Thursday, February 26, 2009

MILITARY CONTRACTS February 26, 2009

NAVY

Wyle Laboratories, Lexington Park, Md., is being awarded a $34,371,379 cost plus fixed fee contract to provide program management support services for all domestic and international Integrated Product Teams within the F/A-18 and EA-18G program office. This work will support related Foreign Military Sales efforts, to include those of the nations of Australia, Canada, Kuwait, Finland, Malaysia, Spain, and Switzerland. Work will be performed in Lexington Park, Md., and is expected to be completed in Dec. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-09-C-0041).

John C. Grimberg Co., Inc., Rockville, Md., is being awarded a $34,273,000 firm fixed price contract for the design and construction of an Explosive Development Facility at the Naval Surface Warfare Center, Indian Head, Md. The work to be performed constructs facilities and renovates two buildings. The facilities will provide the following explosives capabilities and supporting functions: melt casting, pressing, machining, a change house, and storage. The renovated facilities will also provide office, work, and laboratory space. Work will be performed in Indian Head, Md., and is expected to be completed by Sept. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command Washington, Washington, DC, is the contracting activity (N40080-09-C-0156).

Olin/Winchester (Cage 1MR34), East Alton, Ill., is being awarded a $30,000,000 firm fixed, indefinite delivery, indefinite quantity contract for the acquisition of 9mm frangible ammunition to be used as training ammunition to support the Navy Special Warfare Ammunition Program. Work will be performed in East Alton, Ill., and is expected to be completed by Feb. 2014. Contract funds will not expire at the end of the fiscal year 2009. This contract was competitively procured. This contract was competitively procured with multipleproposals solicited and three offers received via the Federal Business Opportunities. The Naval Surface Warfare Center (NSWC), Crane Division, Crane, Ind., is the contracting activity (N00164-09-D-JN29).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $16,456,956 firm fixed price modification against a previously issued delivery order under a Basic Ordering Agreement (N00019-08-G-0010) for the procurement of MH-60S Armed Helicopter Mission Kits, which consist of the Integrated Self Defense (ISD) Mission Kit, (33); Weapons Kit, (30); and the B-Kit installation hardware. Work will be performed in Tallassee, Ala., (76.1 percent); Coxsackie, N.Y., (17.6 percent); Wichita, Kan., (4.3 percent); Valencia, Calif., (1 percent); and at various locations across the United States (1 percent), and is expected to be completed in Apr. 2012. 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.

Accord MACTEC JV*, comprised of According Engineering and MACTEC Engineering and Consulting Inc., Santa Ana, Calif., is being awarded a maximum $15,000,000 firm fixed price, indefinite delivery, indefinite quantity architect/engineering contract for storm water, incidental potable water, ground water, and waste water environmental compliance. The intent of this contract is to provide comprehensive services to various Navy and Marine Corps and other federal government facilities within the contract geographic area to meet statutory compliance requirements for all applicable DOD, Federal, State, local, and installation specific environment laws, regulations, and guidance pertaining to storm water and incidental potable water, groundwater, wastewater, and compliance with similar requirements as required to support other related RCRA, CERCLA, and Base Closure and Realignment (BRAC). Work will be performed at various Navy and Marine Corps installations in Calif., (80 percent), Ariz., (10 percent), Nevada, (2 percent), N.M. (2 percent), Colo., (2 percent), Utah, (2 percent) and other federal and DOD installations (2 percent) nationwide, and work is expected to be completed Feb. 2014. This contract was competitively procured as a small business set-aside via the Federal Business Opportunities and Navy Electronic Commerce Online website, with four offers received in response to the synopsis and four firms were slated for interview. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-09-D-2613).

Forrester Construction Co., Rockville, Md., is being awarded $13,748,000 for firm fixed price task order #0010 under a previously awarded multiple award construction contract (N62477-04-D-0035) for renovation to Hubbard Hall RM 9-94, and restore and modernize Building 260 at the United States Naval Academy. The work to be performed is to completely renovate Hubbard Hall, Work will be performed in Annapolis, Md., and is expected to be completed by Jul. 2011. 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, Washington, Wash., D.C., is the contracting activity. home of the three USNA rowing crews. This project includes repair of deteriorated foundation pilings, construction of a temporary tension fabric boat storage "shed", and repair and expansion of the existing wharf and floating docs. The scope of work includes hazardous material abatement, interior reorganization, repairs to the existing building and wharf structure, repairs to the building enclosure, expansion of the existing wharf and complete replacement of all heating, cooling, electrical and plumbing systems.

Three Phoenix Inc.*, Fairfax, Va., is being awarded a $13,450,671 cost plus fixed fee modification to previously awarded contract (N00024-07-C-6274) for a Technology Insertion Photonics Mast Engineering Development Model (EDM). The Engineering Development Model is in support of Small Business Innovative Research (SBIR) Topic No. 04-138 "Real Time Data Fusion and Visualization Interface for Environmental Research Data". This contract modification is to complete the engineering assessment and design and development of a non-developmental item Submarine Optronics System. Three Phoenix will procure a Technology Insertion Photonics Mast System, test and integrate this system onboard a U.S. Navy Virginia Class submarine as an EDM for evaluation purposes. Work will be performed in Wake Forest, N.C., (60 percent), Fairfax, Va., (30 percent), and Hanover, Md., (10 percent) and is expected to be completed by Sept. 2010. Contract funds for FY08 in the amount of $4,498,002 will expire at the end of the current fiscal year. Contract funds for FY09 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.

Melwood Horticultural Training Center Inc., Upper Marlboro, Md., is being awarded an $8,565,880 modification under a previously awarded firm fixed price, indefinite delivery, indefinite quantity contract (N40080-07-D-0381) to exercise Option two for janitorial and recycling services in the Washington, D.C., area. The work to be performed provides for all managerial, supervision, labor, tools, materials, and equipment necessary to provide janitorial and recycling services. The current total contract amount after exercise of this option is $22,585,842. Work is expected to be completed Feb. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $7,024,770 modification to a previously awarded firm-fixed-priced contract (N00019-05-C-0050) to exercise an option for the FY 2009 production of the AN/ARC-210(V) Electronic Protection Radio Systems for the U.S. Air Force F-16 Block 30 aircraft. This modification provides for 90 MT-6567/ARC mounting bases; 90 ARC 210-C-12719 radio set controls; 90 RT-1851A(C)/ARC receiver-transmitters; and 90 ARC 210 RF filter diplexers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in Sept. 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.

AIR FORCE

The Air Force is awarding a firm fixed price contract to General Atomics Aeronautical Systems of San Diego, Calif., for $168,372,886. This action will provide all program management, urgent repairs and services, logistics support, configuration management, technical manual and software maintenance, engineering technical services, contractor inventory control point and spares management, depot repair, flight operations support, reliability/maintenance enhancements, data collection/entry and numbered periodic depot maintenance for the Predator/Reaper Unmanned Aircraft System program. At this time, the entire amount has been obligated. 703d ASG, Wright-Patterson, Air Force Base, Ohio is the contracting activity (FA8620-05-G-3028).

The Air Force is modifying a firm fixed price contract with Rockwell Collins, Inc. of Cedar Rapids, Iowa, for an estimated $73,808,391. This action will provide an additional 46 kits and Installs to support the KC-135 Global Air Traffic Management Program. At this time, no money has been obligated. OC-ALC/827 ACSG/PK, Tinker Air Force Base, Oklahoma, is the contracting activity (F33657-98-C-0036, P00106).

The Air Force is awarding a cost plus fixed fee contract to Battelle Memorial Institute of Columbus, Ohio, for an estimated $32,357,157. This action is to conduct assessments, evaluations, and studies of the material system and make recommendations to ensure the most efficient and rapid modernization of chemical, biological, radiological, and nuclear equipment and execute the engineering, sustainment, and training recommendations. At this time, $95,846 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Nebraska, is the contracting activity (SP0700-00-D-3180).

The Air Force is modifying a contract with Textron Systems Corp., of Wilmington, Massachusetts, for $9,527,490. This action will provide 30 additional Sensor Fuzed Weapons, Full Rate Production Lot 12. At this time, the entire amount has been obligated. 683rd ARSS/SYKA, Eglin Air Force Base is the contracting activity (FA8677-07-C-0001).

DEFENSE LOGISTICS AGENCY

Castrol Marine Americas, Houston, Texas, is being awarded a maximum $7,759,660 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for lubricating oils. Other locations of performance include Louisiana, N.J., Calif., and Pa. Using service is Defense Energy Support Center. There were 135 proposal originally solicited with five responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Apr. 30, 2010. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0754).

Pepco Energy Services, Inc., Arlington, Va., is being awarded a maximum $16,571,222 firm fixed price contract for electrical services. Other location of performance is Ill. Using services are Federal Civilian Agencies. There were originally 100 proposals solicited with 5 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Dec. 31, 2010. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-09-D-8012).

ARMY

General Dynamics C4 Systems Inc., Scottsdale, Ariz., was awarded on Feb. 25, 2009, a $70,828,176 indefinite delivery indefinite quantity with firm fixed price contract in which the award basic contract and first delivery order (DO) are for the procurement of thirty-seven (37) Prophet Enhanced (PE) B-Kits, and nineteen (19) PE A-Kits, and associated spares. DO also provide for PE Quality Management, Non-Recurring Engineering and First Article Testing and Refurbishment. Overall estimated "face" value is based upon aggregate value of Dos issued over six (6) year life of the contract. Prophet is the Army's principal ground-based tactical Communications Intelligence 9COMINT)/Electronic Warfare (EW) sensor, providing force protection and technically advanced intelligence. Work will be performed at Melbourne, Fla. (66 percent), Scottsdale, Ariz., (14 percent), San Diego, Calif., (12 percent), Huntsville, Ala., (.5 percent), and Fairfax, Va., (.5 percent), with an estimated completion date of Feb. 28, 2015. Bids were solicited on the Worldwide Web with three bids received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-09-D-W401).

WATTERSON CONSTRUCTION CO, Anchorage, Ala., was awarded on Feb. 24, 2009, a $21,330,000 firm fixed price construction contract for a project that includes construction of barracks facility at Fort Wainwright, Ala., with an estimated completion date of Sept. 28, 2010. Bids were solicited on the Worldwide Web with six bids received. U.S. Army Engineer District, Alaska, Elmendorf Air Force Base, Ala. is the contracting activity (W911KB-09-C-0005).

No comments: