Friday, December 12, 2008

MILITARY CONTRACTS December 12, 2008

Navy

General Dynamics, National Steel and Shipbuilding Company, San Diego, Calif., is being awarded a $940,378,173 modification to previously awarded contract (N00024-02-C-2300) for two construction options (T-AKE 11 and T-AKE 12) which includes design and construction; technical manuals; special studies, analyses, and reviews; engineering and industrial services; and data and two options for Long Lead Time Material for T-AKE 13 and T-AKE 14. T-AKE is a new Combat Logistics Force Underway Replenishment Naval vessel intended to replace the current capability of the Kilauea-Class (T-AE 26) Ammunition Ship, Mars-Class (T-AFS 1) Combat Stores Ships, and when operating in concert with a Henry J. Kaiser-Class (T-AO 187) Oiler ship, the Sacramento-Class (AOE 1) Fast Combat Support Ship. As an auxiliary support ship, T-AKE will directly contribute to the ability of the
Navy to maintain a forward presence. Work will be performed in San Diego, Calif., and is expected to be completed by Feb. 2012 for T-AKE 11, Jan. 2013 for T-AKE 12, Dec. 2013 for T-AKE 13 and Nov. 2014 for T-AKE 14. Contract funds will not expireat the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Maritime Systems and Sensors, Manassas, Va., is being awarded a $38,258,994 modification to previously awarded contract (N00024-04-C-6207) for engineering services in support of the Acoustic – Rapid Commercial off The Shelf (A-RCI) program. The 550,000 additional engineering services hours will be used to complete the current BSY-2, Wrap Around Antenna (WAA), Va., Class sonar, Integrated Warfare Systems 5A projects/arrays, and TacLAN tasking. Work will be performed in Manassas, Va., (90 percent) and Syracuse, N.Y., (10 percent) and is expected to be completed by June 2009. This contract was not competitively procured. Contract funds will not expire at the current fiscal year. The Naval Sea Systems Command is the contracting activity.

Electric Boat Corp., Groton, Conn. is being awarded a $16,776,604 cost-plus-fixed-fee material order for the procurement of vendor services to support Electric Boat's redesign effort of the Common Weapons Launcher (CWL), including the engineering support and the Engineering Development Model (EDM) hardware. The Material Order also includes efforts for the continued development of the CWL for use with SSN 784 VPT, development of interface documents, and defining changes to support both interfaces to the Weapon Control and Payload Tube Control Panel. This order is the vehicle by which the
Navy plans to fund the Block III Common Weapon Launcher design, and includes the total scope associated with the vendor portion of the inboard electronics design as well as the scope required for in-house (Electric Boat) tasks. Work will be performed in Manassas, Va., and is expected to be completed by 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Supervisor of Shipbuilding Conversion and Repair, Groton Conn. is the contracting activity (N00024-09-C-2101).

Raytheon Missile Systems,
Tucson, Ariz., is being awarded a $15,633,300 cost-plus-fixed-fee modification to a previously awarded firm-fixed-price contract (N00019-07-C-0008) for Fiscal Year 2009 technical support of AIM-9X missiles for the U.S. Navy and U.S. Air Force. Work will be performed in Tucson, Ariz., (90 percent); Eglin, Fla., (5 percent), and China Lake, Calif., (5 percent), and is expected to be completed in Nov. 2009. Contract funds in the amount of $2,052,348 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy, ($10,117,800; 65 precent) and the U.S. Air Force, ($5,515,500; 35 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Missile Systems,
Tucson, Ariz., is being awarded a $15,410,000 cost-plus-fixed-fee modification to a previously awarded firm-fixed-price contract (N00019-07-C-0008) for 12 months of AIM-9X Sidewinder (Block II) Missile Obsolescence Support for the U.S. Navy and U.S. Air Force. Work will be performed in Tucson, Ariz., (90 percent) and China Lake, Calif., (10 percent) and is expected to be completed in Nov. 2009. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($9,043,095; 59 percent) and the U.S. Air Force ($6,366,905; 41 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Maritime Systems and Sensors (LM MS2), Moorestown, N.J., is being awarded a $15,334,926 modification to previously awarded contract (N00024-98-C-5197) for Aegis Cruiser Modernization efforts for the USS Bunker Hill (CG 52). Services include providing the material, equipment, supplies and technical engineering required to define, design, develop, integrate, test and deliver AEGIS baseline computer programs for Aegis Combat System Upgrades, which may be further clarified by written technical instructions. The Contractor shall provide system engineering support to evaluate all problems for their effect on the AEGIS Weapon System, propose solutions to each problem, and identify changes required to all specifications. This particular modification is for the completion of the ongoing availability of the ship. Work will be performed in Moorestown, N.J., and is expected to be completed by Mar. 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.

McDonnell Douglas Corp., St. Louis, Mo., is being awarded a $12,861,283 cost plus fixed fee delivery order #0007 under previously awarded contract (N00383-07-G-005H) for avionics repair facility support, which provides repair for various F/A-18 aircraft components. This announcement includes purchases for the Governments of Spain, Malaysia, and Kuwait (less than 1 percent each) under the Foreign
Military Sale Program. Work will be performed in Lemoore, Calif., (57 percent); Cecil Field, Fla., (40 percent); and Philadelphia, Pa., (3 percent), and work is expected to be completed by Sept. 2009. 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.

Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded an $11,836,390 modification to previously awarded contract (N00024-06-C-5422) for the FY09 option requirements of the NATO SEASPARROW Program Office. The FY09 requirements are to provide two CVN 71 MK29 MOD 4 Evolved SEASPARROW Missile (ESSM) ORDALT Kits, four CVN 71 MK73 MOD 3 Solid State Transmitter (SSTX) ORDALT Kits and two LHD Class MK29 MOD 4 ESSM ORDALT Kits. This modification to support the NATO SEASPARROW Program Office (NSPO) is a follow-on effort, which was previously performed under contract N00024-02-C-5421. The NATO SEASPARROW consortium, which includes the United States and 12 other countries, will fund all of the effort under this modification. Work will be performed in Portsmouth, R.I., and is expected to be completed by Oct. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Concurrent Technologies Corp., Johnstown, Pa., is being awarded a $10,000,000 ceiling-priced contract for the design, fabrication, installation, and test of the
Navy MH-60S Helicopter Aircrew Carriage Stream, Tow, and Recovery System Trainer (CSTRS-T) to be located at the Naval Station Norfolk, Va. The CSTRS-T will simulate a Navy MH-60S Helicopter with high fidelity interior to conduct CSTRS operations for Helicopter Sea Combat Fleet Replacement Squadrons (FRS) and post-FRS aircrew training. The CSTRS-T will support training for the CSTRS winch operator skill acquisition and refresher training on normal, emergency, and degraded procedures. Work will be performed in Johnston, Pa., and is expected to be completed in December 2011. Contract funds in the amount of $9,191,884 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61339-09-C-0009).

Broadmoor, L.L.C., Metairie, La., is being awarded $8,000,000 for firm fixed price task order #0002 under a previously awarded multiple award construction contract (N62467-05-D-0096) for design and construction of Calibration Laboratory at Naval Air Station JRB New Orleans. The work to be performed includes the design, layout, and construction of a new facility housing clean rooms, a calibration laboratory, offices, and warehousing space. Existing laboratory equipment including test benches and collateral equipment will be relocated from the existing calibration laboratory suites to the new facility once completed. The contractor shall provide turnkey operations for all design, 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 New Orleans, La., and is expected to be completed by Jun. 2010. Contract funds will not expire at the end of the fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Southeast, Jacksonville, Fla., is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $7,986,087 modification to previously awarded contract (N00024-08-C-5122) to exercise options for Ship Self Defense System (SSDS) FY09 MK 1
Technology Refresh Support Services; FY09 Pre/Post Certification/Life Cycle Maintenance Support Services; FY09 Engineering Change/Field Change Kits, Commercial Off the Shelf Obsolescence Engineering and Diminishing Manufacturing Sources and Material Shortages. In the course of this effort, Raytheon IDS will be responsible for the integration of complex war-fighting improvements – including components associated with the Dual Band Radar (DBR) and Rolling Airframe Missile (RAM) Block 2 – into the modular SSDS. Raytheon IDS will integrate, test and provide certification support for the government-furnished equipment/government-furnished information required for the CVN/Amphibious ship combat system. Work will be performed in San Diego, Calif., (90 percent); Tewksbury, Mass., (2.5 percent); Portsmouth, R.I., (2.5 percent); St. Petersburg, Fla., (2.5 percent); and Tucson, Ariz., (2.5 percent), 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.

Rolls Royce Corp.,
Indianapolis, Ind., is being awarded a $6,042,666 modification to a previously awarded indefinite delivery, indefinite quantity contract (N00019-03-D-0002) for the procurement of two AE2100D3 turboprop engines for the U.S. Marine Corps KC-130J aircraft. Work will be performed in Indianapolis, Ind., and is expected to be completed in July 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.

DEFENSE LOGISTICS AGENCY

LB&B Associates, Inc., Columbia, Md., is being awarded a minimum $18,755,149 firm fixed price contract to support government-owned, contractor operated fuel services. Other locations of performance are Calif., and Texas regions. Using service is
Navy. The original proposals were solicited in a full and open competition with four responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Dec. 31, 2016. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va., (Sp0600-09-C-5900).

Agility Defense & Government Services Inc., Alexandria, Va., is being awarded a maximum $55,688,166 firm fixed price, indefinite quantity contract for establishment of total supply chain management, customer direct initiative to support replenishment parts and industrial hardware. Other locations of performance are Pennsylvania and Customer Direct – Worldwide. Using services are
Army, Navy, Air Force and Marine Corps. There were originally 5 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. This contract has a base period of four years with two, two-year option periods. The date of performance completion is Fiscal Year 2012. The contracting activity is the Defense Supply Center Columbus (DSCC), Columbus, Ohio (SPM7LX-09-D-9004).

Coastal Pacific Food Distributors,
Stockton, Calif.*, is being awarded a maximum $45,000,000 fixed price with economic price adjustment contract for full line food distribution. Other location of performance is Stockton, California. Using services are Army, Navy, Air Force and Marine Corps. 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 Mar. 16, 2010. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM300-09-D-3280).

Special T. hosiery Mills, Inc., Burlington, N.C.*, is being awarded a maximum $7,092,000 firm fixed price, total set aside contract for
Army, antimicrobial socks and boots. There are no other locations of performance. Using services are Army and Navy. There were originally 25 proposals solicited with 16 responses. Contract funds will not expire at the end of the current fiscal year. This action is exercising the fourth option year period. The date of performance completion is Dec. 11, 2009. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SP0100-05-D-0386).

General Electric Transportation Aircraft Engines, Lynn, Mass., is being awarded a maximum $6,376,123 firm fixed price, sole source, requirements type contract for engine parts. There are no other locations of performance. Using services are
Army, Navy, Air Force and Marine Corps. There was 1 proposal originally solicited with one response. Contract funds will expire at the end of the current fiscal year. This contract is for ten years with a two-year base and four two-year options. The date of performance completion is Mar. 31, 2009. The contracting activity is the Defense Supply Center Richmond (DSCR), Richmond, Va., (SPM400-00-D-9403).

Air Force

The
Air Force is modifying a time and materials contract to Call Henry, Incorporated, Titusville, Fla., for $9,836,338. This contract action is to exercise Option IV of the basic contract. At this time, $1,540,000 has been obligated. 88 CONS/PKBA, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8601-05-D-0002, Modification P00008).

No comments: