Tuesday, March 31, 2009

MILITARY CONTRACTS March 31, 2009

DEFENSE LOGISTICS AGENCY

Siemens Medical Solutions USA, Inc., Malvern, Pa. is being awarded a maximum $267,000,000 fixed price with economic price adjustment contract for radiology systems, subsystems and components. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The proposal was originally solicited on FedBizOps with 27 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 30, 2010. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM2D1-09-D-8314).

General Electric Company, Lynn, Mass. is being awarded a maximum $12,800,493 firm fixed price, sole source contract for engine exhaust frame units. There are no other locations of performance. Using service is Navy. There was originally 1 proposal solicited with 1 response. This award will be as an undefinitized contractual action against a basic ordering agreement. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is August 30, 2010. The contracting activity is the Defense Supply Center Richmond (DSCR-ZCC), Philadelphia, Pa. (FA8122-09-G-0001 THA4).

NAVY
Raytheon Co., Tucson, Ariz., is being awarded a $207,297,746 firm fixed price contract for the procurement of 207 FY2009 Tomahawk Block IV All-Up-Round (AUR) missiles. The Tomahawk Block IV missile is capable of launch from surface ships equipped with the Vertical Launch System (VLS), submarines equipped with the Capsule Launch System (CLS), and submarines equipped with the Torpedo Tube Launch (TTL) System. This contract provides for 153 VLS missiles, 42 CLS missiles, and 12 Composite CLS capsules. Work will be performed in Tucson, Ariz. (32 percent); Walled Lake, Mich. (9 percent); Camden, Ark. (8 percent); Anniston, Ala. (5 percent); Glenrothes, Scotland (5 percent); Huntsville, Ala. (4 percent); Ft. Wayne, Ind. (4 percent); Minneapolis, Minn. (4 percent); Ontario, Calif. (3 percent); Spanish Fork, Utah (3 percent); Westminster, Colo. (2 percent); El Segundo, Calif. (2 percent); Middletown, Conn. (2 percent); Largo, Fla. (2 percent); Vergennes, Vt. (2 percent); Farmington, N.M. (.2 percent), and various INCONUS and OCONUS locations (12.8 percent), and is expected to be completed in July 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-0007).

The Lockheed Martin Space Systems Company, Space and Strategic Missiles, Sunnyvale, Calif., is being awarded a $63,575,679 modification P00027 under previously awarded cost plus incentive fee contract (N00030-07-C-0100) for the Trident II (D5) Life Extension (LE) SPALT Production. The work will be performed in Calif. (46.20 percent); Mass. (18.57 percent); Minn. (15.01 percent); N.M. (6.25 percent); Ga. (6.11 percent); Fla. (5.29 percent); Pa. (.77 percent); S.C. (.53 percent) and other (1.40 percent), and work is expected to be completed Sept. 30, 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting agency.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $61,617,000 not-to-exceed order against a previously issued basic ordering agreement (N00019-07-G-0008) for Ice Protection System upgrades for 49 Marine Corps MV-22 and 8 Air Force CV-22 aircraft under the production and deployment phases of the V-22 Program. Work will be performed in Ft. Worth, Texas (99 percent) and New River, N.C. (1 percent), and is expected to be completed in December 2010. Contract funds in the amount of $18,948,386 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Fairfax, Va., is being awarded a $39,998,237 not-to-exceed contract for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B research and development, and production requirements. The SEWIP Block 1 provides enhanced Electronic Warfare capabilities to existing ship combat systems to improve Anti-Ship Missile Defense, counter-targeting and counter-surveillance capabilities, and improved battlefield situational awareness. This contract includes the continued design and development of SEWIP Block 1B3 with a specialized HGHS subsystem, and full rate production of SEWIP Block 1B2 units. Integration of a specialized HGHS subsystem into the SEWIP Block 1B3 upgrade will enhance detection capabilities for emergent threats. Work will be performed in Fairfax, Va. (60 percent) and Syracuse, N.Y. (40 percent), and is expected to be completed by July 2011. 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-5396).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $33,338,448 modification to a previously awarded indefinite delivery, indefinite quantity contract (N00019-07-D-0004) to exercise an option for the VH-3D/VH-60N Executive Helicopter Special Progressive Aircraft Rework. Efforts to be provided include security manpower, security maintenance support, VH-3D project engineering support, VH-60N project engineering support, VH integrated logistic support, VH on-site training, technical manuals, technical manuals contractor support, technical manuals travel, and program support. Work will be performed in Stratford, Conn., and is expected to be completed in September 2009. Contract funds in the amount of $33,348,448 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

TJ Drafting and Design, Inc., Christmas Fla., is being awarded an estimated $20,979,174 firm fixed price contract to advance the training capability, operational readiness, and tactical proficiency of Joint Terminal Attack Controllers (JTAC's), Joint Forward Observers (JFO's), and Forward Air Controllers (FAC's). The personnel shall use training scenarios that require the placement of tactical ordnance on selected targets using Joint Close Air Support (JCAS) procedures and observed fire procedures for Naval Surface Fire Support (NSFS), artillery and mortar fire to perform destruction, neutralization, suppression, illumination/coordinated illumination, interdiction, and harassment fire missions. Work will be performed at multiple Marine Corp bases worldwide, and work is expected to be completed August 31, 2011. Contract funds in the amount of $12,300.000 will expire at the end of the current fiscal year. This contract was competitively procured, with four offers received. The Marine Corps System Command, Orlando, Fla., is the contracting activity (M67854-09-C-8031).

W.F. MaGann Corporation, Portsmouth, Va., is being award a $15,299,406 firm fixed price contract for repairs to W306 and W305 Bulkheads at Naval Station Norfolk. The work to be performed provides for bulkhead repair consisting of the provision of sheet pile installation, seawall repairs by concrete replacement and/or shotcrete, cleat replacement; and demolition of the existing timber fender system. The option includes demolition of existing seawall. Work will be performed in Norfolk, Va., and is expected to be completed by April 2010. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five bids received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-5058).

RBC, Inc.*, Alexandria, Va., is being awarded a $13,339,000 modification to a previously awarded cost plus fix fee contract (N00421-09-C-0034) to exercise an option for program management and technical services for the U.S. Navy and the Government of Taiwan, Norway, South Korea and Portugal in support of the P-8A and the P-3 Aircraft. Work will be performed in Patuxent River, Md., and is expected to be completed in September 2009. Contract funds will not expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($7,344,248; 79.4 percent); and the Governments of Taiwan ($1,518,417; 16.4 percent); Norway ($171,100; 1.8 percent); South Korea ($135,000; 1.5 percent); and Portugal ($83,500; .9 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

The Haskell Company, Jacksonville, Fla., is being awarded a $12,492,000 firm fixed price contract for sewage treatment plant upgrades at the Naval Surface Warfare Center, Indian Head. The work to be performed provides for design/build upgrades of the existing sewage treatment facility to comply with Maryland Department of the Environment water quality standards for nitrogen and phosphorus levels and the Chesapeake Bay Restoration memorandum of understanding between the United States Department of Defense and the State of Maryland, which seeks to remove the Bay from the Section 303(d) Clean Water Act list of impaired waters by January 1, 2011. Combined renovation and new construction to the sewage treatment plant includes a post equalization tank, a chemical feed system for phosphorus removal, a supplemental carbon feed system, a biological nutrient removal system, a control/laboratory building and a denitrifying sand filtration system. Work will be performed in Indian Head, Md., and is expected to be completed by October 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 three proposals received. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity (N40080-09-C-0159).

Wilson Okamoto Corporation, Ltd., Honolulu, Hawaii, is being awarded a maximum amount $7,500,000 firm fixed price, indefinite delivery, indefinite quantity architect-engineering contract for preparation of plans and specifications for structural projects in the NAVFAC Hawaii area of responsibility (AOR). The work to be performed provides for preparation of plans, specifications, cost estimates, bidding information including preparation of design-build request for proposal contract documents, functional analysis and concept development, economic analysis, DD1391 project documentation, and investigations of various structural engineering and other types of projects. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR, and is expected to be completed by March 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 six proposals received. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-09-D-5003).

Harris Corp., Melbourne, Fla., is being awarded a $7,426,550 modification to a previously awarded firm fixed price contract (N00019-05-C-0044) to for the procurement of 95 Tactical Aircraft Moving Map Capability (TAMMAC) Digital Map Computers (DMC) for the U.S. Navy; 83 TAMMAC Digital Video Map Computers (DVMC) for the U.S. Navy (68) and the Royal Australian Air Force (15); and 132 Extension Housings for U.S. Navy (120) and the Royal Australian Air Force (12). These computers are used in F/A-18C/D/E/F, EA-18G, AV-8B, UH-1Y/AH-1Z aircraft. Work will be performed in Malabar, Fla. (80 percent) and Palm Bay, Fla. (20 percent), and is expected to be completed in March 2011. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($6,657,908; 89.65 percent) and the Government of Australia ($768,642; 10.35 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Virtexco Corporation, Norfolk, Va., is being awarded firm fixed price Task Order 0002 at $5,951,000 under a multiple award construction contract for the construction of Naval Environmental Preventive Medicine Unit 2 Replacement Facility at Naval Station Norfolk. The one-story building will house operations, administration, laboratories and support functions. Work will be performed in Norfolk, Va., and is expected to be completed by August 2010. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-D-5033).

AIR FORCE
The Air Force is awarding a requirements contract to Lockheed Martin Corporation, Owego, New York for $40,623,549. This action provides for remanufactured B-2 Defense Management System. At this time, no money has been obligated. 448 SCMG/PKBF, Tinker Air Force Base is the contracting activity. (FA8119-09-D-0007)

The Air Force is awarding a cost plus fixed fee contract to the Scitor Corporation of El Segundo, California for $18,000,000. This contract will provide advisory and assistance services to the Space Base Infrared Systems Wing for a period of nine months starting April 1, 2009. At this time, $5,553,000 has been obligated. SMC, El Segundo, California is the contracting activity. (FA8810-09-C-002)

The Air Force is modifying an indefinite delivery, indefinite quantity contract with Lockheed Martin Corporation of Marietta, Georgia for $13,271,411. This contract action is for the C-5 Reliability Enhancements and Re-engining Program System Development and Demonstration, Contract Change Proposal. At his time, the entire amount has been obligated. ASC/716/AESG, Wright-Patterson Air Force Base, Ohio is the contracting activity. (F33657-02-C-2000, P00175)

The Air Force is awarding an indefinite delivery, indefinite quantity contract to Science Applications International Corporation of San Diego, California for a maximum $12,000,000. This contract action develop methodologies, tools, and techniques for producing adaptive, distributed sensing architecture cures in support of the AFRL/RY Multi-Layered Sensing vision. At this time, $100,000 has been obligated. AFRL/PKSE, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8650-09-D-1509)

The Air Force is modifying a cost plus award fee contract with Northrop-Grumman Space and Mission of Clearfield, Utah for $10,374,341. This contract action provides support for the Intercontinental Ballistic Missile Minuteman III Weapons System. At this time, $8,601,910 has been obligated. OO-ALC/526th ACMBSG/PKE, Hill Air Force Base, Utah is the contracting activity. (F42610-98-C-001).

The Air Force is awarding a firm fixed price, indefinite delivery, indefinite quantity contract to Cubic Defense Application, Inc., of San Diego, California for $9,451,735. This contract action will provide the Saudi Arabia Kingdom Training Systems Contractor Logistical Support Program with Operations and Maintenance Capability at several locations in Saudi Arabia. At this time, the entire amount has been obligated. 675 ARSS/PK, Eglin Air Force Base, Florida is the contracting activity. (FA8678-09-D-0123)

The Air Force is awarding a firm fixed price contract to Camber Corporation of Huntsville, Alabama for $7,278,049. This action will provide AETC the Air Force Chief of Staff tasked redesign of the current Navigation/Electronic Warfare Officer training pipeline in order to produce aviator's skills in advance navigation systems, electronic warfare, weapons deployment, and able to operate the complex systems critical to the Air Force mission. 663 AESS/SYKA, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8617-09-C-6162).

No comments: