Friday, March 20, 2009

MILITARY CONTRACTS March 20, 2009

AIR FORCE
The Air Force is modifying an indefinite delivery, indefinite quantity contract to Honeywell International Incorporated of Phoenix, Ariz., for a maximum of $70,000,000. The Versatile Affordable Advanced Turbine Engine Program is a joint effort to develop revolutionary and innovative technologies by 2017. At this time, $416,200 has been obligated. Det 1 AFRL/PKPB, Wright Patterson Air Force Base, Ohio is the contracting activity. (FA8650-09-D-2925)

The Air Force is awarding an undefinitized with firm fixed price contract to Raytheon Missile Systems of Tucson, Ariz., for an amount not to exceed $23,000,000. This action provides for production quantities of 70 Maverick Missiles and 1Guidance and Control Section for a Maverick Missile. At this time, $17,250,000 has been obligated. OO-ALC/LHKC, Hill Air Force Base, Utah is the contracting activity. (FA8217-09-C-0046)

The Air Force is awarding a cost plus fixed fee contract with Raytheon Company of Andover, Mass., for $10,996,388. This contract action will design, fabricate, and test the integrated self-healing core circuits and integrated self-healing full receiver-on-chip circuit to demonstrate the Go/No-Go metrics for government evaluation. At this time, $2,036,370 has been obligated. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8650-09-C-7950)

The Air Force is awarding a cost plus fixed fee contract to BAE Systems Information and Electronics of Nashua, N.H., for $10,581, 297. This contract action will design, fabricate, and test the integrated self-healing core circuits and integrated self-healing full receiver-on-chip circuit to demonstrate the Go/No-Go metrics for government evaluation. At this time, $2,533,898 has been obligated. AFRL/PKDA, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8650-09-C-7926)
NAVY

Lockheed Martin Corp., Maritime Systems and Sensors, Integrated Defense Technologies, Baltimore, Md., is being awarded a fixed price type contract not-to-exceed $49,877,689 for FY08 MK 41 Vertical Launching System (VLS) production and delivery requirements. The MK41 VLS program is integral to the navies of nine allied and friendly foreign nations. Release of this highly capable and sophisticated launching system under this contract will prevent unnecessary duplication of research and development and production efforts, thereby freeing allied resources to pursue other mutually beneficial programs. Furthermore, the FMS requirements will reduce the overall unit price of hardware due to economies of scale. This contract combines purchases for the U.S. Navy (43 percent), and the governments of Turkey, (56 percent) and Australia, (1 percent) under the Foreign Military Sales Program. Work will be performed in Baltimore, Md., (64 percent); Minneapolis, Minn., (19 percent); Fort Walton Beach, Fla., (14 percent); Eagan, Minn., (2 percent); and Virginia Beach, Va., (1 percent), and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-09-C-5392).

Computer Sciences Corp., San Diego, Calif., is being awarded a $28,889,625 firm fixed price with cost reimbursable other direct costs contract for support services for the operation, maintenance, support and management of the OCONUS Navy Enterprise Network (ONE-NET), Far East Region. Work will be performed at Yokosuka, Japan, (67 percent); Sasebo, Japan, (3 percent); Misawa, Japan, (4 percent); Atsugi, Japan, (4 percent); Okinawa, Japan, (4 percent), Korea, (4 percent); Singapore, (2 percent) and NCTS Guam, (12 percent), and work is expected to be completed by March 2010. Contract funds will not expire before the end of the current fiscal year. This requirement was issued under limited source justification and competition was waived. The Fleet and Industrial Supply Center Norfolk, Va., is the contracting activity (N00189-09-F-0096).

Wackenhut Services Inc., Palm Beach Gardens, Fla., is being awarded a $16,348,889 modification under a previously awarded firm fixed price, indefinite delivery, indefinite quantity contract (N40080-00-D-0043) for continuation of services under the contract for Regional Base Operating Support Services for the Naval Facilities Engineering Command Washington. The work to be performed is janitorial, heating ventilation and cooling control, preventive maintenance, pest control, grounds maintenance, snow removal, and facility support services. The current total contract amount after exercise of this modification is $204,885,793 ($143,516,568 FFP and $61,369,225 IDIQ). Work will be performed in the District of Columbia (52 percent); Suitland, Md., (18 percent); Quantico, Va., (12 percent); Fort Washington, Md., (7 percent); Clinton, Md., (4 percent); Bethesda, Md., (3 percent); Arlington, Va., (2 percent); and Indian Head, Md., (2 percent), and work is expected to be October 2009. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineer Command Washington, Washington, D.C., is the contracting activity.

Science Applications International Corp., (SAIC), Bloomfield, Ind., is being awarded a cost-plus fixed-fee contract not to exceed $10,998,830 for non-personal professional engineering, technical and management support services, scientific/engineering analysis and studies, test and evaluation, technical data support, field engineering, integrated logistics support, configuration management, and data management support for the H-60 Helicopter Project and Aviation Support Equipment. Work will be performed in Crane, Ind. (40 percent), and Indianapolis, Ind. (60 percent), and is expected to be completed by March 2010. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center Crane Division, Crane, Ind., is the contracting activity (N00164-09-C-JM32).

DEFENSE LOGISTICS AGENCY

Rick Aviation, Inc., Newport News, Va.* is being awarded a maximum $11,660,905 fixed price with economic price adjustment contract for fuel. Other location of performance is Newport News/Williamsburg International Airport. There were originally 131 proposals solicited with 96 responses. Using services are Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies. The date of performance completion is April 30, 2013. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-09-D-0107).

No comments: