Wednesday, November 19, 2008

MILITARY CONTRACTS November 19, 2008

NAVY

Baldi Bros. Inc.,* Beaumont, Calif.; Hal Hays Construction, Inc.,* Riverside, Calif.; Pave-Tech, Inc.,* Carlsbad, Calif.; Reyes Construction, Inc., Pomona, Calif.; and Sundt Construction, Inc., Tempe, Ariz., 85282-1903, are each being awarded a firm fixed price indefinite delivery indefinite quantity multiple award construction contract for airfield paving and heavy duty paving for military operation vehicles at various locations within the Southwest. The maximum contract amount for all five contracts combined is not to exceed $250,000,000. Work will be performed within the Southwest, including but not limited to Arizona, (12 percent), Calif., (80 percent), New Mexico, (1 percent), Nevada, (5 percent), Utah (1 percent), and Colorado, (1 percent), and work is expected to be completed November 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as an unrestricted two phase best value design build via the Naval Facilities Engineering Command e-solicitation website, with 10 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-09-D-1603/1604/1605/1606/1607).

The General Dynamics Advanced Information Systems (GDAIS), Pittsfield, Mass., is being awarded a $52,253,352 modification (#P00013) under previously awarded contract (N00030-08-C-0041) for FY09-FY11 U.S. and U.K. TRIDENT II (D5) fire control system (FCS) and the U.S. SSGN attack weapon control system (AWCS) support. These efforts include: US/UK weapon control systems (WCS) and weapon control training system (WCTS) operational support, US/UK WCS operational support, US/UK WCS and navigation system repair and return (R&R), FCS software 344 (Mk 6 life extension (LE) development, US/UK Mk 98 Mod 8/9 FCS development, engineered refueling overhaul service, Mk 98 Mod 4, 5, 6 and 7 FCS updates, AWCS training unique, and strategic weapon system training unique. Work will be performed in Pittsfield, Mass., and work is expected to be completed Apr. 1, 2011. Contract funds in the amount of $25,799,969 will expire at the end of current fiscal year. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity.

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded a $49,504,000 firm fixed priced modification to delivery order #0004 under previously awarded contract (M67854-07-D-5028) for the purchase of technical service representatives and trainers for OCONUS deployment. Work will be performed in areas of Operation Enduring Freedom, and work is expected to be completed no later than Jan. 2, 2010. 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.

Northrop Grumman Guidance and Electronics Co. Inc., Navigation Systems Div., Woodland Hills, Calif., is being awarded a $16,009,084 modification to a previously awarded firm fixed price contract (N00019-08-C-0004) for the production and delivery of AN/UPX-24(V) interrogator sets for the Navy (2) and the government of Australia (3); 1 AN/UPX-24(V) installation and checkout spare for the government of Australia; and 9 AN/UPX-24(V) retrofit kits for the Navy. Work will be performed in San Diego, Calif., and is expected to be completed in Sept. 2010. Contract funds in the amount of $925,734 will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($8,500,260; 53 percent) and the government of Australia ($7,508,824; 47 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

SERCO Inc., Reston, Va., is being awarded an $8,091,185 cost plus fixed fee, indefinite delivery indefinite quantity, firm fixed price contract for technical, analytical, engineering, logistics, and related effort in support of the implementation of the Navy Pricefighter Program. This contract includes a one-year base period, and four option periods, which if exercised, would bring the total estimated value of the contract to $41,984,118. Work will be performed at Reston, Va., (75 percent); Mechanicsburg, Pa., (8 percent); Philadelphia, Pa., (7 percent); and Norfolk, Va., (10 percent), and work is expected to be completed by May 2014. The contract funds will not expire before the end of the current fiscal year. This contract was awarded competitively through Navy Electronic Commerce Online, with one offer received. The Naval Inventory Control Point is the contracting activity (N00189-09-D-Z009).

Newport News Shipbuilding, Newport News, Va., is being awarded a $6,633,757 modification to previously awarded contract (N00024-06-C-2105) to provide for the engineering, technical, trade, and program management support of industrial type work performed on behalf of operational, decommissioning, and submarines undergoing availabilities conversion. Work will be performed in Newport News, Va., and is expected to be completed by Sept. 2009. 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.

AIR FORCE

Boeing Co., St Louis, Mo., is being awarded a Cost plus Fixed Fee contract for $48,999,974. This action will provide for an automated aerial refueling Phase II integrator. At this point, $1,150,224 has been obligated. AFRL/PKVC, Wright-Patterson AFB, Ohio is the contracting activity (FA8650-09-C-3902).

Booz Allen Hamilton, Inc., Herndon, Va. is being awarded a Cost plus Fixed Fee, Indefinite-Delivery Requirements Contract for $12,560,195. This action will provide survivability and vulnerability technical analyses for Air Combat Command and combat Air Force missions. At this point, $744,351 has been obligated. 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380).

MISSILE DEFENSE AGENCY

Pratt & Whitney Rocketdyne, Inc., of Canoga Park, Calif., is being awarded a $12,214,532 cost plus fixed fee contract to develop, fabricate, and test a liquid propellant divert and attitude control system. Award is in response to the Broad Agency Announcement HQ0006-06-MP-BAA. Work will be performed at Canoga Park, Calif., with an estimated completion date of Nov. 2009. The Missile Defense Agency, Washington, D.C., is the contracting activity (HQ0006-08-C-0044). The contract will be incrementally funded by $2,000,000 using Fiscal Year 2008 Research, Development, Test, and Evaluation funds.

No comments: