Wednesday, March 04, 2009

MILITARY CONTRACTS March 4, 2009

NAVY

EDO Communications and Countermeasures Systems, Inc., Thousand Oaks, Calif., is being awarded a $316,848,122modification to previously awarded contract (N00024-07-C-6311) for the production and support of 4,501 JCREW 2.1 Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) systems to meet urgent Department of Defense (DoD) requirements in support of Operation Iraqi Freedom. Vehicle Mounted CREW systems are one element of the DoD's Joint Counter RCIED Electronic Warfare program. Spiral 2.1 CREW systems are vehicle mounted electronic jammers designed to prevent the initiation of Radio-Controlled Improvised Explosive Devices. Work will be performed in Thousand Oaks, Calif., and is expected to be completed by Apr. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Management Services Group, Inc.*, (doing business as Global Technical Systems*), Virginia Beach, Va., is being awarded a $95,000,000 indefinite delivery, indefinite quantity contract for the Navy's new Common Processing System (CPS). Initial funding to be placed on this contract is $4,754,597. The contract provides for the design, development, qualification, and production of a COTS-based, Grade A shock-qualified, processing system in support of Navy platforms. Efforts may include development of logistics support products, spares, and support services. The CPS equipment procurement provides a processing system that supports the Navy's planned implementation of Open Architecture (OA) for Navy combat systems. The CPS will be designed around commercially available hardware and software and will provide computer processing and memory, data storage and extraction and I/O interfaces to support host software applications of Navy combat systems. The CPS will meet the computing requirements of other programs of record, including Aegis Modernization. Work will be performed in Virginia Beach, Va., (54.3 precent); King George, Va., (16.3precent); Chesapeake, Va., (16.0 precent); Gaithersburg, Md., (10.6 precent); and Johnstown, Pa., (2.8 precent), and is expected to be completed by Jan. 2010. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured as a total small business set-aside. The requirement was solicited through the Navy Electronic Commerce Online and Federal Business Opportunities websites with 6 small business offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-09-D-5212).

Choctaw Manufacturing Defense Contractor, Antlers, Okla., is being awarded a $55,835,557 firm fixed price, indefinite delivery, indefinite quantity contract to replace the current M105 Cargo Trailer, M149 Water Bull, and the M353 General Purpose trailer with trailers capable of augmenting the MTVR's increased mobility without degrading its operational capabilities. This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,417,641. Work will be performed in Antlers, Okla., and is anticipated to be completed by Mar. 2014. Contract funds in the amount of approximately $38.4 million will expire at the end of the current fiscal year. This contract was not competitively procured. One offer was solicited and one offer was received from a tribally–owned 8(a) firm that has been certified by the Small Business Administration. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

AT&T Government Solutions Inc., Vienna, Va., Computer Sciences Corp., Falls Church, Va., and Synectic Solutions Inc.*, Oxnard, Calif., are being awarded an indefinite delivery, indefinite quantity multiple award contract for the acquisition of integrated logistics support for the Naval Facilities Expeditionary Logistics Center located at Naval Base Ventura County, Port Hueneme, Calif. The maximum dollar value, including the base period and four option years, for all three contracts combined is $30,000,000. All work on this contract will be will be performed in Port Hueneme, Calif. The term of the contract is not to exceed 60 months, with an expected completion date of March 2014. This contract was competitively procured via the Navy Electronic Commerce Online website. The three contractors may compete for task orders under the terms and conditions of the awarded contract. Contract funds will not expire at the end of the fiscal year. Specialty Center Acquisition NAVFAC, Port Hueneme, Calif., is the contracting activity (N62583-09-D-0061/0062/0063).

Teledyne Brown Engineering, Huntsville, Ala., is being awarded a $6,178,103 cost plus incentive fee contract to design, engineer, build, test, and deliver ocean Littoral Battlespace Sensing-Gliders (LBS-G) as well as associated support equipment as part of the Littoral Battlespace Sensing, Fusion, and Integration (LBSF&I) program. LBS-G will provide a low-observable, highly persistent ability to characterize ocean volume properties that influence sound propagation and acoustic weapon and sensor performance predictions within an area of interest. This contract includes firm fixed priced, cost plus fixed fee options which, if exercised, would bring the cumulative value of this contract to an estimated $52,576,722. Work will be performed East Falmouth, Mass.,(80 percent); Pocasset, Mass., (11 percent); Huntsville, Ala., (5 percent); New Brunswick, N.J., (4 percent), and is expected to be completed by Jul. 2010 (Nov. 2014 with options exercised). Contract funds will not expire at the end of the current fiscal year. This contract wascompetitively procured, with four offers received via the SPAWAR e-Commerce Central website. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-09-C-0019).

Correction: Contract awarded Mar. 2, 2009, to ATK Alliant Tactical Systems Division should have stated the location as Keyser, W.V. vice Leyser, W.V.

AIR FORCE

The Air Force is modifying a contract with Lockheed Martin Space Systems Co., Sunnyvale, Calif., for $175,000,000. This action is to procure the congressionally mandated advance procurement of long-lead parts in FY08 and FY09 for the Advanced Extremely High Frequency Satellite Vehicle four. At this time $104,450,000 has been obligated. MCSW/PK, El Segundo, Calif., is the contracting activity (F04701-02-C-0002 POO347).

The Air Force is modifying a contract with Jacobs Technology, Incorporated, Tullahoma, Tenn., for $22,801,396. This action will provided operational support required by the Air Force Research Laboratory for design, construction, reconfiguration, modification, test operations and maintenance of experimental and support facilities used to perform research and development of rocket propulsion, space systems and their components. At this time $9,250,909 has been obligated. AFFTC/PK, Edwards AFB, California is the contracting activity (F04611-99-C-0003 P00115).

The Air Force is modifying a contract with IAP Worldwide Services, Incorporated, Cape Canaveral, Fla., for $16, 512,251. This contract will exercise option 1 to perform civil engineering services for Hanscom AFB to include customer support services, infrastructure maintenance, facility maintenance, physical plant operations, utilities management, civil engineer services, environmental compliance, engineering support services, repair, some construction, property management and financial management. At the time$7, 736, 473 has been obligated. 66 CONS/LGCA, Hanscom AFB, Mass., is the contracting activity (FA2835-08-D-0001 P00005).

The Air Force is modifying a contract with the Science Applications International Corp., El Segundo, Calif., for $12,737,017. This modification will modify the system engineering and integration services contract to expand the Modernized Global Positioning System User Equipment program. At this time $69,368 has been obligated. GPSW/PK, El Segundo, Calif., is the contracting activity (FAA807-07-C-002/P00019).

The Air Force is awarding a contract to Lockheed Martin Corp., King of Prussia, Pa., for $9,725,522. This contract action will design, fabricate, integrate, and test the Payload Delivery Vehicle for flight demonstration of the Conventional Prompt Global Strike Capability. SMC/XRC, El Segundo, Calif., is the contracting activity (FA8814-08-C-0003).

The Air Force is modifying a contract with Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Marietta for $8,419,000. This contract action is for the C-5 Reliability Enhancement and Re-engineering Program estimate at completion growth and cost overrun. At this time $6,419,126 has been obligated. ASC/516 AESW/716 AESG, Wright-Patterson AFB, Ohio is the contracting activity (F33657-02-C-2000 P00172).

The Air Force is modifying a contract with Northrop Grumman Systems Corp., Integrated Systems Air Combat Systems, San Diego, Calif., for $5,857,128. This action will provide engineering, manufacturing and development infrastructure activates in support of the Global Hawk Program. At this time $5,362,526 has been obligated. 303 AESG/SYK, Wright-Patterson AFB, Ohio is the contracting activity (F33657-01-C-4600 P00304).

DEFENSE LOGISTICS AGENCY

Wolverine World Wide, Rockford, Mich., is being awarded a maximum $13,228,034 fixed price with economic price adjustment, partial set aside, indefinite delivery and indefinite quantity contract for temperate weather, Army combat boots. Other locations of performance are in Ariz., and Mich. Using service is Army. There were six responses to the original proposal solicited. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Mar. 3, 2010. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-09-D-0033).

No comments: