Monday, September 29, 2008

MILITARY CONTRACTS September 26, 2008

Navy

VT Halter Marine, Inc., Pascagoula, Miss., is being awarded a $393,722,502 firm fixed price not-to-exceed modification to previously awarded contract (N00024-06-C-2212) for the detail, design and construction of three Fast Missile Crafts for the Egyptian
Navy. The mission of the Fast Missile Craft is to conduct independent and joint operations primarily against surface shipping and armed surface adversaries in the littoral by fulfilling the role of coastal patrol, surveillance, interdiction, surface strike, and naval battle group support for the Egyptian Navy for the 21st century. Work will be performed at Pascagoula, Miss., (23 percent); Manassas, Va., (12 percent); Detroit, Mich., (11 percent); Baltimore, Md., (8 percent); Pittsburgh, Pa., (1 percent); Philadelphia, Pa., (2 percent); Camden, N.J., (1 percent); New Orleans, La., (3 percent); Thibodaux, La., (3 percent); Boca Raton, Fla., (2 percent); and other sites (34 percent), and work is expected to be completed Apr. 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Nova Group, Incorporated - Underground Construction Co., Incorporated, a joint venture,
Napa, Calif., is being awarded a $139,142,212 firm fixed price contract for the construction to replace the Defense Fuel Storage Facility tanks at Defense Fuel Support Point, Naval Base Point Loma. The work to be performed for provides for six new 125,000 barrel above ground fuel storage tanks for 750,000 barrels of fuel storage capacity. The project supporting facilities include pump house, distribution piping, dispensing system, and fuel oil reclamation for a complete and usable facility. The project also demolishes or closes existing aboveground and underground storage tanks and provides extensive remediation of contaminated soil. The contract is incrementally funded with the first increment of $52,443,176 being allocated at the time of award. Future increments will be funded in FY 09 at $3,973,949, in FY 10 at $78,845,337, in FY 11 at $2,304,750 and in FY 12 at $1,575,000. The contract also contains eight options, which if exercised, would increase cumulative contract value to $167,531,234. Work will be performed in San Diego, Calif., and is expected to be completed by Jul. 2012. Contract funds in the amount of $1,846,513) will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-C-7501).
Lockheed Martin Maritime Systems & Sensors, Moorestown, N.J., is being awarded a $117,080,058 cost plus award fee fixed fee contract for Aegis Combat Systems Engineering to support the Government of Spain under the Foreign
Military Sales Program. The Government of Spain selected the U.S. Navy/Lockheed Martin Aegis Combat System (ACS) for its F-100 Class Flight II Shipbuilding Program. These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services and staging support to deliver a variant of the U.S. Navy Aegis Weapon System Cruiser Modernization Commercial Off The Shelf (COTS) Refresh 2 (CGM CR2) Computer Program and equipment to support the construction of the Spanish F-105 Frigate. This contract includes options which, if exercised, would bring the cumulative value of this contract to $125,039,679. Work will be performed in Moorestown, N.J., (92 percent), and the Government of Spain, (8 percent), and is expected to be completed by Jul. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-08-C-5100).

Armag Corp., Bardstown, Ky., is being awarded a $49,900,000 indefinite delivery indefinite quantity, firm fixed price contract for procurement of wood-lined steel armories, freight, and accessories for portable weapon storage capability. This acquisition is for the procurement of wood-lined steel armories that provides the means to transport weapons and ancillary equipment for deployment, or as a means for secure weapon storage outside as a stand-alone facility. Work will be performed in Bardstown, Ky., and is expected to be completed by Sept. 2013. Contract funds in the amount of $8,294,000 will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities,
Navy Electronic Commerce Online and the Naval Surface Warfare Center Crane website, with four offers received. NSWC, Crane Division, Crane, Ind., is the contracting activity (N00164-08-D-GQ10).

Glover Contacting Company, Inc.*,
Pleasant Hill, N.C., is being awarded a $48,556,500 firm fixed price contract for construction of the Municipal Solid Waste Landfill at Marine Corps Base Camp Lejeune. The work to be performed provides for the construction of three new composite, line, sanitary landfill cells comprising 12 acres of additional waste disposal area and extension of existing leachate collection and electrical systems for the existing landfill cells. Work will be performed in Jacksonville, N.C., and is expected to be completed by Sept. 2008. 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 one proposal received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-08-C-1413).

URS-IAP, LLC,
Austin, Texas, is being awarded a $46,984,493 cost reimbursement task order #0008 under a previously awarded multiple award construction contract (N62470-06-D-6009) for design and construction of facility improvements at Camp Lemonier, Djibouti. The work to be performed provides for design and construction of new taxiways, water production facility, fuel farm, dining facility, and network infrastructure expansion. Work will be performed in Djibouti, Africa, and is expected to be completed by Oct. 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, Atlantic, Norfolk, Va., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $32,716,160 modification to previously awarded contract N00024-05-C-4403 for fuel oil compensation, ship alterations, and related work items for the USS Kearsarge (LHD-3) FY09 Docking Phased Maintenance Availability (DPMA). The following work items will be accomplished: fuel oil compensation stability improvement modifications, production trade supervision and support, crane, rigging, and forklift service. Work will be performed in Portsmouth, Va., and is expected to be completed by Oct. 2009. Contract funds in the amount of $32,716,160 will expire at the end of the current fiscal year. The Mid-Atlantic Regional Maintenance Center, Norfolk, Va., is the contracting activity.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $26,295,379 cost plus fixed fee order against a previously awarded indefinite delivery indefinite quantity contract (N00019-08-D-0004) for engineering technical services required to identify the solution to an in-production emergent obsolescence issue in the Type 3 Advanced Mission Computer for the F/A-18E/F/G Super Hornet. Work will be performed in
Minneapolis, Minn., (50 percent) St. Louis, Mo., (25 percent) and Albuquerque, N.M., (25 percent), and is expected to be completed in Oct. 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.

Night Vision Systems LLC (NVS), Allentown, Pa., is being awarded a $26,141,540 firm fixed price, indefinite-delivery indefinite quantity contract for Multipurpose Thermal Sights (MTS). The MTS is a thermal image device that can be used as either a hand-held detector or a weapon mounted detector. Work will be performed in Allentown, Pa., and is expected to be completed by Sept. 2013. Contract funds in the amount of $1,039,492 will expire at the end of the current fiscal year. This action was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded a $22,924,909 fixed price delivery order #0062 under a previously awarded indefinite delivery indefinite quantity contract (M67854-04-D-5016) for the purchase of an additional 199 reducible height armor protection kits and 211 fuel fire protection kits for Medium Tactical Vehicle Replacement vehicles. Work will be performed in Israel, (63 percent) and Oshkosh, Wis.,(37 percent), and work is expected to be completed by Mar. 31, 2009. Contract funds will not expire at the end of the current fiscal year. The
Marine Corps System Command, Quantico, Va., is the contracting activity.

Soltek Pacific Construction Co., San Diego, Calif., is being awarded $21,385,000 for firm fixed price task order #0007 under a previously awarded multiple award construction contract (N62473-08-D-8609) for design and construction of a Marine Logistics Group operations center and armory at the
Marine Corps Base, Camp Pendleton. The contract also contains two options, which if exercised, would increase cumulative contract value to $24,885,000. Work will be performed in Oceanside, Calif., and is expected to be completed by Sept. 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, Southwest, San Diego, Calif., is the contracting activity.

Chugach Industries, * Anchorage, Ala., is being awarded $16,734,180 to exercise the third option period under a combination firm fixed price, indefinite delivery indefinite quantity contract (N44255-05-D-7100) with award options for base operations support services in the
Navy Region Northwest, North 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 cumulative total contract amount after exercise of this option will be $112,408,376. Work will be performed at various installations in the Navy Region Northwest area of responsibility, and work is expected to be completed Sept. 30, 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.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $13,554,527 modification to a previously awarded firm fixed price contract (N00019-04-C-0014) for incorporation of Engineering Change Proposal (ECP) 6318 "Incorporation of upgraded Solid State Recorder (USSR)" to provide high fidelity recording of the 14 F/A-18E, 9 F/A-18F, and 22 EA-18G 8 x 10 display that retains and expands on the current Solid state Recorder capabilities. This modification/order combines purchases for the U.S.
Navy ($7,554,527; 56 percent) and the Governments of Switzerland $3,000,000 (22 percent) and Finland ($3,000,000; 22 percent) under the Foreign Military Sales Program. Work will be performed in St. Louis, Mo., and is expected to be completed in Nov. 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.

Advanced Ceramics Research*, Tucson, Ariz., is being awarded a $13,366,035 cost plus fixed fee contract for services in support of the development and integration of Electro-Optical, Radio-Frequency, and acoustic sensors on various unmanned aerial vehicles. Work will be performed in Tucson, Ariz., (85 percent); Kuwait, (10 percent), and Patuxent River, Md., (5 percent), and is expected to be completed in Sept. 2013. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This contract was competitively procured via a Broad Agency Announcement. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-C-0474).

Alloy Surfaces, Co., Aston, Pa., is being awarded a firm fixed price contract in the amount of $13,158,485 for infrared countermeasures in support of the 84th Combat Sustainment Wing, Ogden, Utah. This contract includes a base period and one potential option period, which if exercised, would bring the total estimated value of the contract to $34,370,328. Work will be performed at Aston, Pa., and work is expected to be completed by Dec. 2009. The 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.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $12,634,999 order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for the upgrade of one AV-8B Day Attack configured aircraft to a modified Night Attack configuration for use as a single seat trainer in the Fleet Readiness Squadron (FRS). Work will be performed at the
Marine Corps Air Station, Cherry Point, N.C., and is expected to be completed in Mar. 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.

Old Dominion University Research Foundation, Norfolk, Va., is being awarded an $11,107,627 indefinite delivery indefinite quantity with cost reimbursement and fixed price ordering provisions contract for student, faculty and fellows engineering and technical support services in support of the U.S. Joint forces Command. This contract includes two two year option periods which, if exercised, bring the total estimated value of the contract to $35,630,918. Work will be performed in Suffolk, Va., (70 percent) and Norfolk, Va., (30 percent), and work is expected to be completed by Sept. 2010. Contract funds will not expire before the end of the current fiscal year. This contract was awarded through full and open competition. The Fleet and Industrial Supply Center Norfolk Contracting Department, Philadelphia Division is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $10,736,496 modification to a previously awarded cost plus incentive fee contract (N00019-03-C-0057) for procurement of Aircraft Change Directives in support of the E-2D Advanced Hawkeye (AHE) Pilot Production Aircraft, under the E-2D AHE System Development and Demonstration Program. Work will be performed in Bethpage, N.Y., (71.2 percent); and St. Augustine, Fla., (28.8 percent) and is expected to be completed in Jun. 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.

Soltek Pacific Construction Co., San Diego, Calif., is being awarded $10,298,600 for firm fixed price task order #0010 under a previously awarded multiple award construction contract (N62473-08-D-8609) for design and construction of a new administrative facility for the 1st Marine Regiment and the 5th Marine Regiment to serve as battalion headquarters at
Marine Corps Base Camp Pendleton. The task order also contains three options, which if exercised, would increase the cumulative task order value to $11,460,600. Work will be performed in Oceanside, Calif., and is expected to be completed by Mar. 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.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $10,187,507 firm fixed price order against a previously issued basic ordering agreement (N00019-05-G-0026) for the procurement of 703 F/A-18 Cockpit Pressure Warning System kits for the U.S.
Navy, (590) and the Governments of Finland, (66), Kuwait, (39) and Malaysia, (8). This contract combines purchases for the U.S. Navy, ($7,929,654; 77.8 percent) and the Governments of Finland, ($994,999; 9.8 percent); Kuwait, ($863,000; 8.5 percent); and Malaysia ($399,854; 3.9 percent); under the Foreign Military Sales Program. Work will be performed in St. Louis, Mo., (85 percent) and Mesa, Ariz., (15 percent), and is expected to be completed in Oct. 2012. Contract funds in the amount of $3,851,100 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ACG Systems, Inc., Annapolis, Md., is being awarded a $10,000,000 indefinite delivery indefinite quantity, firm fixed price contract for procurement of Motorola branded repeaters, radios and accessories in support of the Shipwide Integrated Wireless Communication System (SIWCS). This acquisition is for the procurement of Motorola Portable Radios and fixed radio equipment in support of the Shipboard Physical Security Program, SIWCS, AN/SRC-59. Work will be performed in Annapolis, Md., and is expected to be completed by Sept. 2013. Contract funds in the amount of $54,000 will expire at the end of the current fiscal year. This contract was competitively procured with four offers being received via the FEDBIZOPS, NECO and the NSWC Crane website. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

HITT Contracting, Inc., North Charleston, S.C., is being awarded a $9,780,000 firm fixed price contract for design and construction of a Child Development Center at Charleston
Air Force Base, Charleston. Project also includes playground and food service equipment, comprehensive interior design, and demolition of pavement. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Charleston, S.C., and is expected to be completed by Mar. 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 six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-08-C-1775).

UBC, Inc.*,
Tampa, Fla., is being awarded a $9,752,561 firm fixed price, time and material, indefinite delivery indefinite quantity contract for 112 Steerable Antenna Systems (SAS) units and four AST-9 Couplers. This contract will also include engineering and technical support and repair services for the SAS units. Work will be performed in Tampa, Fla., and is expected to be completed in Sept. 2010. Contract funds in the amount of $482,670 will expire at the end of the current fiscal year. This contract was competitively procured by an electronic request for proposals with one offer received. The Naval Air Warfare Center Weapons Division, Point Mugu, Calif., is the contracting activity (N68936-08-D-0024).

Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded a $9,159,980 cost plus fixed fee, indefinite delivery indefinite quantity contract for the furnishing of services in support of the Oxygen Generating Plant Gas Management System, Electrolytic Chlorine Generator Central Atmospheric Monitoring System Integrated Low Pressure Electrolyzer installed on the SSN-21, SSN-774, SSN-688 and SSN-726 Class Submarines. Work will be performed in Bremerton, Wash., (10 percent); New London, Conn., (10 percent); Philadelphia, Pa.,(10 percent); San Diego, Calif., (10 percent); Pearl Harbor, Hawaii, (10 percent); Groton, Conn., (10 percent); Pomona, Calif., (10 percent); Windsor Locks, Conn., (10 percent); Norfolk, Va., (10 percent); and Bangor, Maine, (10 percent), and is expected to be completed by Jan. 2011. Contract funds in the amount of $30,723 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Carderock Division, Ship Systems Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-08-D-0022).

Electric Boat Corp., Groton, Conn., is being awarded a $9,124,902 modification to previously awarded contract (N00024-04-C-2100) for the procurement of vendor services to provide three complete main propulsion shafts to be used as rotatable pool spares. The main propulsion shafts will be used to support the SSN775, SSN777, and SSN778 Extended Dry-docking Selected Restricted Availability. Work will be performed in Erie, Pa., and is expected to be completed by Apr. 2013. Contract funds in the amount of $9,124,902 will expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Solpac Construction, Inc., dba Soltek Pacific Construction Co., San Diego, Calif., is being awarded $8,770,000 for firm fixed price task order #0008 under a previously awarded multiple award construction contract (N62473-08-D-8609) to renovate galley, Building 300 at Naval Amphibious Base Coronado. The work to be performed provides for design and renovation of the Enlisted Dining Facility. This project will repair deteriorating floors, walls, ceiling, interior and exterior doors and windows. Work will be performed in San Diego, Calif., and is expected to be completed by Apr. 2010. Contract funds will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Walton Construction Co., LLC,
Dallas, Texas, is being awarded $7,685,000 for firm fixed price task order #0010 under a previously awarded multiple award construction contract (N62467-05-D-0184) for construction to Hangar 1048. The work to be performed provides for hangar addition, seat shop addition and supporting facilities. The project will modify an existing/functioning fighter squadron hangar into a hangar capable of housing a cargo/passenger plane. The main bay will have to be extended onto the existing apron with a new hangar door. Work involves cutting a new storm water trench drain and modifying the existing apron for hangar maintenance work. Work will be performed in Fort Worth, Texas, and is expected to be completed by Jan. 2010. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Marshall Communications Corp.*, Ashburn, Va., is being awarded a $7,676,268 indefinite delivery indefinite quantity, firm fixed price contract for digital video broadcast-return channel via satellite user subscriber suites, production subscriber suites, and associated spare parts. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $23,593,937. The work for the contract will be performed in Ashburn, Va., and is expected to be completed by Sept. 2009 (Sept. 2011 with options exercised). Contract funds in the amount of $121,500 will expire at the end of the current fiscal year. This contract was not competitively procured. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-08-D-5159).

Solpac Construction, Inc., dba Soltek Pacific Construction Co., San Diego, Calif., is being awarded $7,163,100 for firm fixed price task order #0009 under a previously awarded multiple award construction contract (N62473-08-D-8609) to construct a new
Navy Criminal Investigative Services (NCIS) security building at Marine Corps Base Camp Pendleton. The task order also contains three options, which if exercised would increase cumulative contract value to $9,472,170. 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. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Bell Helicopter Textron, Fort Worth, Texas, is being awarded a firm fixed price delivery order contract in the amount of $6,383,699 for spares for the H-1 aircraft. Work will be performed at Fort Worth, 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.

Pro Construction, Inc.*, Jacksonville, N.C., is being awarded $6,361,000 for firm fixed price task order #0035 under a previously awarded multiple award construction contact (N40085-07-D-1911) for major interior exterior repairs to Bachelor Enlisted Quarters HP275 and HP285 at
Marine Corps Base Camp Lejeune. Work will be performed in Jacksonville, N.C., and is expected to be completed by Feb. 2010. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via Navy Electronic Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Engineering/Remediation Resources Group, Inc.*, Concord, Calif., is being awarded a $6,197,136 firm fixed price contract for vertical and lateral expansion of landfill at
Marine Corps Air Ground Combat Center Twentynine Palms, Calif. The work to be performed provides for design and construction of an eight acre lateral expansion to the existing municipal solid waste landfill. The project consists of landfill design, environmental permitting, excavation, and construction of geosynthetic liner, leachate and methane collection systems, and a support building. Work will be performed in Twentynine Palms, Calif., 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 two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-C-2203).

Knik Construction Co., Inc.,
Seattle, Wash., is being awarded $6,179,817 for firm fixed price task order #0002 under a previously awarded indefinite-delivery indefinite quantity paving and resurfacing construction contract (N69450-08-D-1272) at U.S. Naval Base, Guantanamo Bay. The work to be performed provides for base wide road repairs. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by Apr. 2009. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Facilities Engineering and Acquisition Division, Guantanamo Bay, Cuba, is the contracting activity.

BAE Systems
Technology Solutions and Services, Fort Walton Beach, Fla., is being awarded a $5,906,479 firm fixed price contract modification under previously awarded contract (N00604-06-C-0018) for ammunition handling and management services for Navy Munitions Command, East Asia Division Detachment Pearl Harbor, Hawaii. Work will be performed in Pearl Harbor, Hawaii, and work is expected to be completed by Sept. 2009. The contract funds will not expire before the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online, with two offers received. The Fleet and Industrial Supply Center Pearl Harbor, Hawaii is the contracting activity.

Armor Group North America, Inc., McLean, Va., is being awarded a $5,874,156 firm fixed price, indefinite quantity modification under a previously awarded contract (N33191-07-D-1357) to exercise an option for provision of security guard services at Naval Support Activity Bahrain. The work to be performed provides for all managerial, supervision, labor, tools, materials, equipment and transportation necessary to provide security guards and administrative support. The total contract amount after exercise of this option will be $11,355,049. Work will be performed in Manama, Bahrain, and is expected to be completed by Sept. 2009. Contract funds will expire at the end of the current fiscal year. The Facilities Engineering Acquisition Division, Naval Facilities Engineering Command, Europe and Southwest Asia, Manama, Bahrain, is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded a $5,188,708 fixed price delivery order #0061 under previously awarded indefinite delivery indefinite quantity contract (M67854-04-D-5016) for the purchase of 161 engines, 161 engine containers, and preservation & packaging for each engine for Medium Tactical Vehicle Replacement (MTVR) vehicles. Work will be performed in Mossville, Ill., and work is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. The
Marine Corps System Command, Quantico, Va., is the contracting activity.

Army

AM General LLC, South Ben, Ind., was awarded on Sept. 24, 2008, a $734,983,443 firm fixed price contract for 4,853 High Mobility Multi-purpose Wheeled Vehicles to contract. Work will be performed in Mishawaka, Mich., with an estimated completion date of Dec. 31, 2009. One bid was solicited and one bid was received. TACOM, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

Raytheon- Integrated Defense Systems, Andover, Mass., was awarded on Sept. 24, 2008, a $77, 529, 675 firm fixed fee price contract for Patriot "Pure Fleet" Tactical Assets. Work will be performed in Andover, Mass., with an estimated completion date of Apr. 30, 2011. One bid was solicited and one bid was received. US
Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0151).

J. Kokolakis Contracting Inc, Rocky Point, N.Y., was awarded on Sept. 24, 2008, a $62,803,500 firm fixed fee price contract to construct an Armed Forces Reserve Center, 25 Baiting Place Road, Farmingdale, N.Y., 200,000 square feet vehicle maintenance facility, 2 -level Concrete Parking Deck. Work will be performed in Farmingdale, N. Y., with an estimated completion date of Oct. 1, 2010. Twenty bids were solicited and four bids were received. National Guard Bureau, Latham, N.Y., is the contracting activity (W912PQ-08-C-0021).

Bristol Construction Services LLC, Anchorage, Ala., was awarded on Sept. 24, 2008, a $29,989,024 firm fixed fee price construction contract to provide labor, materials and equipment to repair/upgrade the access rail line and on-post rail system (increasing turning radiuses and track gauges)at the
Military Ocean Terminal, Sunny point (MOTSU), Southport, N.C. Work will be performed in Military Ocean Terminal at Southport, N.C., with an estimated completion date of Jul. 31, 2010. One was solicited and one bid was received. TACOM-LCMC is the contracting activity (W912HN-08-C-0072).

BAE Systems,
York, Pa., was awarded on Sept. 24, 2008, a $18,774,179 firm fixed price contract. This effort is for an Undefinitized Contract Action for 476 Bradley Heat Abatement Vehicles. Work will be performed in York, Pa., with an estimated completion date of May 31, 2010. One bid was solicited and one bid was received. TACOM, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

J.F. Brennan, Lacrosse, Wis., was awarded on Sept. 24, 2008, a $8,538,506 firm fixed price contract for repair and replacement of roller and trainer gate chains, installation of new pocket wheels, remove and replace 1 tainter gate trunnion pins and bushing removal of timber bridge planking and installation of steel grating, storage yard fencing, operating houses architectural repairs, miscellaneous mechanical and electrical work. Work will be performed in Dubuque, Iowa, with an estimated completion date of Dec. 24, 2009. Bids solicited were via the www.fbo.gov and three bids were received. U.S.
Army Corps of Engineers, Rock Island, Ill., is the contracting activity (W912EK-08-C-0208).

The Wormick Company,
Cincinnati, Ohio is being awarded a maximum $123,767,718 firm fixed price, indefinite delivery and indefinite quantity contract for subsistence. Other location of performance is in Hamilton, Ohio. Using services are Army, Navy, Air Force and Marine Corps. There were originally nine proposals solicited with nine responses. This contract is exercising the second option period. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-04-D-Z217).

Ameriqual Group, LLC,
Evansville, Ind.*, is being awarded a maximum $84,810,460 firm fixed price, indefinite delivery and indefinite quantity contract for subsistence. Other location of performance is in same. Using services are Army, Navy, Air Force and Marine Corps. There were originally nine proposals solicited with nine responses. This contract is exercising the second option period. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-04-D-Z214).

Labatt Food Co., San Antonio, Texas* is being awarded a maximum $43,622,907 firm fixed price, indefinite delivery and indefinite quantity contract for subsistence. Other location of performance is in
Dallas, Texas. Using services are Army, Navy, Air Force and Marine Corps. There were originally nine proposals solicited with nine responses. This contract is exercising the second option period. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2010. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-04-D-Z216).

Cytyc Corp., Marlborough, Mass., is being awarded a maximum $7,000,000 firm fixed price, sole source, indefinite delivery and indefinite quantity contract for medical supplies. There are no other locations of performance. Using services are
Army, Navy, and Air Force. This proposal was originally Web solicited with one response. The original contract has a one-year base and four one-year option periods and is currently exercising the fourth option period. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM200-05-D-7201).

UNITED STATES TRANSPORTATION COMMAND

Federal Express Corp., of El Segundo Ca., 90245-4318, is being awarded an estimated $58,710,291 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500.00. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 October 2008 to 30 September 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott
Air Force Base, Ill 62225, (HTC711-08-D-5025).

Miami Air International, Inc., of Miami FL, 33142-3225 is being awarded an estimated $54,638,798 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 Oct. 2008 to 30 Sept. 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott
Air Force Base, Ill 62225, (HTC711-08-D-5026).

National Air Cargo, Inc. dba Murray Air, of Ypsilanti, MI 48198-899 is being awarded an estimated $54,300,723 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 Oct. 2008 to 30 Sept. 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott
Air Force Base, Ill 62225, (HTC711-08-D-5027).

US Airways, of Phoenix AZ, 85281-2880 is being awarded an estimated $45,764,631 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 Oct. 2008 to 30 Sept. 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott
Air Force Base, Ill 62225, (HTC711-08-D-5028).

Air Transport International, of Little Rock Ar., 72202-2046 is being awarded an estimated $50,091,251 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 Oct. 2008 to 30 Sept. 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott
Air Force Base, Ill., 62225, (HTC711-08-D-5021).

Atlas Air, Inc. of Purchase NY, 10577-2543 is being awarded an estimated $9,860,202 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 Oct. 2008 to 30 Sept. 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott
Air Force Base, Ill 62225, (HTC711-08-D-5022).

Continental Airlines Inc., of Houston, Texas, 77002-7362 is being awarded an estimated $57,565,780 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 Oct. 2008 to 30 Sept. 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott
Air Force Base, Ill., 62225, (HTC711-08-D-5023).

Evergreen International Airlines, of McMinnville of OR, 97128-8940 is being awarded an estimated $57,328,577 indefinite delivery and indefinite quantity, fixed price contract with a minimum guarantee of $2,500. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments weighing 1-300 lbs (non WWX eligible) and other general, refrigerated, and HAZMAT cargo 300 lbs and above. Work will be performed internationally and the performance period is from 1 Oct. 2008 to 30 Sept. 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and eight proposals received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott
Air Force Base, Ill 62225, (HTC711-08-D-5024).

Air Force

The
Air Force is modifying a firm fixed price contract by exercising an option with Lear Siegler Services Inc. of Gaithersburg, Md., for $46,459,000. This action is to exercise option year two of the contract for contractor logistics support for the C-26B aircraft for the Army National Guard and the RC-26B aircraft for the Air National Guard, consisting of maintenance, repair, and support functions for the period of 1 Oct. 2008 through 30 Sept. 2009. At this time no funds have been obligated. Oklahoma City Air Logistic Center, 727 ACSG/PKC, Tinker AFB, Okla., is the contracting activity (FA8106-07-C-0004-P00037).

Moog Aircraft Group of East Aurora, N.Y., is being awarded a firm fixed price supply contract for $34,144,616. This action provides for C-5 Leading Edge Slat Actuator Shop Replacement Units. A modification will be issued to incorporate negotiated prices for option I. At this time $24,509,071 has been obligated. AFGLSC, 448 SCMG/PKHEA, Robins AFB, Ga., is the contracting activity (FA8524-07-D-0009-0002).

Northrop Grumman Systems Corp. of Norwalk, Conn., is being awarded a firm fixed price contract for $33,412,727. This action provides for 40 sets of Group B applicable to the AN/APN 241 Radar on the C-130 aircraft, and various C-130J Replenishment Spares. At this time all funds have been obligated. 330 ACSG/GFKA, Robins AFB, Ga., is the contracting activity (FA8504-08-C-0003).

The
Air Force is modifying a cost plus fixed fee contract with Lockheed Martin Aeronautics of Fort Worth, Texas, for $28,518,789. This action will provide additional sustainment activities including the replenishment of Readiness Spares packages (RSPs) one, two, and three, and additional Aircraft Structural Integrity Program (ASIP) projects. At this time all funds have been obligated. 478 AESW/PK, WPAFB, Ohio, is the contracting activity (FA8611-08-C-2897 P0005).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $24,966,612. This action will provide Survivability/Vulnerability Strategic Planning, Research and Analysis for the Intelligence, Operations, and Synchronization for United States Special Operations Command (USSOCOM) Center for Special Operations (CSO). At this time $4,830,918 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, DO: 0288).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $18,356,261. This action will provide Non-Kinetic Operations Intelligences Analysis to US Network Warfare and Critical Infrastructure Protection. At this time $289,866 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, DO: 0286).

Northrop Grumman System Corporation Electronics Systems Section of Linthicum Heights, Md., is being awarded a time and materials, requirement type contract for an estimated $16,121,521. This action will provide for catastrophic level repair services for Programmable Signal processors (PSP) in support of the F-16 APG-68 Radar System. At this time no funds have been obligated. Department of the
Air Force, 448 SCMS PKAB, Hill AFB, Utah is the contracting activity (FA8212-08-D-0005).

MW Clearing and Grading, Inc., of Blacksburg, S.C., is being awarded an indefinite delivery/indefinite quantity contract for a maximum of $10 million. This action will provide the road paving projects to support Charleston AFB Civil Engineering. At this time no funds have been obligated. 437th Contracting Squadron. LGCB, Charleston AFB, S.C., is the contracting activity (FA4418-08-D-0001).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $7,702,092. The action will provide Homeland Security mission blueprint implementation, technical operations and incident management analysis, and contingency planning to the Department of Homeland Security Office of Operations Coordination and Planning. At this time $1 million has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, DO: 0293).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $7,249,134. This action will provide Information Operations (IO) support to Joint Information Operations Warfare Command (JIOWC). At this time $386,473 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, DO: 0290).

The
Air Force is modifying a firm fixed price contract with Ahntech, Inc., of San Diego, Calif., for $6,115,872. This action provides for Air Combat Training Systems (ACTS). At this time all funds have been obligated. AETC CONS/LGCU, Randolph AFB, Texas, is the contracting activity (F41689-02-D-0044, P00043).

MAPCO, Inc., of San Antonio, Texas, is being awarded an indefinite delivery, indefinite quantity contract for $5,928,777. This action will provide a construction project at Laughlin AFB, Texas, to repair the airfields rows Y and CC. At this time all funds have been obligated. AFRL/PKSR, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-D-1465 (IDIQ)).

Missile Defense Agency Contract Award

BAE Systems Technical Solutions & Services, Inc. of Rockville, Md., is being awarded a $73,109,229 (maximum) indefinite- elivery, indefinite quantity fixed price contract for specialized technical and programmatic, advisory and assistance services. Work will be performed at BAE Systems Technical Solutions & Services, Inc., Huntsville, Al., and is expected to be complete by September 30, 2009. This is a sole source contract award. The contract funds will not expire at the end of the fiscal year. The Missile Defense Agency, Huntsville, Al., is the contracting activity (HQ0147-08-D-0002). Fiscal Year 2008 research and development funds will be used. The contract will be incrementally funded, and will obligate $4,444,898 FY-08 research and development funds on the first Task Order.

DMD, L.L.C. of Huntsville, AL, is being awarded a $40,306,960 (maximum) indefinite delivery, indefinite quantity, fixed price contract for specialized technical and programmatic, advisory and assistance services. Work will be performed at Huntsville, AL and is expected to be complete by September 30, 2009. This is a sole source contract award. The contract funds will not expire at the end of the fiscal year. The Missile Defense Agency, Huntsville, AL is the contracting activity (HQ0147-08-D-0004). Fiscal Year 2008 research and development funds will be used. The contract will be incrementally funded, and will obligate $244,000 FY-08 research and development funds on the first Task Order.

Teledyne Solutions Inc. of Huntsville, Al., is being awarded a $155,628,079 (maximum) indefinite delivery, indefinite quantity fixed price contract for specialized technical and programmatic, advisory and assistance services. Work will be performed at Huntsville, Al., and is expected to be complete by Sept. 30, 2009. This is a sole source contract award. The contract funds will not expire at the end of the fiscal year. The Missile Defense Agency, Huntsville, Al., is the contracting activity (HQ0147-08-D-0006). Fiscal Year 2008 research and development funds will be used. The contract will be incrementally funded, and will obligate $1,583,747 FY-08 research and development funds on the first Task Order. L-3 Communication Corp., L-3 System Co., of Camden, N.J., is being awarded a $19,377,606 (maximum) indefinite delivery, indefinite quantity, sole source contract for specialized technical and programmatic, advisory and assistance services. Work will be performed at L-3 Communications, Huntsville, Al., and is expected to be complete by September 30, 2009. This is a sole source contract award. The contract funds will not expire at the end of the fiscal year. The Missile Defense Agency, Huntsville, Al., is the contracting activity (HQ0147-08-D-0005). Fiscal Year 2008 research and development funds will be used. The contract will be incrementally funded, and will obligate $350,000 FY-08 research and development funds on the first Task Order.

TRICARE MANAGEMENT ACTIVITY

United Concordia Co., Inc., Harrisburg, Pa., has been awarded a fixed price contract for the TRICARE Active Duty Dental Program (ADDP) effective Sept. 26, 2008, with dental healthcare services beginning Aug. 1, 2009. The contract provides dental coverage for Active Duty Service Members referred from
Military Dental Treatment Facilities for civilian care, and dental coverage for ADSMs under the Remote Active Duty Dental Program. The performance period includes a base year and five one-year option periods. The phase-in base period is Sept. 26, 2008 through Jul. 31, 2009. The options provide five full years of service. The contract includes associated administrative services such as customer service, provider reimbursement, and education. The value of the awarded phase-in base period is $7,062,033. The total estimated contract value for the base period and all unexercised options is $667,698,420. This contract was competitively procured via the TRICARE Management Activity e-solicitation Web site with three offers received. The Department of Defense, TRICARE Management Activity, is the contracting activity. The contract number is H94002-08-C-0004.

No comments: