Friday, June 12, 2009

MILITARY CONTRACTS June 13, 2009

NAVY
L-3 Communications Corp. – Communications Systems – West, Salt Lake City, Utah, is being awarded a $59,805,804 fixed-price-incentive contract for the manufacture, test, and delivery of 9 SRQ-4(Ku) radio terminal sets for ship small surface combatants and 45 ARQ-58 RTSs for the MH-60R aircraft, including technical data. These upgraded Ku-Band systems will extend existing Hawklink connectivity from small surface combatants to the aircraft carrier and increase data rates between MH-60R to surface combatants. Work will be performed in Salt Lake City, Utah, and is expected to be completed in Jun. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0059).

Watts Constructors, LLC, Honolulu, Hawaii, is being awarded a $17,335,000 firm-fixed price contract to replace fuel pipelines at the Fleet Industrial Supply Center, Pearl Harbor. The work to be performed provides for the construction of new fuel transfer pipeline systems from a fuel pier to the main fuel pumphouse and storage tanks for three fuel products, ballast water, and contaminated fuel with valve stations, pumps and appurtenances. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by Jul. 2011. 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 six proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-09-C-1302).

Booz Allen Hamilton, Inc., McLean, Va., is being awarded a $7,753,379 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee performance-based type contract to provide program management support services for their C4ISR (command, control, communications, computers, intelligence, surveillance and reconnaissance) business operations. This contract includes additional options which, if exercised, would bring the cumulative value of the contract to an estimated $41,249,577. Work will be performed in Charleston, S.C., and is expected to be completed by June 2010. If all options are exercised, work could continue until June 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 four offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-09-D-3808).

Science Applications International Corp., San Diego, Calif., is being awarded a $6,404,124 modification to previously awarded contract (N00178-04-C-2004) to exercise an option for continuing engineering support for engineering expertise to support research and development, total ship system engineering, and combat system engineering initiatives for the introduction of advanced technology into advanced combat systems, and for the modernization of current combat systems for surface ship combatants. Work will be performed in Dahlgren, Va., (90 percent), and Virginia Beach, Va., (10 percent), and is expected to be completed by Oct.2009. Contract funds in the amount of $3,862,265 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Dahlgren Division is the contracting activity.

Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $5,780,529 indefinite-delivery/indefinite-quantity contract to provide approximately 54,432 man-hours of contractor engineering technical services in support of the Naval Air Technical Data and Engineering Service Command, San Diego, Calif., services to be provided include on-site proficiency training, technical guidance, and evaluation of unusual field problems. Work will be performed at the Marine Corps Air Station,(MCAS) Cherry Point, N.C., (50 percent) and MCAS Yuma, Ariz., (50 percent), and is expected to be completed in Jun. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-09-D-0024).

AIR FORCE
The Air Force is awarding a cost plus fixed fee contract to Wyle Laboratories, Inc,. of Huntsville, Ala., for $58,479,586. This contract will provide data collection, interoperability assessments, research, analysis, and reliability test and engineering for the Improvised Explosive Device Defeat Interoperability Project. At this time $200,000 has been obligated. 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (HC1047-05-D-4005)09-D-0001, FA8202-09-D-0001, FA8202-09-D-0003).

The Air Force is awarding an indefinite delivery/indefinite quantity contract to University of Dayton Research Institute of Dayton, Ohio for a maximum $9,800,000. This contract is for the Quantitative Technology Assessment Program will utilize and further evolve quantitative technology assessment and systems engineering process, as needed to conduct technology assessment to aide Air Force research laboratories investment decision within high interest technology areas. At this time, $1,279,851 has been obligated. Det 1 AFRL/PKVA, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-09-D-3944).

The Air Force is awarding a cost plus fixed fee contract to Ga., Technical Applied Research Corp., of Atlanta, Ga., for a Maximum $9,800,000. This action will provide the Quantitative Technology Assessment Program and further evolve QTA and systems engineering process, as needed to conduct technology assessment to aide Air Force Research Laboratories investment decision within high interest technology areas. At this time, $250,000 has been obligated. Det 1 AFRL/PKVA, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-09-D-3945).

The Air Force is awarding a firm fixed price contract to Tatitlek Contractors, Inc., of Anchorage, Alaska for a maximum of $6,467,326. This contract action will provide for award for the construction of final denial barrier system at Hope, Lancer, Liberator, Tinker and Vance entry gate on Tinker Air Force Base. At this time, $6,467,326 has been obligated. 72d CONS, Tinker Air Force Base, Okla., is the contracting activity (FA8101-09-C-0022).

DEFENSE LOGISTICS AGENCY
MTP Drivetrain SVC LLC, Many, La.*, is being awarded a maximum $5,512,044 firm fixed price contract for truck transmission assembly. There are no other locations of performance. Using service is Army. There were 11 proposals originally solicited with four responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is June 10, 2014. The contracting activity is the Defense Logistics Agency, Warren (DSCC-ZG), Warren, Mich., (SPRDL1-09-D-0032).

No comments: