Thursday, March 12, 2009

MILITARY CONTRACTS March 12, 2009

NAVY

FCX Systems *, Morgantown, W. Va., is being awarded a $25,381,248 firm-fixed price, indefinite-delivery/indefinite-quantity contract for delivery of an estimated quantity of 270 volts direct current power supplies ship supply equipment intended for shipboard aircraft maintenance for the F-35 Joint Strike Fighter and related technical data. Work will be performed in Morgantown, W. Va., and is expected to be completed by Mar. 2014. Contract funds in the amount of $5,999,999 will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-09-D-0016).

Aranea Solutions, Huntsville, Ala., is being awarded a $17,929,431 firm-fixed-price time and materials indefinite-delivery/indefinite-quantity contract for support of the Joint Technical Data Integration (JTDI) System and other tactical logistics IT programs. This contract includes a base year and three option periods, which if exercised, bring the total estimated value of the contract to $70,164,715. Work will be performed in Huntsville, Ala., (60 percent) and Patuxent River, Md., (40 percent), and work is expected to be completed by Mar. 2014. Contract funds will not expire before the end of the current fiscal year. This contract was competitively procured, with one offer received in response to this solicitation. The Naval Inventory Control Point is the contracting activity (N00104-09-D-Q451).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $12,755,479 modification to previously awarded contract (N00024-05-C-4404) to exercise an option for alterations and repairs for the USS Cole (DDG-67) FY09 docking selected restricted availability. The major alterations and repairs for the USS Cole include: repairs to underwater hull; repairs to propeller shafts and struts; repair to sonar dome; and bow-strengthening alteration. Work will be performed in Norfolk, Va., and is expected to be completed by Jun. 2009. Contract funds in the amount of $12,755,479 will expire at the end of the current fiscal year. The Mid-Atlantic Regional Maintenance Center, Norfolk, Va., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $11,066,515 modification to a previously awarded cost-plus-fixed-fee contract (N00019-08-C-0025) for Increment II of the CV-22 aircraft Block 20 upgrade program. Efforts to be provided include concept definition, non-recurring engineering, drawings, non-recurring prototype manufacturing, installation, and associated logistic support to integrate and test the V-22 Multi-Mission Advanced Tactical Terminal Replacement Receiver, and improved crew interface of broadcast data. Additionally, this procurement provides for the non-recurring logistical support to augment the contractor engineering technical support team. Work will be performed in Philadelphia, Pa., (81 percent); Fort Worth, Texas, (10 percent); and Fort Walton Beach, Fla., (9 percent), and is expected to be completed in Sept. 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.

Raytheon Co., Tucson, Ariz., is being awarded a $9,671,692 modification to previously awarded contract (N00024-07-C-5431) to incorporate Value Engineering Change Proposals (VECP) to the Evolved SEASPARROW missiles for the NATO SEASPARROW consortium and the United Arab Emirates. This contract modification with Raytheon Co., incorporates VECPs to the Evolved SEASPARROW Missiles for Australia, Canada, Germany, Greece, Norway, Spain, Turkey, United Arab Emirates and the United States. The NATO SEASPARROW consortium, which includes the United States and 9 other countries and the United Arab Emirates, will fund the effort under this contract. Work will be performed in Tucson, Ariz., (45 percent); Camden, Ark., (2 percent); Andover, Mass., (10 percent); Australia, (11 percent); Canada, (7 percent); Denmark, (1 percent); Greece, (1 percent); Germany, (8 percent); The Netherlands, (6 percent); Norway, (5 percent); Spain, (3 percent); and Turkey, (1 percent), and is expected to be completed by Dec. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Information and Electronic Systems, Nashua, N.H., is being awarded a $9,511,957 modification to previously awarded contract (N00164-09-C-WQ19) for engineering service support for Quick Reaction Dismounted Guardian Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) systems. The CREW systems are used to counter the continuous and evolving improvised explosive device threat as it becomes known in theater. The engineering service support will include analyzing new IED threat devices and development of jamming waveforms to counter the devices. Work will be performed in Nashua, N.H., and is expected to be completed by Mar. 2013. Contract funds in the amount of $1,434,000 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane Ind., is the contracting activity.

Barnhart Inc., San Diego, Calif., is being awarded $8,874,998 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62473-08-D-8614) for design and construction of a new in-service engineering facility for ordnance maintenance operations at the Naval Air Weapons Station, China Lake, Calif. The task order also contains one unexercised option for physical security equipment, which if exercised would increase cumulative task order value to $8,974,998.00. Work will be performed in China Lake, Calif., and is expected to be completed by May 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.

HydroAcoustics Inc., Henrietta, N.Y., is being awarded a maximum $8,700,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for HLF-1D and HLF-1E transducers. Efforts will include procurement of HydroAcoustic Low Frequency (HLF) series transducers and maintenance kits, along with refurbishment, conversion and support services associated with existing HLF-1 series transducer. Work will be performed in Henrietta, N.Y., and is expected to be completed by Mar. 2011. Contract funds in the amount of $50,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-09-D-1860).

Imedia.it, Houston, Texas, is being awarded an $8,370,187 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for education/training products and support services managed by the Naval Education and Training Professional Development and Technology Center (NETPDTC), Pensacola, Fla. This contract includes a base year and four option periods, which if exercised, bring the total estimated value of the contract to $43,850,230. Work will be performed at Houston, Texas, (95 percent); and Pensacola, Fla., (5 percent), and work is expected to be completed by Sept. 2009. Contract funds will not expire before the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online, with18 offers received. The Fleet and Industrial Supply Center Norfolk Detachment Philadelphia is the contracting activity (N00189-08-D-Z039).

Jacobs Engineering, Dumfries, Va., is being awarded $7,322,634 for task order #0021 under previously awarded contract (M67854-02-A-9017) to provide technical support to the Marine Corps Systems Command, Information Systems and Infrastructure Product Group, Marine Corps network and infrastructure services program office for sustainment support and additional transition support to include assisting in monitoring the cutover progress and attending daily meetings. Throughout the contract period the contractor will be required to coordinate schedules, assist with data collection for assets, user requirements management; application inventory; and related actions necessary to effect transition activities and seat cutover, technical refresh schedules and activities and life-cycle sustainment in the NMCI environment (e. g. SRM data collection, asset reconciliation and tracking). The scope of this task will be structured to reflect support for Major Commands across the Marine Corps sites. Work will be performed in Camp Lejeune, N.C.,(22 percent); New Orleans, La., (15 percent); Okinawa, Japan, (12 percent); Camp Pendleton, Calif., (11 percent); Quantico, Va., (11 percent); Miramar, Calif., (8 percent); Beaufort, S.C., (3 percent); Kaneohe Bay, Hawaii, (3 percent); Albany, Ga., (3 percent); Arlington, Va., (2 percent); Barstow, Calif., (2 percent); Twenty-Nine Palms, Calif., (2 percent); Yuma, Ariz., (2 percent); San Diego, Calif., (2 percent); and Parris Island, S.C., (2 percent), and work is expected to be completed in December 2009. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Pacific Program-Design Management Services JV, Pasadena, Calif., is being awarded $5,727,416 for firm-fixed price task order #0004 under a previously awarded indefinite-delivery/indefinite-quantity, architect/engineer contract (N62742-08-D-0009) for the program support services for various projects covered by the Defense Policy Review Initiative and other projects under the cognizance of the Naval Facilities Engineering Command, Pacific. The work to be performed provides for preparation of the technical sections of the Request for Proposal contract documents for the design-build acquisition at NCTS Finegayan and Apra Harbor, Guam. The project at NCTS Finegayan prepares for the Finegayan USMC Bachelor Enlisted Quarters area. The project will include site preparation, arterial access and perimeter roads, street lighting, electrical distribution, water distribution, wastewater collection lines, and communication distribution system lines. The project will also include gate houses for commercial vehicles and main gate to control access to the site. The project at Apra Harbor will upgrade the existing utilities to support the Marine Corps embarkation capability package on Guam. The project will provide shore side utility improvements including Bilge Oily Waste Transfer System, steam, compressed air, potable water, power, communications, wastewater, fire alarm and hydrants. Work will be performed in Guam and is expected to be completed by Aug. 31, 2009. 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.

AIR FORCE

The Air Force is modifying a fixed price incentive firm contract with Northrop Grumman Systems Corp., of San Diego, Calif., for an amount not to exceed $107,575,999. This action will provide for long lead items associated with LRIP Lot 8 Global Hawk Block 40 air vehicles. At this time, $25,999,999 has been obligated. 303 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8620-08-C-3001, P00007).

DEFENSE LOGISTICS AGENCY

Mine Safety Appliances, Pittsburgh, Pa., is being awarded a maximum $44,938,296 firm fixed price, indefinite-delivery, indefinite quantity contract for advanced combat helmets. Other location of performance is Vermont. Using services are Army, Navy, Air Force and Marine Corps. The proposal was originally DIBBS solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Mar. 10, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM1C1-09-0036).

General Electric Co., Cincinnati, Ohio, is being awarded a maximum $7,587,417 fixed price with economic price adjustment contract for equipment delivery. Other location of performance is Massachusetts. Using service is Air Force. There was one proposal originally solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is June 29, 2012. The contracting activity is the Defense Supply Center Richmond, ZBA (DSCR-ZBA), Tinker AFB, Oklahoma (FA8104-05-G-0004-UN06).

No comments: