Saturday, November 01, 2008

MILITARY CONTRACTS October 31, 2008

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co.,
Arizona, is being awarded a $441,900,000 (maximum) indefinite-delivery, indefinite-quantity contract for development and test of the Ballistic Missile Defense System Multiple Kill Vehicle Payload System. Work will be performed in Tucson, Arizona and is expected to be complete by December 2011. 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, Ala., is the contracting activity (HQ0147-09-D-0001). The contract will be incrementally funded. The Task Order 0001 negotiated value is $54,013,313 with a period of performance of 1 Nov. 2008 through 1 Nov. 2009. We anticipate funding approximately $24,000,000 at time of award. Both FY09 and FY10 research, development, test and evaluation funds will be used.

NAVY

BAE Systems
Technology Solutions and Services, Rockville, Md., is being awarded a $55,000,000 modification to a previously awarded indefinite-delivery/ indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical and manufacturing to support aging aircraft. Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), and is expected to be completed in September 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.

Lockheed Martin Corp., Maritime Systems & Sensors, Baltimore, Md., is being awarded a $37,500,000 Basic Ordering Agreement for Post-Shakedown Availability (PSA) on the Littoral Combat Ship, USS Freedom (LCS-1). The orders to be issued will encompass services which support the total PSA effort which include, but are not limited to program management, advance planning, engineering, material kitting, liaison, scheduling and participation in PSA planning conferences and design reviews, and preparation of documentation as required by the Contract Data Requirement List. The orders will also encompass material and labor to perform the PSA for LCS 1, all testing, including post repair trials required to verify the accuracy and completion of all shipyard industrial work, non-standard equipment when approved, and technical manuals for non-standard equipment. Work will be performed in San Diego, Calif. (53 percent) and Norfolk, Va. (47 percent), and is expected to be completed by January 2011. 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, D.C., is the contracting activity (N00024-09-G-2300).

Walton Construction Co., LLC, Harahan, La., is being awarded a $34,020,000 modification under a previously awarded firm-fixed price contract (N69450-08-C-1759) to exercise an option which provides for the design and construction of two barracks at the
Marine Corps Recruit Depot Parris Island, South Carolina. The total contract amount after exercise of this option will be $59,280,000. Work will be performed at the Marine Corps Recruit Depot Parris Island, S.C., and is expected to be completed by Nov. 2010. 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.

LTM, Inc.*, Havelock, N.C., is being awarded a $25,345,721 ceiling priced modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-01-D-0101) to exercise an option for approximately 353,600 hours of maintenance planning and design interface technical/management support services for the Fleet Readiness Center(FRC) East, Cherry Point, N.C. These services include evaluating initial designs and proposed design changes, maintenance planning, and sustaining maintenance plans. Work will be performed at FRC East, Cherry Point, N.C. (99 percent), and at various locations across the United States (1 percent), and is expected to be completed in October 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Lejeune Support Services, LLC, Sterling, Va., is being awarded $14,047,049 under a previously awarded firm-fixed-price, indefinite-deliver/indefinite-quantity contract (N62470-05-D-4192) to exercise option year four for facilities maintenance and repair and heavy equipment repair at
Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, Jacksonville, N.C. The work to be performed includes all labor, materials, tools, equipment, supervision, technical expertise, transportation and management necessary to operate, maintain, and repair the facilities, roads, grounds, equipment, and utilities and perform other specialized functions, such as locksmith services, machinery, sign fabrication, etc. After exercise of this option, the total cumulative contract amount will be $75,704,122. Work will be performed in Jacksonville, N.C., and work is expected to be completed Oct. 31, 2009. Contract funds will expire at the end of the current fiscal year. The solicitation was available for full and open competition, and three proposals were received. Award was made to Lejeune Support Services, LLC on Jan. 26, 2005. The Officer in Charge of Construction, Marine Corps Installations East, is the administering contracting activity.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $5,841,577 order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for near and long term requirements to continue the analysis required for an efficient and orderly shutdown of the T-45 production line transition Phase II and the associated post-production support efforts for the T-45 A/C aircraft series. Work will be performed in St. Louis, Mo. (77 percent) and Warton, Lancashire, UK (23 percent), and is expected to be completed in March 2010. Contract funds in the amount of $1,653,085 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

DEFENSE LOGISTICS AGENCY

Turbo Combustor
Technology, Inc., Stuart, Fla.* is being awarded a maximum $10,640,000 firm fixed price, total set-aside contract for aircraft engine platform equipment. There are no other locations of performance. Using service is Air Force. There were originally three proposals solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is November 30, 2009. The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPM4A7-09-C-0003).

ARMY

AeroVironment Incorporated, Sun Valley, Calif., was awarded Oct. 30, 2008, a $5,810,622 firm/fixed/price contract. This effort is to procure research, development, test & evaluation digital data link effort for the Raven RQ-11B unmanned aircraft System. Work will be performed in Simi Valley, Calif., with an estimated completion date of Jan. 31, 2011. One bid was solicited and one bid was received. US
Army Contracting Command Aviation & Missile Command/AMSCC/AMC/ARA, is the contracting activity (W58RGZ-05-C-0338).

No comments: