Friday, January 30, 2009

MILITARY CONTRACTS January 30, 2009

NAVY

The Charles Stark Draper Laboratory, Inc., Cambridge, Mass., is being awarded a $146,156,130 cost plus incentive fee contract for a Trident II (D5) MK6 Life Extension Guidance System. Work will be performed in Clearwater, Fla., (35 percent); Plymouth, Minn., (27 percent); Bloomington, Minn., (16 percent), Cambridge, Mass., (12 percent); Pittsfield, Mass., (10 percent), and work is expected to be completed Dec. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Strategic systems Programs, Arlington, Va., is the contracting activity (N00030-09-C-0011).

Pave-Tech, Inc.*, Carlsbad, Calif., is being awarded $13,995,000 for firm fixed price task order #0002 under a previously awarded multiple award construction contract (N62473-09-D-1605) for concrete and lighting repairs of Runway 13R-31L at Naval Air Station, Fallon. Work will be performed in Fallon, Nev., and is expected to be completed by Nov. 2009. Contract funds will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

IAP World Services, Inc., Cape Canaveral, Fla., is being awarded a $13,352,747 firm fixed price, indefinite delivery, indefinite quantity contract for base operating support services at Naval Support Activity Annapolis. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items to provide services included, but not limited to, operation and maintenance of the Central Heating Plant, Water Treatment Plant, Waste Water Treatment Plant, utility systems, sustainment of site utilities, infrastructure, building structures and systems, and transportation. The contract also contains eight unexercised options, which if exercised would increase cumulative contract value to $179,829,122. Work will be performed in Annapolis, Md., and work is expected to be completed Nov. 30, 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Online Website, with five proposals received. The Naval Facilities Engineering Command, Washington D.C., Public Works Department Annapolis, Annapolis, Md., is the contracting activity (N40080-09-D-0512).

Eastern GCR, LLC, JV*, Pinehurst, N.C., is being awarded a $9,461,295 modification under a previously awarded firm fixed price, indefinite delivery, indefinite quantity contract (N40080-05-D-3002) to exercise Option 3 for small business base operating support services at the Naval Air Station, Patuxent River Complex. The work to be performed provides for all managerial, supervision, labor, tools, materials, equipment and transportation necessary to provide janitorial, portable toilets, pest control, grounds maintenance, snow removal, street sweeping and transportation services. The current total contract amount after exercise of this option is $34,181,276. Work will be performed primarily at the Naval Air Station, Patuxent River, Md., (79 percent); Webster Outlying Field, St. Inigoes, Md., (19 precent); and Solomons Recreation Center, Solomons, Md., (2 percent), and work is expected to be completed Jan. 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineer Command, Washington, Public Works Department, Patuxent River, Md., is the contracting activity.

T. B. Penick & Sons, Inc., San Diego, Calif., is being awarded $7,625,101 for firm fixed price task order #0004 under a previously awarded multiple award construction contract (N62473-08-D-8612) for design and construction of a Combined Child Care and Youth Center at the Naval Air Facility, El Centro. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $8,223,724. Work will be performed in El Centro, Calif., and is expected to be completed by Jul. 2010. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $6,490,441 cost plus fixed fee order against a previously issued basic ordering agreement (N00019-05-G-0026) to assess and define the static structural and fatigue capabilities of the LITENING Targeting Pod to support a Fleet flight clearance for carriage on weapons station four of the F/A-18A-D aircraft. Work will be performed in St. Louis, Mo., (60 percent); Patuxent River, Md., (20 percent); El Segundo, Calif., (10 percent); and Rolling Meadows, Ill., (10 percent), and is expected to be completed in Apr. 2010. Contract funds in the amount of $2,743,444 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

Propper International, Inc., Mayaquez, Puerto Rico is being awarded a maximum $74,293,980 firm fixed price, total set aside, indefinite quantity and indefinite delivery contract for Army Combat Uniform, coats and trousers. Other locations of performance are in Puerto Rico. Using service is Army. The proposal was originally Web solicited with 36 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the fourth option year period. The date of performance completion is Jan. 31, 2010. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0408).

American Apparel, Inc., Selma, Ala., is being awarded a maximum $34,782,000 firm fixed price, partial set aside, indefinite quantity and indefinite delivery contract for Army Combat Uniform coats. Other locations of performance are in Alabama. Using service is Army. The proposal was originally Web solicited with 36 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the fourth option year period. The date of performance completion is Jan. 31, 2010. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0406).

D.J. Manufacturing Corp., Caguas, Puerto Rico is being awarded a maximum $32,114,016 firm fixed price, total set aside, indefinite quantity and indefinite delivery contract for Army Combat Uniform, coats and trousers. Other locations of performance are in Puerto Rico. Using service is Army. The proposal was originally Web solicited with 36 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the fourth option year period. The date of performance completion is Jan. 31, 2010. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0407).

Golden Manufacturing Inc., Golden, Miss., is being awarded a maximum $19,942,920 firm fixed price, total set aside, indefinite quantity and indefinite delivery contract for Army Combat Uniform coats. Other locations of performance are in Mississippi. Using service is Army. The proposal was originally Web solicited with 36 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the fourth option year period. The date of performance completion is Jan. 31, 2010. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0409).

Woolrich, Woolrich, Pa., is being awarded a maximum $13,004,376 firm fixed price, total set aside, indefinite quantity and indefinite delivery contract for Army Combat Uniform trousers. Other locations of performance are in Ga, Texas and Illinois. Using service is Army. The proposal was originally Web solicited with 36 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the fourth option year period. The date of performance completion is Jan. 31, 2010. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0410).

Oshkosh Corp., Oshkosh, Wis., is being awarded a maximum $8,913,246 firm fixed price contract for runway snow broom/blowers. There are no other locations of performance. Using service is Air Force. There were originally two proposals solicited with 1 response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Jan. 15, 2010. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM500-01-D-0066-0021).

AIR FORCE

The Air Force is awarding a firm fixed contract to Northrop Grumman, Palmdale, California for $35,150,555.00. This contract action will provide for B-2 Flexible Acquisition and Sustainment Team Contract, Performance Based Logistics, and CY09 Contract Depot Maintenance. At this time the entire amount has been obligated. 448 SCMG/PKBF Tinker AFB, Oklahoma is the contracting activity (F33657-99-D-0028).

The Air Force is awarding a contract modification to Lockheed Martin Co., Lockheed Martin Aeronautical Systems of Marietta, Ga., for $29,087,742.00. This modification will exercise options to purchase initial spares for the Global War on Terror aircraft, support equipment and other items. The work will be performed in Marietta, Ga. USAF/AFMC, Aeronautical Systems Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8625-06-C-6456).

The Air Force is awarding a contract to BAE Systems Electronic Intelligence Support of Nashua, N. H., for $6,275,262. This contract will provide a three-year technology development program to develop a radio frequency detection and space warning receiver system for satellites. The work will be performed in Nashua, New Hampshire. The Air Force Research Laboratory, Kirtland AFB, N.M., is the contracting activity. (FA9453-09-C-0335)

The Air Force is awarding a contract to L3 Communications Corp., Integrated Systems Joint Operations of Lexington, Ky., for $6,156,863. This contract is to exercise the remaining option for the production and installation of dual rails applicable to the MC-130P. The work will be performed in Crestview and Fort Walton Beach, Fla. WR-ALC/580th ACSSG/Contracting, Robins AFB, Ga., is the contracting activity (USZA22-03-D-0006-RJ31-03).

No comments: