Wednesday, November 26, 2008

MILITARY CONTRACTS November 26, 2008

NAVY

Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a $500,000,000 modification to a previously awarded cost-plus-award-fee contract (N00019-05-C-0030) to provide additional funds for engineering development efforts in support of the System Development and Demonstration (SDD) of the VH-71 Presidential Helicopter. Work will be performed in Patuxent River, Md. (28 percent); Owego, N.Y. (26 percent); Yeovil, United Kingdom (20 percent); Cascina Costa, Italy (15 percent); Rolling Meadows, Ill. (3 percent); Lynn, Mass (3 percent); Clifton, N.J. (2 percent);
Denton, Texas (1 percent); Grand Rapids, Mich. (1 percent); and Rancho Santa Margarita, Calif. (1 percent), and is expected to be completed in December 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command is the contracting activity.

BREMCOR (a joint venture), Arlington, Va., is being awarded a $15,054,841 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-06-D-4611) to exercise Option 2 for Base Support Services at Naval Station Guantanamo Bay. The total contract amount after exercise of this option will be $154,335,744. Work will be performed in Guantanamo Bay, Cuba, and this option period is expected to be completed by November 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Impact Technologies LLC*, Rochester, N.Y., is being awarded an indefinite-delivery/indefinite-quantity contract not-to-exceed $9,960,000, for a Phase III Small Business Innovative Research (SBIR) effort under Topic N02-167 entitled "Intelligent Embedded Diagnostic System for Future Avionic Systems." The objective of the project is for the continued development of a "System of Systems" approach to effectively provide a continuous and active systems engineering feedback loop capability by integrating a diagnostic capability at the second or off-aircraft level of repair [(e.g. Marine Aviation Logistics Squadron (MALS)/Aircraft Intermediate Maintenance Department (AIMD)]. Work will be performed Rochester, N.Y. (96 percent); Patuxent River, Md. (1 percent); San Diego, Calif. (1 percent); Norfolk, Va. (1 percent); and Jacksonville, Fla. (1 percent), and is expected to be completed in November 2013. Contract funds in the amount of $1,257,361will expire at the end of the current fiscal year. This contract was competitively procured using SBIR program solicitation under Topic N02-167 and 20 offers were received. The Naval Air Systems Command, Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-09-D-0001).

BAE Systems Technologies, Inc., Rockville, Md., is being awarded a $10,803,087 modification to a previously awarded cost-plus-fixed-fee contract (N00421-07-C-0019) to exercise an option for engineering and technical products and services in support of the Naval Air Warfare Center Aircraft Division's Air Traffic Control and Landing Systems. The estimated level of effort for this option is 130,000 man-hours. Work will be performed at the Naval Air Warfare Center Aircraft Division, St. Inigoes, Md. (80 percent), San Diego, Calif. (10 percent), and various shipboard locations (10 percent), and is expected to be completed in November 2009. Contract funds in the amount of $750,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

Northrop Grumman Technical Services, Inc., Herndon, Va., is being awarded a $9,330,592 indefinite-delivery/indefinite-quantity, time and materials contract for an estimated 90,720 man-hours of engineering technical services for the maintenance of the E-2C airframe, the EA-6B airframe, and the Common Automated Test Equipment system, as required by the Naval Air Technical Data and Engineering Service Command (NATEC), San Diego, Calif. Work will be performed at the Naval Air Station (NAS) Whidbey Island, Wash. (28 percent); NAS Point Mugu, Calif. (28 percent); Naval Air Facility (NAF) Washington, D.C. (21percent);
Marine Corps Air Station (MCAS) Cherry Point, N.C. (16 percent); and NAS Norfolk, Va. (7 percent), and is expected to be completed in November 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-09-D-0003).

Red Tail Hawk Corp.*, Ithaca, N. Y., is being awarded a not-to-exceed $9,300,000 indefinite-delivery/indefinite-quantity contract for a Phase III Small Business Innovative Research (SBIR) Program under Topic N05-095, entitled "Talk Through Audio Technologies for
Navy Hearing Protection Devices." The contractor will provide research and development for a hearing protection system for the Department of Defense. This system will be used in high noise environments, such as on flight decks, and will provide the user with increased face-to-face communication intelligibility, improved situational awareness, and a system that will monitor daily noise exposure levels. Work will be performed in Ithaca, N.Y. and is expected to be completed in December 2013. Contract funds in the amount of $496,572 will expire at the end of the current fiscal year. This contract was competitively procured using SBIR Program Solicitation under Topic N05-095 and 20 offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-09-D-0005).

Coffman Specialties, Inc., San Diego, Calif., is being awarded $7,325,000 for firm-fixed price task order #0008 under a previously awarded multiple award construction contract (N68711-04-D-3036) for repair of the Section 300 Ramp, Phases 9 and 11, at Travis
Air Force Base. Work will be performed in Fairfield, Calif., and is expected to be completed by November 2009. Contract funds will expire at the end of the current fiscal year. Two proposals were received for this task order. The Resident Officer in Charge of Construction, Travis Air Force Base, Fairfield, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Qatar Fuel (WOQOD), Doha, Qatar, is being awarded a maximum $405,688,867 fixed price with economic price adjustment contract for gasoline and diesel fuel. Other locations of performance same. Using service is
Air Force. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is September 30, 2010. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-08-D-1033).

Bethel Industries, Inc.*,
Jersey City, N.J., is being awarded a maximum $21,467,505 firm fixed price, total set aside, indefinite quantity contract for Navy Task Force Working/Utility Uniform blouse and trousers. Other locations of performance are in New Jersey, Mississippi and Florida. Using service is Navy. This proposal was originally Web solicited with 15 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising first option period. The date of performance completion is November 29, 2010. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa.
(SPM1C1-08-D-1028).

Crowley Marine Services, Inc., Anchorage, Alaska, is being awarded a maximum $15,617,903 fixed price with economic price adjustment contract for fuel delivery. Other location of performance is Alaska. Using services are Army,
Air Force and Federal Civilian Agencies. There are an unknown number of proposals originally solicited with six responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is September 30, 2011. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va., (SP0600-08-D-1009).

SNC Telecommunication, LLC**, Comerio, Puerto Rico, is being awarded a maximum $14,968,000 firm fixed price, total set aside contract for duffel bags. Other location of performance is Cidra, Puerto Rico. Using services are Army,
Navy and Marine Corps. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is November 26, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-09-D-0014).

Golden Manufacturing Company, Inc.*, Golden, Miss., is being awarded a maximum $12,625,755 firm fixed price, total set aside, indefinite quantity contract for
Navy Task Force Working/Utility Uniform blouse and trousers. Other locations of performance are in Mississippi and Florida. Using service is Navy. This proposal was originally Web solicited with 17 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 3, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-08-D-1030).

Q.U.I.C.K., Inc.*, Florala, Ala., is being awarded a maximum $7,095,889 firm fixed price, total set aside, indefinite quantity contract for
Navy Task Force Working/Utility Uniform blouse and trousers. Other location of performance is in Taylorsville, Miss. Using service is Navy. This proposal was originally Web solicited with 17 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 3, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-08-D-1030).

Campbellsville Apparel Co. L.L.C.*, Campbellsville, Ky., is being awarded a maximum $5,700,000 firm fixed price, total set aside contract for men's navy blue undershirts. There are no other locations of performance. Using service is
Navy. This proposal was originally Gateway solicited with six responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is November 25, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-08-D-1026).

TXU Energy, Irving, Texas is being awarded a maximum $28,176,983 firm fixed price contract for electrical services. Other locations of performance NASA Johnson Space Center, Texas. Using services are Federal Civilian Agencies. There were originally 100 proposals solicited with nine responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is January 31, 2011. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va., (SP0600-09-D-8010).

Air Force

The
Air Force is awarding a firm-fixed contract to Lockheed Martin Corporation, Ft. Worth, Texas for an estimated amount, Not-to-Exceed $180,000,000. This action will provide for Advance Buy for four (4) Lot 10 F-22 Aircraft with an option for Advance Buy for 16 additional Lot 1- F-22 Aircraft. At this time, $49,000,000 has been obligated. 478 AESW/PK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8611-09-C-2900).

The
Air Force is awarding a Firm-Fixed-Price Contract to General Atomics Aeronautical Systems, San Diego, Calif. Not-to-Exceed $115,158,656. This effort is for 16 Global War on Terror, MQ-9 Reaper, Unmanned Aerial Vehicles. At this time $52,927,284 has been obligated. 703 AESG/SYK, Wright Patterson Air Force Base, is the contracting activity (FA8620-05-G-3028).

The
Air Force is modifying a Cost-Plus Award Fee contract with Lockheed Martin Space Systems Company, Sunnyvale, Calif. for $70,086,735. This contract modification will provide a one-year contract extension for on-orbit operations and support to the Milstar and Defense Satellite Communications System. At this time, $9,409,096 has been obligated. MILSATCOM Joint Program Contracting Office, El Segundo, Calif., is the contracting activity (FA8808-94-C-0012, Modification P00069).

The
Air Force is modifying a Cost-Plus Incentive Fee, Firm Fixed Price contract with Thales-Raytheon Systems Company, Fullerton, Calif. for $58,809,301. This contract will complete development of The Battle Control System Increment 3. At this time $10,369,997 has been obligated. ESC/PK, Hanscom Air Force Base, Mass. is the contracting activity (FA8722-05-C-0003, Modification P00029).

The Air Force is awarding a firm-fixed price contract to United Technologies Corporation, Pratt and Whitney, East Hartford, Conn. for an amount not to exceed $7,000,000. This action will provide for Advance Buy for eight Lot 10 F119-PW-100 engines. At this time, $1,000,000 has been obligated. 478 AESW/PK, Wright-Patterson
Air Force Base, Ohio is the contracting activity (FA8611-09-C-2901).

No comments: