Thursday, May 28, 2009

MILITARY CONTRACTS May 28, 2009

NAVY
Raytheon Co., Tucson, Ariz., is being awarded an $87,208,599 cost-reimbursable letter contract to procure long lead material in support of the FY09 Standard Missile-2 (SM-2) Block IIIB all up rounds (AURs) production. This contract will provide long lead material to support the procurement of 50 domestic SM-2 Block IIIB AUR's, 104 Block IIIB ordalt missile rounds and 69 SM-2 Block IIIA/B AUR's for international customers. Work will be performed in Andover, Mass., (37 percent); Camden, Ark., (36 percent); Netherlands, (14 percent); St Petersburg, Fla., (5 percent); Middleton, Conn., (3 percent); El Segundo, Calif., (3 percent); and Reisterstown, Md., (2 percent), and is expected to be completed by Dec. 2011. 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 Navy Yard, D.C., is the contracting activity (N00024-09-C-5301).

Orbital Sciences Corp., Chandler, Ariz., is being awarded a $41,756,065 modification to a previously awarded fixed-price-incentive-fee contract (N00019-07-C-0031) for the full-rate production of 14 GQM-163A supersonic sea skimming target air vehicles, including associated hardware, kits, booster kits and sustaining engineering. Work will be performed in Chandler, Ariz., (98 percent); and South Bend, Ind., (2 percent), and is expected to be completed in Mar. 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.

Raytheon Technical Services Co., Norfolk, Va., is being awarded a $15,501,285 firm-fixed-price award fee requirements contract for performance based logistics support of the MK 57 NATO Seasparrow surface missile system and MK 23 target acquisition system. Work will be performed in Norfolk, Va., (55 percent) and Chula Vista, Calif., (45 percent), and work is expected to be completed by May 2014. Contract funds will expire before the end of the fiscal year. This announcement includes foreign military sales to the countries of Canada, (2 percent); Germany, (2 percent); Australia, (1.25 percent); Netherlands, (1.25 percent); Belgium, (.5 percent); Denmark, (.5 percent); Greece, (.5 percent); Norway, (.5 percent); Portugal, (.5 percent); Spain, (.5 percent); and Turkey, (.5 percent). This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (N00104-09-D-ZD41).

Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a $14,493,164 indefinite-delivery/indefinite-quantity contract with a cost-plus-award-fee pricing arrangement for logistics services in support of the Maritime Prepositioning Ships Program, the Marine Corps Prepositioning Program-Norway and operational logistics support to engaged Marine Corps and Department of Defense operating forces. This contract includes nine one-year options which, if exercised, would bring the cumulative value of this contract to $707M. Work will be performed at the Blount Island Command in Jacksonville, Fla., (86 percent); aboard 16 maritime prepositioning ships (12 percent); and in six locations in Norway, (two percent), and work is expected to be completed Sept. 2009 (Sept. 2018 with options exercised). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities web site (solicitation number M67004-08-R-0001), with five offers received. The Contract Support Management Office, Blount Island Command, Jacksonville, Fla., is the contracting activity (M67004-09-D-0020).

Reliable Builders, Inc.*, Tamuning, Guam, is being awarded a $10,502,576 firm-fixed-price contract for the design and construction to repair and modernize Bachelor Quarters Building 580, Camp Covington at U.S. Naval Base Guam ($4,200,000); and repair and modernize Bachelor Quarters Buildings 581 and 584, Camp Covington at U.S. Naval Base Guam ($6,302,576). The work to be performed provides for the repair and alteration of Bachelor Enlisted Quarters (BEQ) to comply with BEQ construction standards as outlined in MIL-HDBK 1036A Bachelor housing standards to increase the quality of life and safety of personnel. Project provides for seismic strengthening to resist major earthquakes, meet the 170-mph wind resistance criteria for Guam, and upgrades the fire protection system. Renovation will utilize energy efficient plumbing, mechanical, and electrical fixtures/ equipment. Work will be performed in Santa Rita, Guam, and is expected to be completed by Oct. 2010. Funds provided by the American Recovery and Reinvestment Act of 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured utilizing the Small Business Administration's 8(a) Program with three proposals received. The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-09-C-1322).

AMSEC LLC, Fairfax, Va., is being awarded an estimated $9,386,061 modification to previously awarded contract (N65540-02-D-0042) for engineering and technical services for alteration installations, engineering research, design, computer programming and logistics on hull, mechanical, electrical and electronics systems onboard Navy ships. Work will be performed in Norfolk, Va., (50 percent); San Diego, Calif., (25 percent); Mayport, Fla., (10 percent); Annapolis, Md., (10 percent); Pearl Harbor, Hawaii, (3 percent), and Yokosuka/Sasebo, Japan, (2 percent), and is expected to be completed by Mar.h 2010. Contract funds in the amount of $251,000 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Carderock Division, Ship Systems Engineering Station, Philadelphia, Pa., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded an $8,236,771 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair and post production services for the sustainment of the High-Speed Anti-Radiation Missile (HARM). Raytheon will be required to repair, modify, calibrate, test, certify and evaluate HARM missiles, missile sections, assemblies, subassemblies and related equipment and provide related technical data for the Navy, Air Force and Foreign Military Sales customers. Work will be performed in Tucson, Ariz., and is expected to be completed in May 2010. Contract funds in the amount of $8,236,771 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchase for the U.S. Navy ($1,638,487; 19.8 percent) and the U.S. Air Force ($6,598,284; 80.2 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-D-0005).

Solpac Construction Inc., dba Soltek Pacific Construction, Co., San Diego, Calif., is being awarded $7,597,500 for firm-fixed-price task order #0009 under a previously awarded multiple award construction contract (N62473-08-D-8615) for construction of ordnance storage facilities at the Naval Air Weapons Station, China Lake, Calif. The task order also contains four unexercised options, which if exercised would increase cumulative task order value to $18,989,500. Work will be performed in China Lake, Calif., and is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Atlas Technologies, Inc., Charleston, S.C., was awarded a $5,717,706 indefinite-delivery/ indefinite-quantity, cost-plus-fixed-fee contract on May 27, 2009, for C41SR integration and engineering support. The contract includes four one-year option periods which, if exercised, would bring the cumulative value of the contract to an estimated $29,983,584. Work will be performed in Charleston, S.C., (75 percent); Norfolk, Va., (20 percent); and San Diego, Calif., (5 percent), and is expected to be completed by May 2010. If all options are exercised, work could continue until May 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities web site and the Space and Naval Warfare Systems Command e-commerce web site, with an unlimited number of proposals solicited and two offers received. The Space and Naval Warfare Systems Center Atlantic is the contracting activity (N65236-09-D-5821).

Progeny Systems Corp.,*, Manassas, Va., is being awarded a $5,512,863 modification to previously awarded contract (N00024-08-C-6297) for the development of the AN/WLY-1 system, Archival Media Center and Active Intercept and Ranging (AI&R) System. The AN/WLY-1 AI&R System developed under SBIR topic N00-049 provides for the modernization of existing Active Intercept Acoustic Signal Processing Systems onboard all U.S. Submarines in order to satisfy the functional requirements for acoustic intercept capability in the Va., Class SSN. Work will be performed in Charleroi, Pa., (95 percent) and Manassas, Va., (5 percent), and is expected to be completed by September 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.

ARMY

Akima Intra-Data, LLC, Anchorage, Ala., was awarded on May 27, 2009 a $19,600,000 firm-fixed-price with award fee contract for the base operation services to support the National Geospatial-Intelligence Agency-West. Work is to be performed in St. Louise, Mo., with an estimated completion date of Jun. 30, 2014. Thirty-One (31) bids were solicited with six (6) bids received. National Geospatial-Intelligence Agency, ACSS, St. Louise, Mo., is the contracting activity (HM1575-09-C-0009).

Science Applications International Corp., San Diego, Calif., was awarded on May 27, 2009 a $6,362,555 cost-plus-fixed-fee contract to provide support for contingency planning operations and exercises for the prevention of potential incidents involving nuclear weapons. Work is to be completed in Fort Belvoir, Va., with an estimated completion date of May 31, 2010. One bid solicited with one bid received. Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-04-D-0021).

The Korte Co., St. Louise Mo., was awarded on May 26, 2009 a $14,342,700 firm-fixed-price contract to design, build, and construction of medical and dental clinic located at Fort Campbell, Kentucky. Work is to be performed in Fort Campbell, Ky., with an estimated completion date of Mar. 31, 2011. Bids were solicited on the World Wide Web with Four (4) for Phase II bids received. Corps of Engineers, Louisville District, Ky., is the contracting activity (W912QR-09-C-0034).

AIR FORCE
The Air Force is modifying a firm fixed-price contract with Boeing Satellite Systems, Inc. of El Segundo, Calif., for $6,289,303. This contract action will exercise the third three-month storage option for the third wideband global satellite communication. At this time, the entire amount has been obligated. HQ SMC/PK, El Segundo, Calif., is the contracting activity (F04701-00-C-0011, P00182).

The Air Force is modifying a firm fixed price contract with Lockheed Martin Corp., of Marietta, Ga., for $7,297,950. This contract action will provide installation of a quantity of six C-5 aircraft with the C-5 Avionics Modernization Program kits and the consolidated load panel under a firm fixed price effort; and under a time-and-material effort acquiring rapid response and repair for potential legacy issues which may arise during the Avionics Modernization Program kit installation. At this time, the entire amount has been obligated. 716 AESG/PK, Wright-Patterson Air Force Base, Ohio is the contracting activity (F33657-98-C-0006, P00223).

No comments: