Monday, May 04, 2009

MILITARY CONTRACTS May 4, 2009

NAVY
Lockheed Martin MS2, Manassas, Va., is being awarded awarding a $39,373,147 modification to previously awarded contract (N00024-04-C-6207) for Acoustic Rapid Commercial Off The Shelf (COTS) Insertions (A-RCI) Hardware consisting of Phase III, IV, V insertions, pre-cable kits, spares, production support, and legacy replacement systems, pre-cable kits, and spares. A-RCI is a sonar system upgrade that integrates and improves Towed Array, Hull Array, Sphere Array, and other ship sensor processing through rapid insertion of COTS-based hardware and software. It has already been successfully integrated into the first ten ships of the Va., Class which have now begun a modernization program and the procurement of new construction systems for the next four ships. Work will be performed in Manassas, Va., (65 percent) and Clearwater, Fla., (35 percent) and is expected to be completed by Sept. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity.

Airborne Tactical Advantage Co., Newport News, Va., is being awarded a $14,461,045 modification to a previously awarded indefinite delivery, indefinite quantity contract (N00019-02-D-3158) to exercise an option for airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operators and aircrew how to counter potential enemy electronic warfare and electronic attack operations in today's electronic combat environment. Work will be performed in Point Mugu, Calif., (44 percent); Newport News, Va., (42 percent); Honolulu, Hawaii, (9 percent); and throughout various other countries (5 percent), and is expected to be completed in Jun. 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.

L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $8,830,652 firm fixed priced, indefinite delivery, indefinite quantity contract to provide technical and engineering support services to the Naval Air Warfare Center's Structures Division. Work will be performed in Lexington Park, Md., and is expected to be completed in May 2014. Contract funds in the amount of $987,143 will expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposal, and one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-09-D-0009).

Head, Incorporated,* Columbus, Ohio, was awarded a $6,001,740 firm fixed price contract on Apr. 30, 2009, for runway repairs at Naval Air Station Kingsville, Texas. The contractor will required to perform milling and asphalt overlayment of three primary airfield runways, the placement of steel plates in the runway, paving at the arresting gear systems on all four runways, and cured-in-place lining of storm and sanitary drain lines below the runways. The contract also contains eight unexercised options, which if exercise, will increase cumulative contract value to $12,764,970. Work will be performed in Kingsville, Texas, and is expected to be completed by Apr. 26, 2010. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-09-C-0761).

The Boeing Co., Wichita, Kan., is being awarded a $5,989,487 cost plus fixed price delivery order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for the supplies and services necessary to plan, manage, and execute engineering support for the U.S. Navy's E-6B aircraft Service Life Sustainment effort. Work will be performed at Tinker Air Force Base, Oklahoma City, Okla., and is expected to be completed in Sept. 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.

Joyce & Associates Construction, Inc.*, Newport, N.C., is being awarded $5,570,223 for firm fixed price task order #0097 under a previously awarded multiple award construction contract (N40085-09-D-1908) for major interior and exterior repairs to BEQS G540, G541, G542, G543 and G544, Marine Corps Base, Camp Lejeune. The work to be performed provides for complete renovation including masonry and concrete repairs, window and door replacement, construction of new sloped wood-truss roof system and major mechanical and electrical renovation. Work also includes removal of lead and asbestos contaminated materials and new interior and exterior finishes and incidental related work. Work will be performed in Jacksonville, N.C., and is expected to be completed by Oct. 2011. Contract funds 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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY
Fisher Scientific Co., LLC, Pittsburgh, Pa., is being awarded a maximum $8,000,000 fixed price with economic price adjustment, indefinite quantity and indefinite delivery contract for laboratory supply distribution. Other locations of performance are Mass., Ill., Calif., Ken., Del., Col., Texas, N.J., Puerto Rico, N.Y., N.M., Wash., Ga., Md., and N.C. Using services are Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies. Contract funds will expire at the end of the current fiscal year. The original proposal was solicited on Dibbs with eight responses. This contract covers a one year base period with four one-year option periods. The date of performance completion is May 3, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM2DE-09-D-7340).

Allied Joint Venture, Hialeah, Fla.*, is being awarded a maximum $3,000,000 fixed price with economic price adjustment, indefinite quantity, indefinite delivery, total set aside contract for medical and surgical items delivery. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Contract funds will expire at the end of the current fiscal year. There was one proposal originally solicited with one response. This contract covers a one year base period with four one-year option periods. The date of performance completion is May 3, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM2DE-09-D-7601).

No comments: