Tuesday, November 04, 2008

MILITARY CONTRACTS November 4, 2008

Army

Oshkosh Corp., Oshkosh, Wis., was awarded on Oct. 31, 2008, a $1,266,601,398 requirements/contract/firm/fixed/price contract. The purchase of 2285 new heavy Expand Mobility Tactical Trucks (HEMTTA4) trucks, 768 HEMTT RECAP, an upgrade a lower model truck. Work will be performed in Oshkosh, Wis., with an estimated completion date of Sept. 30, 2012. One bid was solicited and one bid was received. TACOM, Warren, Mich., is the contracting activity (W56HZV-09-D-0024).

AAI Corp., Hunt Valley, Md., was awarded on Nov 1, 2008, a $135,049,801 cost plus/incentive/fee contract for Shadow unmanned aerial vehicle system, and performance based logistics. Work will be performed in Hunt Valley, Md., with an estimated completion date of Oct. 31, 2009. One bid was solicited and one bid was received. U.S.
Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0016).

AM General LLC, South Bend, Ind., was awarded on Oct. 31, 2008, a $100,447,177 firm/fixed/price contract for added 853 EA High Mobility Multi-Purpose Wheeled Vehicles to contract. Work will be performed in Mishawaka, Ind., 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).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded on Oct. 31, 2008, a $58,340,939 cost/plus/fixed/price contract for engineering service for Saudi Arabian government update to convert the M1A2 Abrams tank into Saudi, M1A2S configuration. Work will be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 31, 2010. One bid was solicited and one bid was received. TACOM, Warren, Mich., is the contracting activity (W56HZV-09-C-0095).

Northrop Grumman Mission Systems,
Huntsville, Ala., was awarded on Oct. 30, 2008, a $50,999,999 firm/fixed/price and cost/plus/fixed/fee task orders contract. The statement of works calls for the contractor to support the FAAD C2/C-RAM program in the systems architecture design and analysis, systems software interface support, design/system engineering, system integration, and system fielding. Work will be performed in Iraq, with an estimated completion date of July 31, 2009. One bid was solicited and one bid was received. US Army Contracting Command Aviation & Missile Command Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-D-0029).

L-3 Communication Combat Propulsion Systems, Muskegon, Mich., was awarded on Oct. 31, 2008, a $26,000,000 firm/fixed/price contract for remanufacture of hydro mechanical power transmission. Work will be performed in Muskegon, Mich., Huddersfield, and Yorkshire, United Kingdom, with an estimated completion date of Nov. 30, 2009. One bid was solicited and one bid was received. TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-09-C-0098).

South Carolina Commission for the Blind, Columbia, S.C., was awarded on
Oct. 31, 2008, a $9,266,299 cost/plus/award/fee/contract for contractor to provides food services post-wide for 13 dining facilities for soldiers at Fort Jackson, S.C. Work will be performed in Fort Jackson, S.C., with an estimated completion date of Jan. 31, 2009. Two bids were solicited and two bids were received. Department of the
Army Mission & Missile Contracting Command, Fort Jackson, S.C., is the contracting activity (DABT47-02-C-0003).

Raytheon Co., Andover, Mass., was awarded on Oct. 31, 2008, a $8,456,490 firm/fee/contract for. Work will be performed in Andover, Mass., with an estimated completion date of Nov. 21, 2010. One bid was solicited and one bid was received. Letterkenny
Army Depot, Chambersburg, Pa., is the contracting activity (W911N2-08-C-0042).

Air Force

Aerospace Corp., of El Segundo, Calif., is being awarded a cost plus fixed fee contract for $797,107,900. This action will provide acquisition of scientific, engineering, and technical support for the federally funded Research and Development Center (Aerospace Corp.) which supports the
Air Force and other Department of Defense programs. $27,923,400 has been obligated. Los Angeles AFB, Calif., is the contracting activity. F08802-09-C-0001.

Lockheed Martin Corp., of Littleton, Colo., is being awarded a firm fixed price contract modification not to exceed $145,600,000. The purpose of this Undefinitized Contract Action (UCA) is to provide launch services and hardware coverage for the AFSPC-2 mission and to protect the current launch schedule under the Evolved Expendable Launch Services contract. This UCA will cover the launch service booster, flight hardware mission unique, and solid rocket booster nozzle portions of the AFSPC-2 mission. The contract has a required minimum lead time of 24 months to build and deliver a launch vehicle. Delay of this action will adversely impact the launch impact the launch manifest for a critical national security AFSPC mission and the contractor's ability to meet its lead time requirements. $72,800,000 has been obligated.
Los Angeles AFB, Calif., is the contracting activity. FA8816-06-C-0004, modification P00012.

ITT Corp., of Patrick AFB, FL is being awarded a cost-plus award fee; cost-reimbursable contract modification for $66,961,335. This modification provides for the unilateral exercise incremental funding of contract year (Nov. 1, 2008 thru Oct. 31, 2009) sustainment option contract line item numbers for the Space Lift Range System contract. The action provides for the continued support for the program management, interface management, systems engineering and integration, depot maintenance transition, product acquisitions and modifications, and instrument modernization for operational systems and infrastructure including instrumentation, network and control display. $8,748,182 has been obligated. Peterson AFB, Colo., is the contracting activity. F04701-01-C-0001, Modification P00522.

General Dynamics Information
Technology of Fairfax, Va., is being awarded a fixed-price incentive firm target contract for $42,316,801. The uni-comm contract provides score communications and Information Technology services to AFSPC locations; it also provides remote/IT services in support of AFNET Ops at Air Education and Training Command (AETC), Air Force Space Command, Air Mobility Command, Air National Guard and Pacific Air Force locations. The Uni-Comm contract also provides land mobile radio zone controller services that support non-AFSPC owned locations, including locations not under the Department of Defense (DOD). $42,316,801 has been obligated. Schriever AFB, Colo., is the contracting activity. FA2550-09-C-8001.

Lockheed Martin Corp., of Lockheed Martin Space System Company, Colo., is being awarded a cost plus award fee contract modification not to exceed $27,500,000. This purpose of this undefinitized contract action (UCA) is to provide launch services and hardware coverage for the AFSPC-2 mission and to protect the current launch schedule under the Evolved Expendable Launch Capabilities (ELC) contract. This UCA will cover the Atlas V geo-synchronous orbit and the ELC mission unique portions of the AFSPC-2 mission. The contract has a required minimum lead time of 24 months to build and deliver a launch vehicle. Delay of this action will adversely impact the launch manifest for a critical national security AFSPC mission and the contractor's ability to meet its lead time requirements. $13,750,000 has been obligated.
Los Angeles AFB, Calif., is the contracting activity. FA8816-06-C-0002, Modification P00121.

The
Air Force is modifying a firm fixed price contract with McDonnell Douglas Corp., A Wholly Owned Subsidiary of the Boeing Company, of St. Louis, Mo., for not to exceed $14,550,000. This action will provide for FY08 T-38C avionics upgrade program (AUP) post production support. This effort continues Air Education and Training Command (AETC) T-38C Training System operations such as providing continuing avionics block updates and sustaining Avionics Upgrade Program (AUP) engineering development capability. At this time $1,833,000 has been obligated. 663 AESS/SYKA, Wright-Patterson AFB, Ohio (FA8617-04-C-6153, Modification Number P00130).

Gulfstream Aerospace Corp., of Savannah, Ga., is being awarded a firm fixed price contract modification for $10,018,588. This contract modification provides for continued fleet maintenance support for nine Gulfstream aircraft owned by the Egyptian government. This contract action is exercising option period 1 of 6. $10,018,588.99 has been obligated. Tinker AFB, Okla., is the contracting activity. FA8106-08-C-0001, modification P0001.

SELEX sensors and Airborne Systems Electro-Optics (Overseas) Limited of Basildon, United Kingdom, is being awarded a cost plus award fee and cost plus fixed fee contract modification for $6,590,620. The action will provide 1 Lot contractor logistics support, 1 Lot over and above, contractor acquired property and contractor furnished material, 1 Lot award fee and 1 Lot data for the all low light television system applicable to the AC-130U gunship. $6,590,620 has been obligated. Robins AFB, Ga., is the contracting activity. F33657-95-C-0072 Modification P00093.

Northrop Grumman Systems Corp., of El Segundo, Calif., is being awarded a cost reimbursement with award fee contract modification for $5,822,000. This action provides for Joint Stars modernization risk reduction effort to study feasibility of a multi-platform radar
Technology insertion radar onto the JSTARS platform. $5,822,000 has been obligated. Hanscom AFB, Mass., is the contracting activity. F19629-00-C-0100 Modification P00153.

Northrop Grumman Systems Corp., Electronic Systems, Defensive Systems Division of Rolling Meadows, IL., is being awarded a firm fixed price contract for $5,514,206. This action is for production phase of the Next Generation Missile Warning System (NexGen MWS). The purpose of NexGen MWS is to improve the existing large aircraft infrared countermeasure system's probability of declaring threat missiles and to increase probability of detection in high clutter environments. The contract will include system engineering and program management, travel, logistics, studies and analysis, options for field services representatives and interim contractor support. $4,791,890 has been obligated. Wright-Patterson AFB is the contracting activity. FA8625-09-C-6454.

NAVY

RDA, Inc.,* Doylestown, Pa. is being awarded a $9,866,295 cost-plus-fixed-fee contract for a Phase III Small Business Innovative Research (SBIR) program under Topic No. N98-035 entitled "Signal Processing and System Concepts to Exploit Passive Signals in Airborne Active ASW Missions." The primary objective of this project is to provide advanced
Technology products in the field of undersea warfare research and development and to transition this Technology to the anti-submarine warfare fleet. Work will be performed in Doylestown, Pa. (50 percent); Warrentown, Va. (40 percent), Patuxent River, Md. (5 percent), and at various testing locations across the United States (5 percent), and is expected to be completed in November 2010. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This SBIR Phase III contract was competitively procured using SBIR Program Solicitation under Topic N98-035 and 13 offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-09-C-0048).

Canadian Commercial Corporation, General Dynamics Land Systems - Canada, is being awarded a $9,832,001 firm fixed priced modification to delivery order #0004 under contract (M67854-07-D-5028) for the purchase of prescribed load list parts to support 673 vehicles. Work will be performed in Durban, South Africa, and work is expected to be completed no later than July 6, 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.

P&S Construction, Inc., Lowell, Mass., is being awarded a $6,857,000 firm-fixed price contract for design and construction of a reserve naval mobile construction battalion building. The work to be performed provides for the following components; maintenance shop, supply/logistics, material storage, woodworking shop, classrooms, medical, operations office, quarterdeck, administrative offices, training offices, material logistics office, and an armory for storing small arms and ammunition. Work will be performed in Chicopee, Mass., and is expected to be completed by May 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured/negotiated via the
Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Va. is the contracting activity (N40085-09-C-7017).

L3 Communications Titan Corp., San Diego, Calif., is being awarded a $5,617,177 modification on a previously awarded firm-fixed-price contract (N00019-07-C-0071), to exercise an option for the Phase II study and analysis to develop innovative solutions to be used in mission requirements for the Affordable Weapons System. This weapon system is being designed to fill a sea-based land attack and strike mission, to operate from ships, with potential for a sea-based
Navy and Marine Corps aircraft launch capability. Work will be performed in San Diego, Calif., and is expected to be completed in November 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.

No comments: