Friday, May 22, 2009

MILITARY CONTRACTS May 21, 2009

ARMY
DRS Sustainment Systems, Inc, Saint Louis, Mo. was awarded on May 20, 2009 a $103,855,708 firm-fixed-price contract for 274 each heavy equipment transporter system M1000 semi-trailers. Work is to be performed in Saint Louise, Mo., with an estimated completion date of May 30, 2012. One bid was solicited with one bid received. TACOM-Warren, AMSCC-TAC-ATBC, Warren, Mich., is the contracting activity (W56HZV-09-D-0107).

General Atomics Aeronautical Systems, Inc, Poway, Calif., was awarded on May 20, 2009 a $10,614,469 cost-plus-fixed-fee contract for the issuance of contract W58RGZ-09-C-0153 for contractor logistics support for the extended range multi-purpose quick reaction capability unmanned aircraft systems in support of Operation Iraqi Freedom and Operation Enduring Freedom. Work is to be performed in Adelanto, Calif., (13 percent), Palmdale, Calif., (8 percent), Salt Lake City, Utah, (14 percent), and Hunt Valley, Md., (19 percent). The estimated completion date of this project is May 19, 2010. One bid was solicited with one bid received. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0153).

NAVY
ATK Space Systems, Inc., Dayton, Ohio, (N00014-09-D-0699); Argon ST, Inc., Fairfax, Va., (N00014-09-D-0708); BAE Systems, Nashua, N.H., (N00014-09-D-0690); Ball Aerospace & Technologies Corp., Broomfield, Colo., (N00014-09-D-0711); The Boeing Co., Seattle, Wash., (N00014-09-D-0705); Cobham Defense Systems, Landsdale, Pa., (N00014-09-D-0703); Colorado Engineering, Inc., Colorado Springs, Colo., (N00014-09-D-0707); DRS Signal Solutions, Inc., Gaithersburg, Md., (N00014-09-D-0698); FTL Systems, Inc., Rochester, Minn., (N00014-09-D-0706), General Dynamics Advanced Information Systems, Fairfax, Va., (N00014-09-D-0709); HYPRES, Inc., Elmsford, N.Y., (N00014-09-D-0700); ITT Corp., Electronic Systems & Radar Systems, Van Nuys, Calif., (N00014-09-D-0704) ; ITT Force Protection Systems, Thousand Oaks, Calif., (N00014-09-D-0701); Lockheed Martin Corp., Moorestown, N.J., (N00014-09-D-0702); Northrop Grumman Corp., Baltimore, Md., (N00014-09-D-0710); Raytheon Co., Tewksbury, Mass., (N00014-09-D-0696); S2 Corp., Bozeman, Mont., (N00014-09-D-0697); and Southwest Research Institute, San Antonio, Texas, (N00014-09-D-0691), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for the Integrated Topside Program. The Integrated Topside (InTop) Program encompasses the technology development and system development and demonstration phases of a Navy acquisition program. The program will develop in a spiral manner InTop technology development phase advanced development models suitable for proof-of-concept, and subsequent SDD phase systems for full system demonstration prior to installation and deployment on! various Navy platforms. Each contractor will provide efforts that lead to the appropriate integration and management of radio frequency sensor and communications functions into future platforms, with reduced cost, manning and impact on ship design relative to an assembly of federated systems with similar capability. The ordering ceiling for each contract is between $50,000,000 to $800,000,000. Work will be performed Dayton, Ohio; Fairfax, Va.; Nashua, N.H.; Broomfield, Colo.; Seattle, Wash, Landsdale, Pa., Colorado Springs, Colo., Gaithersburg, Md., Rochester, Minn., Fairfax, Va., Elmsford, N.Y., Van Nuys, Calif., Thousand Oaks, Calif., Moorestown, N.J., Baltimore, Md., Tewksbury, Mass., Bozeman, Mont., and San Antonio, Texas, as determined by each delivery order, and the end of ordering period is May 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via electronic solicitation. These 18 contractors may compete for delivery orders under the terms and conditions of the awarded contract. The Office of Naval Research, Arlington, Va., is the contracting activity.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $32,373,219 modification to a previously awarded firm-fixed-price contract (N00019-03-C-0055) to exercise an option for the manufacture, test and delivery of 23 reconfigurable transportable consolidated automated support systems for the Navy, (21) and the Air Force, (2). In addition, this modification provides for 12 Self Maintenance and Test/Calibration Interface Devices for the Navy, (10) and the Air Force, (2). Work will be performed in North Reading, Mass., (60 percent) and St. Louis, Mo., (40 percent), and is expected to be completed in Sept. 2010. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy, ($29,466,863; 91 percent) and the U.S. Air Force, ($2,906,356; 9 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $15,800,000 cost-plus-fixed-fee contract for advance planning and off-hull fabrication of the replacement hull patch and bridge access trunk, advance planning and material procurement for the port retractable bow plane, and advance planning for the sail for restoration of USS Hartford (SSN 768) to full service condition. Work will be performed in Quonset Point, R.I., (70 percent) and Groton, Conn., (30 percent), and is expected to be completed by Oct. 2009. Contract funds in the amount of $15,800,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-08-G-6321).

Tetra Tech EC Inc., San Diego, Calif., is being awarded a $12,782,243 firm-fixed-price contract modification to a previously awarded cost-plus award-fee, indefinite-delivery/indefinite-quantity remedial action contract (N62473-07-D-3211) for installation restoration Sites 5 and 10 at Operable Unit 2C, Buildings 5 and 400, for storm drain and sewer line time critical removal actions at Alameda Point. After award of this modification, the total cumulative contract value will be $23,102,974. Work will be performed in Alameda, Calif., and is expected to be completed by Dec. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities engineering Command Southwest, San Diego, Calif., is the contracting activity.

Bowhead Information Technology Services, Inc., Anchorage, Alaska, is being awarded $6,292,697 modification to increase the ceiling amount to previously awarded contract N00178-04-D-3093 for engineering, scientific analysis, technical, information technology and engineering services for non-NMCI systems and operational support. Work will be performed in Dahlgren, Va., and is expected to be completed by Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity.

AIR FORCE
The Air Force is modifying a firm fixed priced contract with IAP Worldwide Services Incorporated, Cape Canaveral, Fla for $24,075,800. This contract action will increase the estimates of project work on the CE Services contract to allow for the execution of American Recovery and Reinvestment Action and mid-year sustainment, restoration and modernization by contract projects. At this time, no money has been obligated. 66 CONS LGCA, Hanscom Air Force Base, Mass., is the contracting activity (FA2835-08-D-0001, P00007).

The Air Force is awarding a firm fixed price contract to Immix Technology, Inc., of McClean, Va., for $11,492,000. This action will proved IBM NetCool Enterprise Licenses Agreements products. At this time, the entire amount has been obligated. 753 ELSG/PK, Hanscom Air Force Base, Mass., is the contracting activity (DABL01-03-A-1003).



DEFENSE LOGISTICS AGENCY
Farstad Oil, Inc., Minot, N.D.*, is being awarded a maximum $5,896,114 fixed price with economic price adjustment contract for fuel. Other locations of performance are at various military locations throughout North Dakota. Using service is Air Force. Contract funds will expire at the end of the current fiscal year. There were 48 responses to the original proposed solicitation. The date of performance completion is Jun. 30, 2012. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-4514).

No comments: