Wednesday, April 01, 2009

MILITARY CONTRACTS April 1, 2009

NAVY
General Dynamics-Bath Iron Works, Bath, Maine, is being awarded a basic ordering agreement with a potential value of up to $47,400,000 for Post-Shakedown Availability (PSA) for DDG 51 Class Destroyers. The orders to be issued are for PSA planning and support services and will include advance planning, engineering support, on-site engineering liaison, craft assistance, the ordering and processing of required material in support of PSAs, and the accomplishment of emergent industrial availabilities. Emergent industrial availabilities include, but are not limited to, restricted availabilities, drydocking availabilities, and technical availabilities which may be required from time of ship's delivery through the SCN Obligation Work and Limiting Date (OWLD). Work will be performed in Bath, Maine, (60 percent), and in the ships' homeport (40 percent) which may include Norfolk, Va., San Diego, Calif., Pearl Harbor, Hawaii, and Mayport, Fla., and is expected to be completed by Sept. 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-G-2304).

American Defense Systems, Inc., Hicksville, N.Y., is being awarded a $29,999,382 firm fixed price, indefinite delivery, indefinite quantity contract with a maximum ordering quantity of 206 Add on Armor (AoA) Crew Protection Kits (CPK), associated manuals and spares parts kits. The initial delivery order is for Contract Line Item Numbers (CLINs) 0001 through 0011 available on the contract and is valued at $16,027,057.87. Work will be performed in Hicksville, N.Y., and work is expected to be complete by Mar. 31, 2012. Contract funds will not expire by the end of the current fiscal year. This contract is a sole source award to American Defense Systems, Inc. as they are the sole manufacturer of the Add on Armor (AoA) Crew Protection Kits (CPK). The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-09-D-5069).

Insitu, Inc., Bingen, Wash., is being awarded a $20,917,403 firm fixed price contract for the procurement of ScanEagle Unmanned Air Systems (UAS) hardware for four operational sites, 3 spare/operational float packages, and critical spares kits in support of Operation Enduring Freedom (OEF) and Operation Iraqi Freedom (OIF) missions. Work will be performed in Bingen, Wash., and is expected to be completed in Jul. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-2. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0005).

Lockheed Martin Corp., Archbald, Pa., is being awarded a $16,531,431 not-to-exceed order against a previously awarded indefinite delivery, indefinite quantity contract (N00019-05-D-0020) for the procurement of 9,303 enhanced laser-guided training rounds and containers. Work will be performed in Archbald, Pa., and is expected to be completed in April 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems TSS Inc., Rockville, Md., is being awarded a $10,538,835 modification to previously awarded delivery order (N00024-08-F-B062) to provide engineering, technical, professional and operations support services for the Navy Above Water Sensors Program. The contract shall provide engineering, technical, professional, and operations support services in the program areas of program management, financial management, engineering, test and evaluation, and logistics for above water radar systems. Work will be performed in Washington, D.C., and is expected to be completed by Jun. 2009. Contract funds in the amount of $1,040,429 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity.

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $10,366,346 modification to a previously awarded cost plus fixed fee contract (N00421-08-C-0025) to exercise an option for services to support the Naval Test Wing Atlantic and Naval Test Wing Pacific with operation, scheduling, and aircrew support. The estimated level of effort for this option is 118,600 man-hours. Work will be performed in Patuxent River, Md., and is expected to be completed in Mar. 2010. Contract funds in the amount of $627,642 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $7,640,028 modification to a previously awarded firm fixed priced contract (N00019-05-C-0050) to exercise an option for the FY 2009 production of the AN/ARC-210(V) Electronic Protection Radio Systems for the U.S. Air Force F-16 Block 40-50 aircraft. This modification provides for 118 MT-4935/ARC mounting bases, and 118 RT-1851A (C)/ARC receiver-transmitters. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Chesapeake Sciences Corporation, Millersville, Md., is being awarded a $7,398,262 modification to previously awarded contract (N00024-07-C-6223) to exercise an option to procure 10 additional TB-34 Towed Bodies and associated interface hardware. The TB-34 Towed Body Arrays consists of one Array and Tow Cable, including Inboard Termination Hardware that will be deployed on submarines. Work will be performed in Millersville, Md., and is expected to be completed by Mar. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Tekia Research Inc., Woodbridge, Va., is being awarded a $5,585,348 modification (P00124) under a previously awarded cost plus fixed fee term contract (N000173-05-C-2056) for research and development support services. Work will be performed at the Naval Research Laboratory, Washington, D.C., and work is expected to be completed Jul. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, D.C., is the contracting activity. Modification

DEFENSE LOGISTICS AGENCY
Outdoor Venture Corporation, Stearns, Ky.*, is being awarded a maximum $35,753,790 fixed price with economic price adjustment, total set-aside, indefinite delivery contract for modular general purpose tent system. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. The proposal was originally Web solicited with three responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is October 31, 2010. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-09-D-0019).

No comments: