Thursday, March 26, 2009

MILITARY CONTRACTS March 26, 2009

AIR FORCE
The Air Force is modifying a firm fixed price contract with Honeywell International Incorporated of Tempe, Ariz., for $87,143,385. This indefinite delivery, indefinite quality requirements contract is for overhaul/repair and spares in support of several weapons systems. At this time, no money has been obligated. 448 SCMG/PKBC, Tinker Air Force Base is the contracting activity (F34601-00-D-0371, P00068).

The Air Force is awarding an indefinite delivery, indefinite quantity contract to L-3 Communications Corp., of Camden, N.J., for a maximum $49,750,000. This action will provide for small UAS research and evaluation program is to provide maximum flexibility to perform research and evaluation for Small Unmanned Serial Systems. At this time, $78,414 has been obligated. AFRL/PKDA, Wright-Patterson Air Force Base, Okla., is the contracting activity (FA8650-09-D-7903).

The Air Force is modifying a cost plus fixed fee contract to BBN Technologies Corp., of Cambridge, Mass., for $11,338,058. The action provides for Wireless Network after Next Adaptive Network Development. At this time, the entire amount has been obligated. AFRL/RIKF Rome, N.Y., is the contracting activity (FA8750-07-C-0169, P00005).

NAVY

The Haskell Co., Jacksonville, Fla., is being awarded a $23,199,000 firm fixed price contract for design and construction a Bachelor Enlisted Quarters (BEQ) at Marine Corps Air Station Cherry Point. The BEQ shall contain a total of 180 sleeping rooms (174 double-occupancy; two units on the ground floor handicap accessible double-occupancy). Maximum housing occupancy shall be 348 enlisted military personnel. Each BEQ shall include an interior corridors, entrance vestibule, Barracks Manager's office with duty counter, duty storage, private head and bunk room; multi-purpose room; linen storage room; laundry room with commercial-grade top loading washers and stackable dryers; single public head; vending space; elevator; stair towers; janitor closets; facility support spaces include mechanical room, electrical room, telecommunications room, and fire protection/pump room; and material storage rooms. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $25,026,000. Work will be performed in Cherry Point, N.C., and is expected to be completed by Apr. 2011. 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 15 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-3! 201).

Rockwell Collins Inc., Richardson, Texas, is being awarded a $10,281,275 fixed firm price contract for approximately 37,250 man-hours of non-recurring engineering, installation, and testing in support of Phase four of the Internet Protocol and Bandwidth Expansion (IPBE) for the E-6B Take Charge and Move Out (TACAMO) aircraft. In addition, a total of three options with a total value of $7,678,423 are being exercised at time of award that includes an additional 40,900 man-hours of non-recurring engineering, installation, and testing. The purpose of the IPBE Phase 4 is to install the Digital Northstar System on the E-6B aircraft to provide the aircraft with the necessary interoperability and the proper configuration to communicate with DNS ground sites. Work will be performed in Richardson, Texas, (69 percent); Cedar Rapids, Iowa, (18 percent); and Phoenix, Ariz., (13 percent), and is expected to be completed in Mar. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0035).

AECOM Design, Roanoke, Va., is being awarded a maximum amount $7,500,000 firm fixed price, indefinite quantity contract for architectural design and engineering services for support of projects within the Naval Facilities Engineering Command Mid-Atlantic area of responsibility (AOR). The work to be performed provides for architectural and engineering services, including civil/structural/mechanical/electrical. Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan preparation, Operation and Maintenance Support Information, and construction surveillance and engineering consultation services during construction. Work will be performed at various Navy and Marine Corps Installations and other Government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to Conn. (35 percent), R.I., (35 precent) and Mass. (30 percent), and is expected to be completed by Mar. 2014. 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 17 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-D-7020).

Scott Technologies, Inc. DBA Scott Health & Safety, Monroe, N.C., is being awarded a $6,384,000 firm fixed price requirements contract for the procurement of 3,200 Supplied Air Respirator with Escape Self Contained Breathing Apparatus. Work will be performed in Monroe, N.C., and is expected to be completed by Mar. 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with one offer was received. The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-09-D-0011).

Correction:
UNITED STATES TRANSPORTATION COMMAND

Lynden Air Cargo, LLC, of Anchorage, Alaska, 99502-1809 is being awarded a $52,788,495.00 firm fixed price requirements contract to obtain air cargo service from Elmendorf Air Force Base, Alaska, to Shemya and various points throughout the state of Alaska. The performance period is from Apr. 1, 2009, to Mar. 31, 2010, plus four one-year options. This contract was a competitive acquisition with one bid received. The contracting activity is United States Transportation Command Directorate of Acquisitions, Scott Air Force Base, Ill., 62225 (HTC711-09-D-0015). Both Lynden Air Cargo and Elmendorf Air Force Base are in Alaska vice Arkansas.

No comments: