Tuesday, April 07, 2009

MILITARY CONTRACTS April 7, 2009

NAVY
BAE Systems Technology Solutions & Services, Inc., Rockville, Md., is being awarded a $22,427,138 modification to a previously awarded cost plus fixed fee term, level of effort contract (N00421-06-C-0085) to exercise an option for maintenance, logistics, and life cycle services in support of communication-electronic equipment/systems and subsystems for various Navy, Army, Air Force, Special Operations Forces and other federal agencies. The estimated level of effort for this option period is 328,000 man-hours. These services are in support of the Special Communications Requirements Division of the Naval Air Warfare Center Aircraft Division. Work will be performed in Chesapeake, Va., (32 percent); Fayetteville, N.C., (28 percent); California, Md., (22 percent); San Diego, Calif., (6 percent); Fort Bliss, Texas, (4 percent); Ft. Walton Beach, Fla., (2 percent); Panzer Kaserne, Germany, (2 percent); Homestead, Fla., (2 percent); Tampa, Fla., (1 percent), and the District of Columbia, (1 percent); and is expected to be completed in Apr. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

Force Protection Industries, Inc., Ladson, S.C., is being awarded a $21,869,956 firm fixed priced modification to previously awarded delivery order #0007 under contract M67854-07-D-5031 for the purchase of the augmentation parts for the Engineering Change Proposals (ECPs) for Category (CAT) I and II Prescribed Load List; CAT I and II Authorized Stockage List; CAT I and II Battle Damage Repair List; and I and II Deprocessing Kit. Work will be performed in Detroit, Mich., and work is expected to be completed by Oct. 30, 2009. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a not-to-exceed $19,999,000 modification to a previously awarded advance acquisition contract (N00019-08-C-0027) for long lead material and support for two E-2D Advanced Hawkeye Low Rate Initial Production Lot 1 aircraft. Work will be performed in Syracuse, N.Y., (32.6 percent), various locations within the United States, (23.7 percent); Bethpage, N.Y., (15.5 percent); Dallas, Texas, (12.4 percent); Menlo Park, Calif., (9.8 percent); and Woodland Hills, Calif., (6 percent), and is expected to be completed in Aug. 2011. 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.

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a not-to-exceed $14,564,535 modification to a previously awarded cost plus fixed fee contract (N00019-06-C-0086) for H-1 Upgrade logistics products and services. This modification includes logistic management support, technical material for maintenance planning, design interface, supply /material support, support of support equipment, technical data, distribution and inventory management/packaging, handling, storage & transportation, configuration management, supportability analysis, aircraft acceptance discrepancies, and contractor logistics support/technical liaison. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 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.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $11,628,351 cost plus fixed fee delivery order against a previously issued basic ordering agreement (N00019-07-G-0008) to conduct non-recurring engineering for the modification and improvement of the countermeasure transmitters and cabling associated with the Suite of Integrated Radio Frequency Countermeasures (SIRFC) system for the CV-22 aircraft. These improvements will increase transmitter output, expand countermeasure performance and improve the reliability of the SIRFC system. Work will be performed in Philadelphia, Pa., (94 percent); and Fort Worth, Texas, (6 percent) and is expected to be completed in Dec. 2012. 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.

Ecology & Environment, Inc., Lancaster, N.Y., is being awarded a maximum amount $7,500,000 firm fixed price, indefinite delivery, indefinite quantity architect/engineering contract for preparation of Navy and Marine Corps Environmental Planning Documentation primarily in the Naval Facilities Engineering Command, Southwest area of responsibility (AOR); however, work may be located any where in the United States. The work to be performed provides for National Environmental Policy Act documents such as Categorical Exclusions, Environmental Assessments, and Environmental Impact Statements. Environmental studies and documents include, but are not limited to, historical, cultural, archaeological, traffic, acoustic (e.g., sound in water and on land), geotechnical, air quality and biological assessments for threatened and endangered species, and protected species under the Marine Mammal Protection Act of 1972, wetlands surveys and Section 404 permitting, and agency consultation and permitting documentation for the California Coastal Commission, U.S. Army Corps of Engineers, Regional Water Quality Control Board, U.S. Fish and Wildlife Service, and National Marine Fisheries Service and other miscellaneous environmental studies, and cost estimates and sketches for the preparation of Architect-Engineer (A-E) Documents and reports. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to Calif., (80 percent), Ariz., (5 percent), Nev., (5 percent), Colo., (1 percent), N.M., (1 percent), and Utah, (1 percent). Work may also be performed in Alaska, (1 percent), Hawaii, (1 percent), and remainder of the U.S., (5 percent). The contract is expected to be completed by Apr. 2014. Contract funds ($5,000) will 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, Southwest, San Diego, Calif., is the contracting activity (N62473-09-D-2601).

MN3M, Norfolk, Va., is being awarded a $6,890,653 firm fixed price architect/engineering contract for the replacement of Pier 5 at the Norfolk Naval Shipyard. The work to be performed provides for design services, preparation of specifications, design calculations, cost estimates, field investigations, geotechnical services, topographic surveys, hazardous material testing, renderings, post construction award services, and National Environmental Policy Act Planning. Work will be performed in Portsmouth, Va., and is expected to be completed by Dec. 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 seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-5070).

AIR FORCE
Today the Air Force is modifying a fixed price incentive contract to Boeing Satellite Systems, Incorporated, El Segundo, Calif., for an estimated $8,105,000. This action will provide sustaining engineering for Post-Initial Operational Capability (IOC) of the Wideband Satellite System for Wideband Global Satellite (WGS)-25. At this time, the entire amount has been obligated. Space and Missile Systems Center (SMC/MCSW), Los Angeles Air Force Base, Calif. is the contracting activity (FA8808-06C-0001, P00044).

Today, the Air Force is awarding a firm fixed price contract to Ma-Chis Lower Creek Indian Tribe Enterprise, Samson, Ala., for an estimated $6,900,806. This action will provide non-personal services contract for Facility Technical Engineering Support Services. At this time $698,805 has been obligated. AFDW/AF7KM-S, Brooks City-Base, Texas, is the contracting activity (FA7014-09-C-0037).

No comments: