Monday, January 12, 2009

MILITARY CONTRACTS January 12, 2009

DEFENSE LOGISTICS AGENCY

Tactical & Survival Specialties, Inc., Harrisonburg, Va.,* is being awarded a maximum $487,799,322 firm fixed price, indefinite quantity delivery, total set aside contract for items that support the Special Operational Equipment Tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and other Federal civilian agencies. Proposals were originally Web solicited with 14 responses. Contract funds will not expire at the end of the current fiscal year. This contract has a base period of two years with three, one-year option periods. The date of performance completion is Jan. 08, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM8EJ-09-D-0001).

W.S. Darley & Co., Itasca, Ill.,* is being awarded a maximum $487,799,322 firm fixed price, indefinite quantity delivery, total set aside contract for items that support the Special Operational Equipment Tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and other Federal civilian agencies. Proposals were originally Web solicited with 14 responses. Contract funds will not expire at the end of the current fiscal year. This contract has a base period of two years with three, one-year option periods. The date of performance completion is Jan. 08, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM8EJ-09-D-0002).

Atlantic Diving Supply, Virginia Beach, Va.,* is being awarded a maximum $487,799,322 firm fixed price, indefinite quantity delivery, total set aside contract for items that support the Special Operational Equipment Tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and other Federal civilian agencies. Proposals were originally Web solicited with 14 responses. Contract funds will not expire at the end of the current fiscal year. This contract has a base period of two years with three, one-year option periods. The date of performance completion is Jan. 08, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM8EJ-09-D-0003).

Source One Distributors, Inc., Wellington, Fla.,* is being awarded a maximum $487,799,322 firm fixed price, indefinite quantity delivery, total set aside contract for items that support the Special Operational Equipment Tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and other Federal civilian agencies. Proposals were originally Web solicited with 14 responses. Contract funds will not expire at the end of the current fiscal year. This contract has a base period of two years with three, one-year option periods. The date of performance completion is Jan. 08, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM8EJ-09-D-0004).

Belleville Shoe Manufacturing Co., Belleville, Ill., is being awarded a maximum $40,681,399 fixed price with economic price adjustment contract for Army tan combat boots. Other locations of performance include Belleville Shoe Manufacturing Co., Bellville, Ill., and Bellville Shoe South Inc., DeWitt, Ark. Using services are Army and Air Force. Proposals were originally Web solicited with 6 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Jan. 09, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-09-D-0018).

Northrop Grumman Systems Corp., Linthicum Heights, Md., is being awarded a maximum $25,966,340 firm fixed price, sole source contract for radar equipment for the F-16. There are no other locations of performance. Using service is the Air Force. Proposals were originally solicited through DIBBS with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Nov. 25, 2011. The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPM4A2-09-C-0001).

AIR FORCE

The Air Force is awarding an undefinitized contract to Boeing Co., Long Beach, Calif., for $1,118,679,176. This contact will provide proved Total System Support for the C-17 weapon system. At this time, $548,152,792 has been obligated. 730 ACSG/GFKAA, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004-P00507).

The Air Force is awarding a cost share technology investment agreement contract to Cristal US, INC., of Woodridge, Ill., for $9,025,000. This contract is for Defense Production Act Title III Phase I Program to increase and enhance the domestic capability to produce metallic titanium power and related articles. At this time, $4,512,500 has been obligated. Det 1 AFRL/PKMD, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-09-2-5525).

The Air Force is modifying a contract with Raytheon Co., Tucson Ariz., for $6,736,211. This contract is a modification to the AMRAAM Production Lot 22 contract. At this time, the entire amount has been obligated. 695ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8675-08-C-0049 P00008).

NAVY

Lockheed Martin, Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $51,000,000 cost plus fixed fee letter contract for FY09 Aegis Platform Systems Engineering Agent (PSEA) activities and Aegis Modernization (AMOD) Advanced Capability Build (ACB 12) engineering. The PSEA will manage the in-service combat systems configurations as well as the integration of new or upgraded capability, including AMOD, into the CG 47 and the DDG 51 Class Ships. AMOD consists of ACB 12 software and Technical Instruction 12 hardware. This contract includes options which, if exercised, would bring the cumulative value of this contract for the first year's period of performance to $192,500,716. Work will be performed in Moorestown, N.J., and is expected to be completed by Dec. 2009. 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 Navy Yard, D.C., is the contracting activity (N00024-09-C-5103).

Raytheon Co., Tucson, Ariz., is being awarded a $44,335,934 modification to previously awarded contract N00024-07-C-5361 for engineering and technical services in support of Standard Missile research, development, test, and evaluation programs. The work performed under this modification includes flowdown of top level requirements; predicting and monitoring missile performance and reliability; internal external interfaces; interfaces with ship combat systems; interfaces with test and packaging, handling, storage and transportation equipment; improving missile design; and maintaining the technical data package. Work will be performed in Tucson, Ariz., and is expected to be completed by Dec. 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.

Walker Power Systems, Inc., Phoenix, Ariz., is being awarded a maximum $17,287,442 fixed price, indefinite delivery indefinite quantity contract for an upgraded external auxiliary power unit to provide power to multiple systems while the M1A1 main engine is not on. The objective system will provide greater power, increased reliability, and less noise than the current model. The contract contains three one-year options. The initial amount to be obligated is $6,600,000. The maximum total dollar amount to be awarded under this contract is $17,287,442 which includes the initial order quantity and additional options. Work will be performed in Phoenix, Ariz., and work is expected to be completed Dec. 2009. This contract was competitively procured through full and open competition via Navy Electronic Commerce Office, with four offers received. The Marine Corps System Command in Quantico, Va., is the procuring contracting activity (M67854-09-D-6005).

ITT Industries Advanced Engineering & Sciences Division, Alexandria, Va., is being awarded a $7,896,524 costplus fixed fee term contract for scientific, engineering, technical and analytical support for a wide range of research and information technology service activities for the Naval Research Laboratory's (NRL's) Center for High Assurance Computer Systems. This contract contains options, which if exercised, will bring the cumulative contract value to $42,223,954. Work will be performed in Washington, D.C., and work is expected to be completed in Dec. 2010 (with options exercised Dec 2014). Contract funds in the amount of $235,000 will expire at the end of the current fiscal year. This contract was competitively procured under a Naval Research Laboratory Request for Proposal N000173-08-R-TB09. The Naval Research Laboratory, Washington, D.C., is the contacting activity (N000173-09-C-2053).

Honeywell International, Inc., Defense and Space Electronic Systems, Albuquerque, N.M., is being awarded a not-to-exceed $5,736,465 modification to a previously awarded undefinitized contract action (N00019-09-C-0004) for the procurement of 6 Block II Micro Air Vehicle (MAV) systems, including associated support equipment, spares, training, and engineering and logistics support for the United Kingdom under the Foreign Military Sales Program. Work will be performed in Albuquerque, N.M., and is expected to be completed in Jun. 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.

No comments: