Monday, February 09, 2009

MILITARY CONTRACTS February 9, 2009

NAVY

Undersea Sensor Systems, Inc., Columbia City, Ind., is being awarded a $34,777,470 firm fixed price contract for the procurement of 4,195 AN/SSQ-36B sonobuoys for the U.S. Navy. (4,150) and the Government of Pakistan, (45); 30,454 AN/SSQ-53F sonobuoys for the U.S. Navy, (30,104) and the Government of Pakistan, (350); and 8,302 AN/SSQ-62E sonobuoys for the U.S. Navy. Work will be performed in Columbia City, Ind., (90 percent) and Halifax, Nova Scotia, (10 percent) and is expected to be completed in Feb. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured by electronic request for proposals and two offers were received. This contract combines purchases for the U.S. Navy, ($34,517,590; 99.25 percent) and the Government of Pakistan, ($259,880; .75 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00421-09-C-0040).

Sparton Electronics, DeLeon Springs, Fla., is being awarded a $34,125,936 firm fixed price contract for the procurement of 31,593 AN/SSQ-53F sonobuoys for the U.S. Navy and 9,578 AN/SSQ-62E sonobuoys for the U.S. Navy (9,528) and the Government of Pakistan, (50). Work will be performed in DeLeon Springs, Fla., and is expected to be completed in Feb. 2011. Contract funds in the amount of $251,010 will expire at the end of the current fiscal year. This contract was competitively procured by electronic request for proposals and two offers were received. This contract combines purchases for the U.S. Navy, ($34,039,381; 99.74 percent) and the Government of Pakistan, ($86,555; .26 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00421-09-C-0039).

L-3 Services Inc, Marlton, N.J., is being awarded $27,063,793 for task order #0072 under previously awarded contract (M67854-02-A-9010) to provide ongoing acquisition support, financial support, logistic support, fielding support, training support, and managerial support for the Marine Corps Systems Command' Communications, Intelligence and Networking Systems (CINS) Product Group's (PG's) Strategic Business Team, Operations Officer, Program Manager (PM), Communications and Networking Systems (PM CNS), PM Intelligence Systems (PM INTEL) and PM Counter Radio Controlled Improvised Explosive Device Electronic Warfare (PM CREW). The Contractor shall be required to interface and coordinate with other contractors supporting CINS including those in all the Commercial Enterprise Omnibus Support Services (CEOss) domains. It is the contractor's responsibility to arrange all Non-Disclosure Agreements necessary to interface with other contractors to accomplish the CINS mission. MCSC's CINS mission is to act as the central agent for the research, development, acquisition, and life cycle management of communications, intelligence, surveillance, and networking systems throughout the Marine Corps. The PG's assigned mission includes the responsibility of CINS for the Operating Forces and the Support Establishment. The programs within the PG cover all phases of the acquisition process. Work will be performed in Stafford, Va., and work is expected to be completed in Feb. 2010. Contract funds in the amount of $3,822,478 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

BAE Systems Land and Armament LP, Minneapolis, Minn., is being awarded $21,258,964 for a delivery order under a previously awarded contract (N00014-06-D-0046) to research and develop an Advanced Containment Launcher for Electromagnetic Rail Gun. Work will be performed in Minneapolis, Minn., and work is expected to be completed Sept. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an Office of Naval Research Broad Agency Announcement 05-003. Office of Naval Research, Arlington, Va., is the contracting activity.

Motorola, Inc., Columbia, Md., is being awarded a $20,000,000 modification to a previously awarded indefinite delivery, indefinite quantity contract (N65236-06-D-5196) for hand-held radios to support the Enterprise Land Mobile Radio (ELMR) Infrastructure. The cumulative value of this contract, including this modification is $63,105,144. Work will be performed in Columbia, Md., and is expected to be completed by September 2009. Contract funds in the amount of $20,000,000 will expire at the end of the current fiscal year. This contract was competitively procured through the Federal Business Opportunities website and the SPAWAR e-Commerce website, with six offers received. The Space and Naval Warfare Systems Atlantic is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $16,615,880 modification to previously awarded contract (N00024-06-C-6311) to provide integration services for mission packages that will deploy from and integrate with the Littoral Combat Ship. The Navy's plan is to use spiral development to improve mission capability in identified mission areas. LCS Mission Packages will be optimized for flexibility in the littorals. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations including prosecution of small boats. The LCS Mission Packages are developed and acquired separately from the LCS Sea Frame. Work will be performed in Bethpage, N.Y., (47 percent), Washington, D.C., (26 percent), Panama City, Fla., (12 percent), Hollywood, Md., (12 percent), San Diego, Calif., (2 percent), and Dahlgren, Va., (1 percent) and is expected to be completed by Sept. 2009. Contract funds in the amount of $3,323,180 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Ocean Systems Engineering Corp., is being awarded $16,199,973 for task order #0051 under previously awarded contract (M67854-02-A-9020) for the Marine Corps Systems Command's Communications, Intelligence and Networking Systems (CINS) Product Group's (PG's) mission is to act as the central agent for the research, development, acquisition, and life cycle management of communications, intelligence, surveillance, and networking systems throughout the Marine Corps. The PG's assigned mission includes the responsibility of CINS for the Operating Forces and the Supporting Establishment. The programs within the PG cover all phases of the acquisition process. The scope of this Statement of Work is to provide engineering and technical support for the CINS PG's Strategic Business Team, PM Communications and Networking Systems (PM CNS), PM Intelligence Systems (PM INTEL) and PM Counter Radio Controlled Improvised Explosive Device Electronic Warfare (PM CREW). The Contractor shall be required to interface and coordinate with other contractors supporting CINS including those in all the Commercial Enterprise Omnibus Support Service (CEOss) domains. It is the contractor's responsibility to arrange any Non-Disclosure Agreements necessary to interface with other contractors in order to accomplish the CINS mission. Work will be performed in Stafford, Va., and work is expected to be completed in Feb. 2010. Contract funds in the amount of $905,089 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Zel Technologies, LLC*, Hampton, Va., is being awarded a $7,382,410 cost plus fixed fee contract to provide research and development efforts relative to understanding oceanographic phenomenon. Specifically this contract provides for mission support for the U.S. Navy P-3C aircraft, by providing specific engineering investigations, consisting of Multi-spectral Electromagnetic and Electro-optical Propagation through atmospheric, marine, and land environments. Work will be performed in Boulder, Colo., (86 percent); Fairfax, Va., (13 percent); and Hampton, Va., (1 percent), and is expected to be completed in Feb. 2014. 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-0026).

Sealaska Environmental Services, LLC*, Juneau, Alaska, is being awarded a $5,505,095 indefinite delivery, indefinite quantity contract for operation, maintenance, and long term monitoring environmental services at various locations within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The maximum dollar value, including the base period and four option years, is $28,531,879. Task Order 0001 is being awarded at $451,500 for operation and maintenance of remediation sites A and F located on Naval Base Kitsap, Bangor Submarine Base, and Silverdale, Wash. Work for this task order is expected to be completed by Mar. 2010. All work on this contract will be performed in the NAVFAC Northwest AOR including but not limited to, Wash., (78 percent), Alaska, (18 percent), Ore., (1 percent), Idaho, (1 percent), Mont., (1 percent), and Wyo., (1 percent), and work is expected to be completed Mar. 2014. Contract funds for Task Order 0001 will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with four proposals received. The Naval Facilities Engineering Command Northwest, Silverdale, Wash., is the contracting activity (N44255-09-D-4005).

Correction: Contract awarded Feb. 5, 2009, to George Mason University, Fairfax, Va., has an amended contract base award amount of $7,140,937 and with contract options exercised the total cumulative value of the contract will be $10,360,084.

USSOCOM

L-3 Services of Tampa, Fla., is being awarded a $400,000,000 maximum order amount modification to increase the contract ceiling on the current indefinite delivery indefinite quantity contract for information technology support to USSOCOM Headquarters, its component commands, theater special operation commands and the military departments (Army, Navy, Air Force, Marine Corps) that have or provide direct support to Special Operations Forces. The work will be performed in Tampa and other locations and will expire Mar. 31, 2011. The ceiling increase will be accomplished by issuing modification P00047 to contract number USZA22-02-D-0017 on an 'other than full and open' competition basis.

ARMY

Raytheon Co., Cage 96214, McKinney, Texas, was awarded on Dec. 23, 2008, a $179,677,365 firm fixed price for production contract for a modification to multi-year, firm fixed price, time and materials contract Number W15P7T-06-C-M209 with Raytheon Network Centric Systems (Raytheon), to increase the quantity of Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (SGF) Block 1 A-Kits that can be obtained under the contract's existing options, to enable the Government to acquire up to 6,153 additional HTI SGF Block 1 A-Kits/B-Kits. Work is to be performed at McKinney, Texas, with an estimated completion date of Nov. 30, 2012. One sole source bid was solicited with one bid received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-M209).

AIR FORCE

The Air Force is modifying a cost plus incentive fee contract with McDonnell Douglas Corp., of Long Beach Calif. for an amount not to exceed $114,400,000. This contract modification is a Foreign Military Sales requirement for procurement of a spare engine, night vision devices, ground handling equipment, spares, alternate mission equipment, support equipment, publications, repair and return, contractor logistics support, participation in the Globemaster III Sustainment Partnership, and services. At this time, $56,056,000 has been obligated. 516 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8614-04-C-2004, P00278).

The Air Force is awarding an indefinite delivery, indefinite quantity contract to the Raytheon Co., of Tucson, Ariz. for $49,750,000. This action will provide Small Unmanned Aerial System Research and Evaluation program. At this time $76,095 has been obligated. AFRL/PKDA, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-09-D-7905).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Microelectronics Advanced Research Corp., (MARCO), Durham, N.C., is being awarded a $10,000,000 modification to a previously awarded other transaction agreement for phase four (year three) of the Focus Center Research Program. Work will be performed in Durham, N.C., (11 percent); Pittsburgh, Pa., (17 percent); Atlanta, Ga., (19 percent); Cambridge, Mass., (17 percent); Berkeley, Calif., (21 percent); Los Angeles, Calif., (15 percent); and is expected to be completed Nov. 2009. This is a sole source award. Funds will not expire at the end of the current fiscal year. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-07-3-0002, P00008).

No comments: