Tuesday, December 23, 2008

MILITARY CONTRACTS December 23, 2008

Navy

Oshkosh Corporation, Oshkosh, Wis., is being awarded a $176,328,868 fixed price delivery order #0025 under a previously awarded indefinite delivery, indefinite quantity contract (M67854-06-D-5028). This delivery order is exercise priced options for the purchase of 400 each Logistic Vehicle System Replacement (LVSR) production cargo vehicle, 17 each LVSR Low Rate Initial Production (LRIP) 5TH Wheel Vehicles, 11 each LVSR LRIP Wrecker Vehicles, 275 production weapons mount kits, 110 engine arctic kits, and 171 add-on armor kits. Work will be performed in Oshkosh, Wis., and work for this delivery order is expected to be completed by May 31, 2010. Contract funds will not expire at the end of the current fiscal year. The
Marine Corps System Command, Quantico, Va., is the contracting activity.

Electric Boat Corporation, Groton, Conn. is being awarded a $75,654,118 cost plus fixed fee contract for engineering, technical services, concept studies, and design of a Common Missile Compartment (CMC) for the United Kingdom Successor SSBN and the Ohio Replacement SSBN. This contract includes options which, if exercised, would bring the cumulative value of this contract to $591,826,822. This contract involves Foreign
Military Sales to the United Kingdom (100 percent). Work will be performed in Groton, Conn. (92 percent), Newport News, Va. (4 percent), Quonset, R.I. (3 percent), Newport, R.I. (1 percent), and is expected to be completed by December 2009 for the base contract and December 2013 if all options are exercised. 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-C-2100).

Alliant Techsystems, Mission Systems Group, Advanced Weapons Div., Woodland Hills, Calif., is being awarded a fixed price incentive fee contract with a not-to-exceed value of $55,147,226 for the low rate initial production of AGM-88E Advanced Anti-Radiation Guided Missiles (AARGMs), to include conversion of U.S. Government-provided AGM-88B High-Speed Anti-Radiation Missiles (HARMs) into 27 AGM-88E AARGM All-Up-Round (AUR)/Captive Air Training (CATM) missile systems. In addition, this contract provides for related supplies and services required for manufacture, sparing, and fleet deployment. Work will be performed in Woodland Hills, Calif. (87.5 percent); Rocket Center, W.V. (11 percent); and
Clearwater, Fla. (1.5 percent), and is expected to be completed in March 2011. 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 (N00019-09-C-0026).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded an undefinitized contract action with a ceiling price of $50,300,000 for the procurement of time critical parts (TCP) for 22 Full Rate Production (FRP) Airborne Electronic Attack systems planned for insertion into 22 Lot 33 EA-18G airframes. Work will be performed in St. Louis, Mo., and is expected to be completed in May 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0086).

Lockheed Martin Systems Integration-Owego, Owego, N.Y., is being awarded a $45,113,334 modification to a previously awarded firm fixed price multi-year contract (N00019-06-C-0098) to provide for end of life components and FY10 long lead material and associated efforts required for the production and delivery of MH-60S Lot XII and MH-60R Lot VIII Common Cockpit kits. Work will be performed in Owego, N.Y. and is expected to be completed in December 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.

Sikorsky Support Services, Inc., Stratford, Conn., is being awarded a $38,477,022 firm fixed price contract for organizational, selected intermediate, and limited depot-level maintenance for 44 F-5 aircraft operated by the Adversary Squadrons based at Naval Air Station (NAS) Key West, Fla.; NAS, Fallon, Nev.; and
Marine Corps Air Station, Yuma, Ariz. Work will be performed in Key West, Fla. (40 percent); Fallon, Nev. (30 percent); and Yuma, Ariz. (30 percent), and is expected to be completed in December 2009. This contract was competitively procured via an electronic request for proposals; two offer was received. Contract funds in the amount of $38,477,022 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-09-C-0024).

EADS North America Test and Services,
Irvine, Calif., is being awarded a $29,766,000 firm fixed price contract for 2 pilot production Shaft Engine Test Instrumentation (SETI) units, 19 production SETI units, test program sets (T700 and T64) and associated technical documentation which include site survey, installation control drawings, reports, etc. Work will be performed in Austin, Texas, and is expected to be completed in December 2013. Contract funds in the amount of $2,900,000 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-09-C-0110).

McDonnell Douglas Corp. a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $21,221,503 firm fixed price, cost plus fixed fee modification to a previously awarded delivery order contract (N00383-06-D-001J) for integrated logistics support (engineering and logistics at all levels) and equipment in support of the EA-18G aircraft. Work will be performed in Bethpage, N.Y. (60 percent) and St. Louis, Mo. (40 percent), and is expected to be completed in December 2010. Contract funds in the amount of $7,237,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $19,944,479 cost plus fixed fee order against a previously issued basic ordering agreement (N00019-05-G-0026) for engineering efforts in support of F/A-18E/F and EA-18G aircraft. Work will be performed in Patuxent River, Md., 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 Systems Command, Patuxent River, Md., is the contracting activity.

Critical Solutions International, Inc. Dallas, Texas, is being awarded an $18,000,000 firm fixed price, indefinite delivery, indefinite quantity contract with a maximum ordering quantity of four Spare Parts Blocks and one Lot of individual spare parts for the Vehicle Mounted Mine Detector (VMMD) System. The initial delivery order is for four Spare Parts Blocks valued at $16,544,564. Work will be performed in Dallas, Texas, and is expected to be complete by Dec. 22, 2010. Contract funds will not expire by the end of the current fiscal year. This contract is a sole source award to Critical Solutions International, Inc. for production of Spares Parts Blocks and Individual Spare Parts in support of the VMMD systems currently in theatre. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-09-D-5029).

Raytheon Integrated Defense Systems, San Diego, Calif., is being awarded a $14,909,781 fixed price contract for three FY09 Ship Self Defense System (SSDS) MK2 Open Architecture Computing Environment (OACE) kits to support CVN/Amphibious ship modernization efforts. The SSDS MK2 OACE kits include cabinets, processors, converters, network devices and interface units. The equipment sets consolidate the computing and interface requirements for the SSDS Ship Class variants. The FY09 kits will be installed on LPD 18, Self Defense Test Ship (SDTS) and CVN 69. Work will be performed in San Diego, Calif. (50 percent) and Portsmouth, R.I. (50 percent). Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command is the Contracting Activity (N00024-09-C-5100).

Oceaneering International, Inc., Chesapeake, Va., is being awarded a $12,409,651 firm fixed price, cost plus fixed fee modification to previously awarded contract N00024-06-C-6269 to provide general and administrative, engineering, and technical support for field change development and installation for the dry deck shelter (DDS). This contract modification will augment and supplement internal capabilities and provide for fleet-funded maintenance of DDS assets and procure material to support the alteration, modernization, and fit-up of DDS Program assets. Work will be performed in Chesapeake, Va. and is expected to be complete by September 2009. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded a $12,055,007 modification to previously awarded contract (M67854-02-C-2052) to incorporate Engineering Changes that will bring 318 Combat Operations Centers (COC) Systems to the current level of configuration for the COC Program. Work will be performed in Scottsdale, Ariz., and is expected to be completed by August 2009. Contract funds will not expire at the end of the current fiscal year. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Sherlock, Smith and Adams, Inc., Montgomery, Ala., is being awarded a $9,795,558 modification to firm fixed task order #0003. The work to be performed provides for all design and engineering services for FY09 Defense TRICARE Management Activity
Military Construction Project 55918, Hospital Replacement, Guam Naval Hospital, Guam, to develop design documents for construction of a hospital including inpatient medical/surgical, labor and delivery care, acute/intensive care units, outpatient primary and specialty care clinics, emergency medicine, support functions, and medical logistics. After award of this modification, the total cumulative task order value will be $15,020,301. Work will be performed in Guam, and is expected to be completed by January 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (contract number N62742-01-D-0023).

This contract was awarded on December 22
Raydon Corporation*, Daytona Beach, Fla. is being awarded a $46,279,898 cost plus fixed fee, indefinite delivery, indefinite quantity, service type contract to provide system training through the development, modification, manufacturing, installation and site support, testing, training services, contractor maintenance and program management support for ground system trainers. Work will be performed at Daytona Beach, Fla. and is expected to be completed by December 2010. Contract funds in the amount of $36,813,736 will expire at the end of the current fiscal year. This contract was competitively procured with two offers received via NECO (
Navy Electronic Commerce Online). The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md. is the contracting activity (N00174-09-D-0006)

This contract was awarded on December22
Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $29,787,397 modification to a previously awarded indefinite delivery, indefinite quantity multiple award contract to exercise an option for continued E-2/C-2 planning, program, and financial services in support of the U.S.
Navy and the Governments of France, Taiwan, Egypt, Japan, Singapore, and Canada under the Foreign Military Sales Program. Work will be performed in Patuxent River, Md., and is expected to be completed in December 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 (N00421-03-D-0015).

This contract was awarded on December22
Bearing Point, Inc., Lexington Park, Md., is being awarded a $27,259,500 modification to a previously awarded indefinite delivery, indefinite quantity multiple award contract (N00421-03-D-0014) to exercise an option for continued E-2/C-2 planning, program, and financial services in support of the U.S.
Navy and the Governments of France, Taiwan, Egypt, Japan, Singapore, and Canada under the Foreign Military Sales Program. Work will be performed in Patuxent River, Md., and is expected to be completed in December 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 (N00421-03-D-0014).

This contract was awarded on December22
BAE Systems (BAE), Minneapolis, Minn. is being awarded a $22,988,433 modification to exercise an option under previously awarded contract for Advanced Gun System (AGS) Class Common Services. Work will be performed in Cordova, Ala. (32%), Minneapolis, Minn. (25%),
Louisville, Ky. (23%) and Burlington, Vt. (20%) and is expected to be completed by September 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 (N00024-05-C-5117).

This contract was awarded on December22
Maritime Helicopter Support Company, 2510 Hunter Place, Suites 201 and 202, Woodbridge, Va. 22192-3932, is being awarded a firm fixed price, definite delivery definite quantity contract in the amount of $16,507,463 for repair, repair management and Commercial Asset Visibility reporting of H-60 aircraft weapons replaceable assemblies and system replaceable assemblies. This contract contains a base period with two option periods, which if exercised, bring the total value of the contract to $49,522,390. Work is to be completed by June 2009. Work will be performed at Stratford, Conn. (60 percent); and Owego, N.Y. (40 percent). Funding is provided by
Navy Working Capital Funds (NWCF) BP85. Contract funds will not expire before the end of the current fiscal year. This announcement does not include a foreign Military sale. This contract was not awarded competitively. One company was solicited and one offer was received. The Naval Inventory Control Point is the contracting activity (N00383-09-C-011F).

This contract was awarded on December22
EG&G Technical Services, Inc. is being awarded a task order in the amount of $13,462,075 task order. The scope of this effort is to provide on-going acquisition, engineering, analytical, logistics, sustainment, and warranty support for PM Engineer Systems (PM/ES) in the areas of Mobility and Countermobility (MCM), Construction and Material Handling Equipment (CE/MHE), Engineer Support Equipment (ESE), and Lifecycle Support. PM/ES manages approximately 50 programs of record plus emerging requirements. It is a fast paced, high deliverable program office. On-site liaison personnel will continue to be required at Camp Lejeune, NC; Camp Pendleton, CA; Camp Butler, Okinawa, Japan; and the
Marine Corps Logistics Base, Albany, GA (LOGCOM) to provide subject matter expertise (SME) and to support fielding, warranties, and the Global War on Terrorism (GWOT). Work will be performed in Marine Corps Command organizations Quantico, VA. Work is expected to be completed in January 2010. Contract funds will expire: 30 September 2009 and 30 September 2010. The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M6785402A9011-0072).

This contract was awarded on December22
Immix
Technology, Inc., 8444 West Park Drive, Suite 200, McLean, Va. 22102-5102, is being awarded a firm fixed price contract in the amount of $12,376,986 for Oracle Database Enterprise License Agreement renewal. This contract contains one base period, and one option period, which if exercised, brings the total estimated value of the contract to $37,404,924. Work is to be completed by September 2009. Work will be performed in McLean, Va. (100 percent). Funding is provided by Operation & Maintenance, Navy. Contract funds will not expire before the end of the current fiscal year. This announcement does not include a foreign Military sale. This contract was awarded competitively. Six companies were solicited and two offers were received. The Naval Inventory Control Point is the contracting activity (N00104-09-F-Q259).

This contract was awarded on December22
Lockheed Martin Corp., Manassas, Va., is being awarded an $8,409,711 modification to a previously awarded indefinite delivery, indefinite quantity contract (N00019-05-D-0018) for the procurement of non-recurring engineering support for the Acoustic Processor Technical Refresh (APTR) in support of the P-3 Aircraft. Work will be performed in Manassas, Va. and is expected to be completed in December 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.

This contract was awarded on December22
Sauer, Incorporated, Jacksonville, Fla. 32256, is being awarded firm fixed price Task Order 0008 at $8,339,514 under a multiple award construction contract for the design and construction of Electromagnetic Launch RDT&E Facility, Naval Support Activity, South Potomac, Dahlgren, Va. Work will be performed in Dahlgren, Va., and is expected to be completed by May 2010. Contract funds will not expire at the end of the current fiscal year. Five (5) proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (contract number N62477-04-D-0036).

This contract was awarded on December22
Turner Construction Company, Arlington, Va. 22203-1764, is being awarded a firm fixed price contract at $7,294,531 for the design and construction of National Intrepid Center of Excellence (NICoE) Utility Upgrade Project, National Naval Medical Center, Bethesda, Md. Work will be performed in Bethesda, Md. and is expected to be completed by October 2009. Contract funds will not expire at the end of the current fiscal year. This contract will be awarded as a sole-source procurement, in accordance with FAR 6.302-2, Unusual and Compelling Urgency. The Naval Facilities Engineering Command, Washington, OICC Bethesda, Bethesda, Md., is the contracting activity (contract number N40080-09-C-1502).

This contract was awarded on December22
Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $6,800,592 modification to a previously awarded firm fixed priced contract to exercise an option for the FY 2009 production of the AN/ARC-210(V) Electronic Protection Radio System for the U.S.
Navy's MH-60R and MH-60S aircraft. This modification consists of 96 RT-1794 ARC-210 Receiver-Transmitter Radios; 48 C-12561A Radio Control Sets; 96 MT-6567 Mounting Bases; 48 MT-7006 Amplifier Mounts; 48 AM-7526 High Power Amplifiers; and 48 MX-11745 LNA Diplexer with Hi Power RF Switch. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 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 (N00019-05-C-0050).

This contract was awarded on December22
Insight
Technology, Inc., 9 Akir Away, Londonderry, NH 03053-2002, is being awarded a firm fixed price requirements contract in the amount of $3,459,205 for manufacture of infrared illuminators for the Special Warfare Program. Work is to be completed by December 2013. Work will be performed in Londonderry, NH (100 percent). Funding is provided by Navy Working Capital Funds (NWCF). Contract funds will not expire before the end of the current fiscal year. This announcement does not include a foreign Military sale. This contract was not awarded competitively. One company was solicited and one offer was received. The Naval Inventory Control Point is the contracting activity (N00104-09-D-L001).

No comments: