Monday, February 02, 2009

MILITARY CONTRACTS February 2, 2009

ARMY

Raytheon Co., Integrated Defense Co., Bedford, Mass., was awarded on Jan. 30, 2009, a $128,150,933.68 cost plus fixed fee, level-of-effort engineering services contract award for 702,599 man-hours of effort. Work is being performed at Burlington, Andover, and Tewksbury, Mass.; Huntsville, Ala.; and El Paso, Texas, with an estimated completion date of Jan. 31, 2014. One bid was solicited and one bid received. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057).

Sundt Construction, Inc., Tempe, Ariz., was awarded on Jan. 30, 2009, an $87,176,614
Task Order (0001) firm fixed price contract for design and construction of an Infantry Brigade Combat Team (Light) Complex 2 – Unaccompanied Enlisted Personnel Housing – Barracks, PN 68961, Fort Bliss, Texas. This project is required by the Army's Military Construction Transformation Initiatives and will house single soldiers on a permanent basis and provide laundry facilities, and other amenities. Work is being performed at Fort Bliss, Texas, with an estimated completion date of Oct. 23, 2010. Bids solicited: RFP 0001 – 3 Offerors; Bids received: RFP 0001 – 3 Offerors. U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-09-D-0011).

Sundt Construction, Inc., Tempe, Ariz., was awarded on Jan. 30, 2009, an $87,176,614 Task Order (0002) firm fixed price contract for design and construction of an Infantry Brigade Combat Team (Light) Complex 2 – Unaccompanied Enlisted Personnel Housing – Barracks, PN 68962, Fort Bliss, Texas. This project is required by the Army's Military Construction Transformation Initiatives and will house single Soldiers on a permanent basis and provide laundry facilities, and other amenities. Work is being performed at Fort Bliss, Texas, with an estimated completion date of Apr. 20, 201l. Bids solicited: RFP 0001 – 3 Offerors; Bids received: RFP 0001 – 3 Offerors. U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-09-D-0011).

KILGORE FLARES COMPANY, LLC, Toone, Tenn., was awarded on Jan 30, 2009, a $22,801,750 firm fixed price contract for 225,800 M206 and 488,580 MJU-7A/B IR Countermeasure Flares. Work is being performed at Toone, Tenn., with an estimated completion date of Jan. 30, 2010. Two bids were solicited and two bids received. Headquarters, U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0097).

ARMTEC COUNTERMEASURES, CO., Coachella, Calif., was awarded on Jan. 30, 2009, a $19,951,263 firm fixed price contract for 184,800 M206 and 399,720 MJU-7A/B IR Countermeasure Flares. Work is being performed at East Camden, Ark., with an estimated completion date of Apr. 30, 2010. Two bids were solicited and two bids received. Headquarters, U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0096).

General Dynamics C4 Systems Inc, Taunton, Mass., was awarded on Jan. 30, 2009, a $9,000,000 cost-plus-award-fee contract. General Dynamics C4 Systems (GDC4S) is currently performing System Development and Demonstration (SDD) for the Warfighter Information Network – Tactical (WIN-T) under Contract DAAB07-02-C-F404. The effort will define, model, simulate, and demonstrate in a field environment the WIN-T System's architecture. Work is being performed at Taunton, Mass., and Gaithersburg, Md., with an estimated completion date of Sept. 30, 2010. One bid was solicited by sole source and one bid received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (DAAB07-02-C-F404).

The Boeing Co., Ridley Park, Pa., was awarded on Jan. 30, 2009, a $7,347,421 cost plus fixed fee contract for research with the primary objective of the program to carry out Phase 1 of the DiscRotor Risk Reduction Study. The DiscRotor concept consists of a fixed-wing aircraft fitted with a retractable single rotor. The DiscRotor concept has substantial potential to provide a high-speed, high-altitude aircraft (400+ KTAS at 30,000 ft) that has the hover and low-speed characteristics of a helicopter. Work is being performed at Philadelphia, Pa., and Blacksburg, Va., with an estimated completion date of Jul 31, 2011. One bid was solicited and one bid received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-09-C-0056).

ALLIANT AMMUNITION AND POWDER COMPANY LLC, Radford, Va., was awarded on Jan. 30, 2009, a $7,142,000 firm fixed price modification to facility contract in support of the modernization effort at Radford Army Ammunition Plant. Work will be performed at the Radford Army Ammunition Plant with an estimated completion date of Mar. 31, 2010. One bid was solicited and one bid received. Headquarters, U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-03-E-0001).

BLUE TEE CORP, Enid, Okla., was awarded on Jan. 30, 2009, a $6,073,366 firm fixed price construction contract for Water Well Drilling System for the Government of Egypt. Work will be performed at Enid, Okla., and in Egypt, with an estimated completion date of Nov. 30, 2009. One bid was solicited and one bid received. U.S. Army Corps of Engineers, Transatlantic Programs Center, Winchester, Va., is the contracting activity (W912ER-09-C-0005).

Alliant Techsystems Inc., Plymouth, Minn., was awarded on Jan. 29, 2009, a $29,729,805 firm fixed price modification for the manufacture and delivery of approximately 3,240 M829 A3 120mm Armor Piercing, Fin Stabilized, Discarding Sabot Tracer Cartridges. Work will be performed at 21 stateside locations with an estimated completion date of Apr. 11, 2011. One bid was solicited and one bid received. U.S. Army Joint Munitions and Lethality LCMC, Picatinny, N.J., is the contracting activity (W15QKN-07-C-0085).

DON JON MARINE COMPANY, Hillside, N.J., was awarded on Jan. 28, 2009, a $31,945,000 firm fixed price contract consisting of deepening of the existing 47 feet Mean Low Water (MLW) Federal Navigation Channel System to a depth of 52 feet (MLW). The project consists of dredging and disposal of non-rock and possible drilling, blasting, dredging and disposal of rock. Work will be performed at New York and New Jersey Harbor Westside of Newark Bay. Bids were solicited by Unrestricted Open Competition with three bids received. U.S. Army Engineer District New York, New York, N.Y., is the contracting activity (W912DS-09-C-0003).

Alutiiq International, Huntsville, Ala., was awarded on Jan. 28, 2009, a $13,140,665 firm fixed price construction contract for a project consisting of various buildings comprising the Transportation Management School. Work is to be performed at Fort Lee, Va., with an estimated completion date of Sept. 15, 2011. Eighty bids were solicited with 13 bids received. U.S. Army Engineer District Norfolk, Norfolk, Va., is the contracting activity (W91236-09-C-0021).

Daimler Trucks North America LLC, Portland, Ore., was awarded on Jan. 28, 2009, a $6,517,184.70 firm fixed price 9 Year Requirements contract: Delivery Order 0111 adds 11 each, M916A3 Light Equipment Transporters and 20 each, M917A2 Dump Trucks to the contract. Work is to be performed at Portland, Ore., with an estimated completion date of Nov. 30, 2009. U.S. Army Contracting Command, Warren, Mich., is the contracting activity (DAAE07-00-D-S022).

Bogert International Inc., Pasco, Wash., was awarded on Jan. 27, 2009, a $16,570,656 firm fixed price, 5-year indefinite delivery, indefinite quantity contract to procure lifting jacks for the High Mobility Multi-purpose Wheeled Vehicle (HMMWV) for a minimum quantity of 10,000 each and a maximum of 108,243 each. Work is to be performed at Pasco, Wash., with an estimated completion date of Jan. 23, 2014. U.S. Army Tank and Automotive Command Contracting Center, Warren, Mich., is the contracting activity (W56HZV-09-D-0060).

DRS C3 Systems Inc., Fort Walton Beach, Fla., was awarded on Jan. 27, 2009, a $13,915,132 firm fixed price contract for new work modification under the authority of Unusual and Compelling Urgency for 1,520 Driver's Vision Enhancer (DVE) TWV A-Kits (mounting hardware, wiring, and connectors) for the Mine Resistant Ambush Protected (MRAP) Program and 224 DVE CV A-Kits and 756 cable assemblies. Work is being performed at Fort Walton Beach, Fla., with an estimated completion date of Sept. 30, 2009. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-W006).

Colt Defense LLC, Hartford, Conn., was awarded on Jan. 27, 2009, a $9,494,376 firm fixed price 5-year Requirements contract for Barrel & Front Assembly 18,000 each; Hand Guard 13,600 each; Heavy Barrel Assembly 7,100 each; Receiver, Cartridge 22,000 each; Extractor Spring Assembly 200,000 each. Work is to be performed at Hartford, Conn., with an estimated completion date of Sept. 28, 2012. Tank and Automotive Command Rock Island, Rock Island, Ill., is the contracting activity (DAAE20-03-D-0191).

MISSILE DEFENSE AGENCY CONTRACT AWARD

The Boeing Co., Integrated Defense Systems (Global Services and Support Division), St. Louis, Missouri, is being awarded $249, 937,154 for a cost plus fixed fee contract for operations and sustainment support for the fielded portions of the Ground-Based Midcourse Defense (GMD) System for calendar year (CY) 2009 with an option for CY 2010. The principal places of performance are the contractor's facility in Huntsville, Ala., and Missile Defense Agency facilities at Schriever Air Force Base, Colorado, Vandenberg Air Force Base, Calif., and Fort Greely, Alaska. This sole source contract is awarded pursuant to 10 USC 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1. Specifically, as provided in the Justification and Approval for Other Than Full and Open Competition, Boeing, as the incumbent prime contractor for the operations and sustainment of the GMD Weapon System, is the only qualified source to perform this effort without unacceptable delay to critical program schedules and unaffordable duplication of costs. The MDA, Huntsville, Ala., is the contracting activity (HQ0147-09-C-0007). The period of performance is from Jan. 2009 through Dec. 2009 with a one year option to continue work from Jan. 2010 through Dec. 2010. The contract will be incrementally funded for $133,429,130 at award. Fiscal year (FY) 09 Research, Development, Test and Evaluation funds (RDT&E) will be used for the primary operations and sustainment support activities. FY09 Army Operation and Maintenance (O&M) funds will be used for training of Army soldier-operators. The RDT&E funds will not expire at the end of the fiscal year. The O&M funds will expire at the end of the fiscal year. This award is an interim measure which will continue essential O&S support to the GMD system in the near-term while MDA acquires and verifies necessary technical data and develops its strategy for competitive acquisition of follow-on GMD O&S support. On January 29, 2009, MDA published a formal announcement of its intent relative to follow-on GMD O&S efforts subsequent to effort covered by this current award. The purpose of the Jan. 29, 2009 FEDBIZOPPS announcement is to initiate immediate dialogue with industry regarding a competitive acquisition strategy for follow-on GMD O&S support requirements, with a stated intent to make a competitive award for such requirements no later than calendar year 2011.

AIR FORCE

The Air Force is modifying a contract to Rolls-Royce Corp., Indianapolis, Indiana for $120,000,000. This contract action covers sustaining services including logistics support, program management support, engineering services, spares and technical data in support of the C-130J propulsions system which include the AE 2100D3 engine and R-391 propeller systems. At this time $17,511,485 has been obligated. 330 ACSG/GFKA, Robins, AFB, Ga., is the contracting activity (FA8504-07-D-0001-P00004).

The Air Force is awarding a time and material contract to General Dynamics Information Technology Inc of Fairfax, Va., for $22,953,332. This action will provide personnel, equipment, materials, supervision, all items and onsite services to perform support services for the Air Force Research Laboratory at Wright-Patterson AFB, Rome Research Site, and Hanscom AFB. At this time, $376,000 has been obligated. 88 CONS/PKA, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8601-09-F-0024).

The Air Force is awarding a firm fixed price contract with time and material and cost reimbursable elements to Abacus Technology Corporation of Chevy Chase, Md., for $14,645,109. This action will provide 34 Engineers for the Foreign Military Sales customer, Royal Saudi Air Force in Saudi Arabia for 30 Months to provide management, operation, maintenance and support of C4I Systems and provide training of military, civilian and contractor personnel. At this time, the entire amount has been obligated. 350 ESG/CONS, Hanscom Air Force Base, Mass., is the contracting activity (FA8706-09-C-0002).

The Air Force is awarding a contract to Battelle Memorial Institute, Columbus, Ohio for $8,761,285. This action will evaluate the effectiveness of Coast Guard unit and installation CBRN response readiness, identify gaps in preparedness, and develop training, risk reduction, and other mitigation techniques to minimize effects of on Coast Guard ashore, afloat, and aviation commands. At this time $903,591 has been obligated. 55CONS/LGCD is the contracting activity (SP0700-00-D-3180).

NAVY

TEC, Inc. Joint Venture, Charlottesville, Va., is being awarded a $25,000,000 firm fixed price contract modification to increase the maximum dollar value of an indefinite delivery, indefinite quantity contract for the Guam build-up to support the relocation of the U.S. Marines Corps from Okinawa to Guam. The work to be performed provides for Architect-Engineering (A-E) Services for Environmental Planning to Support Strategic Forward Basing Initiatives and Related Technical Services. This includes environmental impact documents, environmental studies and technical services which may include, but are not limited to, preliminary site assessment studies, feasibility assessments, and engineering services with associated multi-discipline A-E support as required. After award of this modification, the total cumulative contract value will be $65,000,000. Work will be performed in Guam, and is expected to be completed by May 2011. 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 (N62742-06-D-1870).

Michigan Technology University, Houghton, Mich., is being awarded a $14,850,000 ceiling priced, indefinite delivery, indefinite quantity contract to transition current laboratory Electro-Optical technology (e.g. photonic integrated circuits, optical fiber interconnects, and transmission media) and implement its application in real world printed circuit board manufacturing for use in military aerospace environments. Work will be performed in Houghton, Mich., (80 percent); Calumet, Mich., (10 percent); Eagan, Minn., (10 percent), and is expected to be completed in Jan. 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a Broad Agency Announcement, with one offer received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-09-D-0003).

Concurrent Technology Corp., Johnstown, Pa., is being awarded an $11,468,212 indefinite delivery, indefinite quantity contract with a cost plus fixed fee pricing arrangement to provide technical and engineering services for continued Carriage, Stream, Tow, and Recovery System (CSTRS) development, test, and analysis. This procurement is in support of the ongoing development and test of the CSTRS to incorporate Airborne Mine Countermeasures capabilities and will be utilized on the MH-60S helicopter. Work will be performed in Johnstown, Pa., (88 percent) and Panama City, Fla., (12 percent), and is expected to completed by Feb. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Panama City, Fla., is the contracting activity (N61331-09-D-0004).

Converteam, Inc., Pittsburgh, Pa., is being awarded a $9,313,451 firm fixed price contract for long lead materials for the DDG 1000 Baseline Tactical Advanced Induction Motor, Motor Drive, and Harmonic Filters for use in the Navy's Integrated Power System Land Based Test Site. This long lead material will eventually be incorporated into a DDG 1000 Baseline Tactical Advanced Induction Motor, Motor Drive, and Harmonic Filters that will be delivered to the Navy Land Based Test Site in Philadelphia, Pa. These components will meet the same specification established by the DDG 1000 shipyards for the lead ship installation. Work will be performed in Pittsburgh, Pa., and is expected to be completed by Aug. 2010. Contract funds will not expire at the end of the current fiscal year. The contract wasnot competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-09-C-4203).

General Dynamics, Electric Boat, Groton, Conn., is being awarded a $6,290,977 modification to previously awarded contract (N00024-06-C-4003) for Nuclear Regional Maintenance Department tasks in support of maintenance, repair and modernization of operational nuclear submarines. Under the terms of the contract, Electric Boat will continue to perform project management, engineering and planning, training, inspection and nuclear services. Work will be performed in New London, Conn., and is expected to be completed by Sept. 2009. Contract funds in the amount of $6,290,977 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Lockheed Martin Government Services, Inc., Seabrook, Md., was awarded an eighth year option of $26,370,708 as part of contract MDA220-01-D-0002 for management of the Retired and Annuitant pay service formerly managed by the Defense Finance and Accounting Service (DFAS), which was the subject of an A-76 action. The estimated aggregate face value of this contract at time of award was $346,432,288. Primary work is performed at DFAS Cleveland, Ohio and secondary work which includes document scanning and primarily imaging is performed at London, Kentucky. Under this option work will be performed between Feb. 01, 2009, through Jan. 31, 2010. The DFAS Contract Services Directorate, Columbus, Ohio, is the contracting activity (MDA220-01-D-0002).

DEFENSE LOGISTICS AGENCY

Tennier Industries, Boca Raton, Fla.*, is being awarded a maximum $36,610,000 fixed price with economic price adjustment, total set aside contract for cold weather parkas. Other location of performance is in Tennessee. Using service is Army. The proposal was originally Web solicited with four responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Jan. 29, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-09-D-0026).

AGE Refining, Inc., San Antonio, Texas*, is being awarded a minimum $12,382,273 fixed price with economic price adjustment contract for aviation fuel. Other location of performance is in Texas. Using service is Air Force. There were originally 92 proposals solicited with two responses. Contract funds will expire at the end of the current fiscal year. This modification exercises the first option period of the base contract. The date of performance completion is Mar. 31, 2010. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-07-D-0464).

No comments: