee contract for development of a 500kW prototype subset of a large Uninterruptible Power Supply (UPS) for the USS Arleigh Burke (DDG-51) Class of Ships. Under this effort SatCon Applied Technology will design, develop, build and test a large UPS that when used in total can support the shipboard distribution system at 2.5 MW for 10 minutes. This contract contains an option, which if exercised, would bring the value of the contract to $6,352,707. Work will be performed in Linthicum Md (56 percent); Plano, Texas (31 percent); Wilmington, Del. (8 percent); and Thorofare, N.J. (5 percent), and work is expected to be completed Sept 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under ONR Broad Agency Announcement BAA 107-029. Office of Naval Research, Arlington, Va., is the contracting activity (N00014-08-C-0609).

Air force

The
Air force is modifying a cost plus award fee contract by exercising an option with Space Coast launch Services (SCLS) of Patrick AFB, Fla., for $40,169,397. This action provides for launch operations support. The mission of the launch operations support program is to provide operations maintenance and engineering support to critical launch, spacecraft and ordnance facilities and support systems owned by the 45th Space Wing. These facilities and systems are vital to the support of Department of Defense, civil and commercial space launch processing at Cape Canaveral Air force Station, Florida. The launch operations support contractor (LOSC) is responsible for planning and executing all preventive and corrective maintenance and performing configuration changes to LOSC facilities and systems necessary to achieve the greatest operational availability for mission support. This action awards the FY08 option for launch support, the third of ten contract options. At this time no funds have been obligated. 45th Contracting Squadron (LGCZL), Patrick AFB, Fla., is the contracting activity (FA2521-05-C-0008, Modification P00063).

Reliance Steel and Aluminum Co. of Salt Lake City, Utah; TW Metals of Carol Stream, Ill.; and Western States Metals of Salt Lake City, Utah, are being awarded a firm fixed price contract for a maximum of $15 million. The Metals Strategic Sourcing contract will support quarterly forecasts buys, the just-in-time busing workloads, local manufacture support, and other metal needs to the 309th MXW. Each delivery order will specify the metal types and quantities needed. At this time $39.651.84 has been obligated. OO-ALC/PKESA, Hill AFB, Utah, is the contracting activity (FA8224-08-D-0014-0001, FA8224-08-D-0015-0001, FA8224-08-D-0016-0001).

Army

Kinsley Construction Company Inc, York, Pa., was awarded on Sept. 22, 2008, a $26,757,786 firm/fixed/price contract for a followon Project167 th Airlift Wing Base conversion from C-130 to C-5 Aircrafts. Work will be performed in Martinsburg, W.Va., with an estimated completion date of April, 2010. Proposals solicited were two-phase design build source selections, and three proposals were received. National Guard Bureau, Buckhannon, W. Va., is the contracting activity (W912L8-08-C-0016).

R. C. Construction Company Inc, Greenwood, Miss., was awarded on Sept. 23, 2008, a $21,555,595 firm/fixed/fee price contract to construct a permanent general purpose warehouse approximately 165,000 square feet, with 20-foot clear stacking height, weather sealed truck doors, loading/unloading docks with dock levelers, connection to all utilities and paved roadways and hard stand aprons. Work will be performed in Robins
Air force Base, Ga., with an estimated completion date of Sept. 20, 2010. Proposals solicited were sixty-two and five proposals were received. US Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-C-0058).

L-3 services Inc, Reston, Va., was awarded on Sept. 21, 2008, a $15,986,165 labor/hour contract. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to provide the Joint Staff with It systems integration services in order to support its current transformation to a network-centric environment on the Secure Internet Protocol Network (SIPRNET) infrastructure. Work will be performed in Wash ., with an estimated completion date of April 30, 2009. Bids were solicited via FedBizOpps Synopsis and Sol and one bid was received. W91WAW Contracting center of Excellence is the contracting activity (W91WAW-08-C-0102).

Tunista Inc, Anchorage, Alaska, was awarded on Sept. 22, 2008, a $11,969,314 firm fixed fee price contract for design /construct unit operations facilities (PN68853) Fort Wainwright, Alaska. Work will be performed in Fort Wainwright, Alaska with an estimated completion date of Sept. 30, 2010. Bids were solicited via the Web and two bids were received. US
Army Engineer District, Elmendorf, Alaska, is the contracting activity (W911KB-08-C-0025).

General Dynamics Armament and Technical Products Inc, Burlington, Vt., was awarded on Sept. 23, 2008, a $9,952,145 firm fixed fee price contract for procuring 829 each M2 machine guns. Work will be performed in Saco, Maine, with an estimated completion date of Dec. 31, 2009. One was solicited and one bid was received. TACOM LCMC, Rock Island, Ill., is the contracting activity (W52H09-07-C-0125).

Cycle Construction, Kenner, La., was awarded on Sept. 22, 2008, a $9,737,000 firm fixed price contract for SCADA-Remote Automation of 2 new pump stations and 5 existing pump stations at various locations in the New Orleans vicinity. Work will be performed in Jefferson and other parishes, Louisiana, with an estimated completion date of Feb. 15, 2009. Bids were solicited via Matoc-Hubzone Small Business Firm and three bids were received. US
Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-08-D-0065).

ECC International LLC, Burlingame, Calif., was awarded on Sept. 20, 2009, a $9,130,978 firm fixed price contract for design and construction of facilities to support the Counter Narcotic Police Headquarters Compound, Kabul, Afghanistan. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Sept. 20, 2009. Bids were solicited via the Web and three bids were received. US
Army Engineer District, Afghanistan, is the contracting activity (W917PM-07-D-0015).

OCCI Inc, Fulton, Mo., was awarded on Sept. 22, 2008, a $7,996,741 firm fixed price contract. The work consists of the rehabilitation of sector gates for the Colorado River Locks, East and West Locks. Work will be performed in Matagorda County, Texas, with an estimated completion date of Sept. 30, 2009. Bids were solicited via Unrestricted Procurement and two bids were received. USA Engineer District, Galveston, Texas, is the contracting activity (W912HY-08-C-0032).

General Dynamics Land Systems Inc, Sterling Heights, Mich., was awarded on Sept. 23, 2008, a $6,500,000 firm fixed price contract for system technical support (STS) for the Abrams tank program to include support to previously produced vehicles, specifically, conversion of M1A1 technical manuals and backlog data to two-level maintenance. Work will be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 31, 2011. One bid was solicited and one bid was received. TACOM, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

LUHR Bros., Inc, Columbia, Ill., was awarded on Sept. 19, 2008, a $6,220,000 firm fixed price contract. The work consists of dredging approximately 2,000,000 cubic yards of material to be used for placement area levee rehabilitation and construction. Work will be performed in Galveston County, Texas with an estimated completion date of Sept. 15, 2009. Bids were solicited via Unrestricted Procurement and six bids were received. US Engineer District, Galveston, Texas, is the contracting activity (W912H-08-C-0029).

No comments: