Monday, March 09, 2009

MILITARY CONTRACTS March 9, 2009

DEFENSE INFORMATION SYSTEMS AGENCY

Verizon Business Network Services Inc., Ashburn, Va., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract consisting of one five-year base period, two 24-month option periods and one 12-month option period and a maximum ceiling amount of $2,500,000,000. This requirement was announced via the Federal Business Opportunities website and two offers were received. This action, the Defense Information Systems Network (DISN) transmission services - Pacific II (DTS-P II) contract, provides end-to-end transmission services and capabilities essential to Defense Information System Network - Pacific, DoD's consolidated enterprise level telecommunications infrastructure for the expanded Pacific region. The Defense Information Technology Contracting Organization, Pacific is the contracting activity (HC1019-09-D-2000).

NAVY

Raytheon Co., Tucson, Ariz., is being awarded a $30,000,000 modification to previously awarded contract (N00024-09-C-5303) for fiscal year 2009 engineering and technical services in support of STANDARD Missile – 2 (SM-2) for Foreign Military Sales requirements. Work will be performed in Tucson, Ariz., and is expected to be completed by Mar. 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.

SDV Engineering & Construction, JV.*, San Diego, Calif., is being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract for environmental restoration projects, at Marine Corps installations within the Naval Facilities Engineering Command Southwest (NAVFAC SW) area of responsibility (AOR). The total contract amount is not to exceed $30,000,000 (base year and four option years). Work will be performed at Marine Corps installations in the NAVFAC SW AOR, 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 four proposals received. The NAVFAC SW, San Diego, Calif., is the contracting activity (N62473-09-D-1212).

National Technical Systems, East Camden, Ark., is being awarded a $9,582,463 firm-fixed-price-service, indefinite-delivery/indefinite-quantity contract for the engineering services and rapid response testing support for a variety of programs that protect and support the warfighter. The testing support will require specialized test facilities with the capability to handle live ordnance and fixturing to accommodate extreme size and weights. This support will include, but not be limited to, engineering services and infrastructure for characterizing, testing, and documenting the performance of weapons, ammunition, munitions, and energetic systems, components and related systems. Work will be performed in East Camden, Ark., and is expected to be completed by Mar. 2015. Contract funds in the amount of $157,985 will expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-09-D-0007).

LPI Technical Services *, Chesapeake, Va., is being awarded a $7,315,330 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the alteration installation team support. This contract provides for enginee-ring and technical services for shipboard systems and equipment associated with firefighting, damage control, and personnel protection. Work will be performed in Norfolk, Va., (30 percent), San Diego, Calif., (30 percent), various unspecified locations (14 percent), Mayport, Fla., (10 percent), Pearl Harbor, Hawaii, (10 percent), Ingleside, Texas, (3 percent), Pascagoula, Miss., (3 percent), and work is expected to be completed by Mar. 2012. Contract funds in the amount of $200,000 will expire at the end of the current fiscal year. This contract was competitively procured with two proposals solicited and two offers received via Federal Business Opportunities. The Naval Surface Warfare Center, Panama City Division, Panama City, Fla., is the contracting activity (N61331-09-D-0014).

DEFENSE LOGISTICS AGENCY

Signature Flight Support Corp., Miami, Fla. is being awarded a maximum $11,093,629 fixed price with economic price adjustment contract for fuel delivery. Other location of performance is Fla. Using service is Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was one proposal originally solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Mar. 31, 2013. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0067).

Sopakco Inc., Mullins, S.C.*, is being awarded a maximum $9,042,240 firm fixed price, indefinite quantity contract for first strike rations. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 38 proposals originally solicited with three responses. Contract funds will expire at the end of the current fiscal year. This contract is exercising the first option year period. The date of performance completion is Mar. 31, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM3S1-08-D-Z101).

AIR FORCE

The Air Force is awarding a cost plus fixed fee contract to BAE Systems National Security Solutions of Burlington, Mass., for $11,934,121. The purpose of this contract is to improve programmer productivity and application performance through the development of a productive, computationally efficient architecture aware compiler environment. At this time, $2,223,417 has been obligated. AFRL/PKDA, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-09-C-7918).

The Air Force is modifying a contract with Lockheed Martin Space Systems Corp., of Sunnyvale, Calif. The purpose of this modification is to install hybrid bearings on one AEHF reaction wheel assembly ship set. At this point $1,950,000 has been obligated. SMC/PKA, El Segundo, Calif., is the contracting activity (F047)1-02-C-0002, P00357).

No comments: