Wednesday, June 17, 2009

MILITARY CONTRACTS June 17, 2009

NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a cost-plus fixed-fee, time and materials, indefinite-delivery/indefinite-quantity contract with a not-to-exceed value of $75,000,000 to provide engineering, programmatic, and logistics services in support of investigations or studies to determine the feasibility, practicality, desirability, or supportability of the various Joint Strike Fighter F-35 air systems. Work will be performed in Fort Worth, Texas (85 percent); Orlando, Fla., (10 percent); and El Segundo, Calif., (5 percent), and is expected to be completed in June 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-D-0022).

Ace Builders*, LLC, Barrigada, Guam, (N40192-09-D-2700); AIC International, Inc.*, Hagatna, Guam, (N40192-09-D-2701); BME & Sons, Inc.*, Barrigada, Guam, (N40192-09-D-2702); Fargo Pacific, Inc.*, Hagatna, Guam, (N40192-09-D-2703); Keum Yang Corp.*, Tamuning, Guam (N40192-09-D-2704); Modern International, Inc.*, Tamuning, Guam (N40192-09-D-2705); Overland Corp.*, Ardmore, Oklahoma (N40192-09-D-2706); Reliable Builders, Inc.*, Tamuning, Guam, (N40192-09-D-2707) ; Serrano Construction and Development Corporation*, Dededo, Guam, (N40192-09-D-2708); and Tumon Corp.*, Tamuning, Guam, (N40192-09-D-2709), are each being awarded an indefinite-delivery/indefinite-quantity, design build multiple award construction contract for new construction, renovation/modernization and routine repair/maintenance of government shore-based facilities in Guam. The dollar value for all 10 contracts combined is $50,000,000. The contract contains four unexercised option periods, which if exercised, would increase cumulative contract value to $400,000,000. Work will be performed in Guam, and work is expected to be completed in June 2010. Contract funds will expire at the end the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 20 proposals received. These 10 contractors will compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Marianas, Guam! , is the contracting activity.

TASC Corp., Andover, Mass., is being awarded a ceiling price $43,455,000 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for system sustainment of the U.S. Marine Corps's Topographic Production Capability (TPC) system. The TPC system is a transportable, highly mobile, modularized network of systems that allows the commander to exercise near real-time control, coordination, and direction of Marine Air Ground Task Force/Geospatial Information and Geospatial Intelligence. Work will be performed in Stafford, Va., and is expected to be completed by July 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Office website, solicited under a full and open competition, Request For Proposal No., M67854-08-R-7019, with one offer received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-09-D-7019).

The Columbia Group*, Washington, D.C., is being awarded a $10,626,000 firm-fixed-price contract for Pluto Plus Remotely Operated Vehicles (ROVs). The Pluto Plus system is a high-performance underwater ROV intended primarily for military use in mine identification and destruction operations. The Columbia Group will provide three Pluto Plus systems and associated technical support and training to the Egyptian Navy under the Foreign Military Sales Program. Work will be performed in Panama City, Fla., (51 percent) and Milan, Italy, (49 percent), and is expected to be completed by Dec. 2011. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-09-C-4214).

Alloy Surfaces Co., Aston, Pa., is being awarded $8,642,700 for firm-fixed-price, definite-quantity delivery order #0016 against a basic ordering agreement contract (N00104-05-G-0726) for manufacture of MJU-49/B decoy devices used on aircraft applications for terminal self-defense in combat situations. Work will be performed at Aston, Pa., and work is expected to be completed by July 2010. Contract funds will not expire before the end of the fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

Ceradyne, Inc., Costa Mesa, Calif., is being awarded $8,289,163 for delivery order #0015 against a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-04-D-3116) for enhanced small arms protective inserts used as personal armor by Marines. Work will be performed in Costa Mesa, Calif., and is expected to be completed in September 2009. Contract funds in the amount of $8,289,163 will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

BAE Systems Information & Electronic Solutions, Greenlawn, N.Y., is being awarded a $6,198,620 firm-fixed-price, cost-plus-fixed-fee contract for the procurement of 26 AN/APX-111(V) combined interrogator transponders (-20 CIT), one acceptance test station and one burn-in station to support the F/A-18E/F. Work will be performed in Greenlawn, N.Y. (85 percent); Irvine, Calif.(10 percent); and Wayne, N.J.,(5 percent), and is expected to be completed in August 2010. Contract funds in the amount of $3,341,272 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0054).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $5,858,500 cost-plus-fix-fee delivery order against a previously issued basic ordering agreement (N00421-05-G-0001) to conduct E-2 in-flight refueling risk reduction. Work will be performed in Bethpage, N.Y., and is expected to be completed in June 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

AIR FORCE
The Air Force is awarding a requirements contract to Lockheed Martin Corporation, of Orlando, Fla., for $60,488,003. This contract action will provide the repair of various low altitude navigation and targeting infrared night system assets for Air Force and Foreign Military Sales countries. The funding will be obligated on the individual delivery orders. WR-ALC/448 Supply Chain Management Group, Robins Air Force Base, Ga., is the contracting activity. (FA8522-09-D-0004)

The Air Force is awarding an indefinite delivery/indefinite quantity contract to Aerojet General Corporation, of Rancho Cordova, Calif., for up to $7,332,694. This contract action will provide for testing of Minuteman II Stage 2, SR19 motors to assure rocket motor reliability for use in rocket systems launch programs as launch targets. At this time, no funds have been obligated. SDTW/PKS at Kirtland Air Force Base, N.M., is the contracting activity. (FA8818-09-D-0024)

The Air Force is awarding a cost plus fixed fee contract to Emcore Corporation Photovoltaics Division, of Albuquerque, N.M., for $5,999,974. This contract action will demonstrate high efficiency solar cells for space and near space applications to seek and investigate advanced photovoltaic devices based on inverted metamorphic-like structure and/or crystalline semiconductor chemistry. At this time the entire amount has been obligated. Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity. (FA9453-09-C-0371)

ARMY
I.L. Fleming , Inc Midway, Ga., was awarded on June 16, 2009 a $17,200,000 firm-fixed-price contract to design/build dining facility reception station, Cent of Standardization Program. Work is to be performed in Fort Benning, Ga., with an estimated completion date of Dec. 23, 2010. Bids were solicited using FedBizOpps with two in phase II bids received. U.S. Army Corp of Engineer, Norfolk District, Norfolk, Va., is the contracting activity (W91236-08-D-0065).

Q.B.S.., Inc, Alliance, Ohio was awarded on June 16, 2009 a $11,751,343 Indefinite Delivery Contract firm-fixed-price contract for the construction of an administrative company operations facility. Work is to be performed in Fort Eustis, Va., with an estimated completion date of Sept. 30, 2013. Three bids received with three bids solicited. U.S. Army Engineer District, Norfolk Va., is the contracting activity (W912HN-08-D-0038).

Sevenson Environment Services, Inc Niagara Falls, N.Y., was awarded on June 15, 2009 a $22,000,000 cost-plus-fixed-fee contract for the remediation Unit 1.1 general gas mantle property grouping at the Welsbach/General Gas Mantle Superfund Site, Camden, N.J. Work is to be performed in Camden, N.J., with an estimated completion date of Aug. 19, 2010. One bid solicited with one bid received. U.S. Army Engineer District, Philadelphia, Pa., is the contracting activity (W912DQ-04-D-0023)

Municipality of Anchorage, DBA Municipal Light & power, Anchorage, Alaska was awarded on June 12, 2009 a utilities, firm-fixed-price, definite term contract to provide firm electric cervices to Fort Richardson. The service shall be one circuir of 34,5KV, three-phase, four wire, 60 Hertz, alternating current, delta connection and two circuit of 12,470V/2,000 volts. Three-phase, 60 Hertz, alternating current, wire connection. Work is to be performed in Fort Richardson, Alaska with an estimated completion date of June 14, 2019. Three Bids solicited and two bids received. U.S. Army Expeditionary Contracting Command, PARC Pacific, Regional Contracting Office, Fort Richardson, Alaska is the contracting activity (W912CZ-09-C-0014)

AM General, LLC South Bend, In., was awarded on June 12, 2009 a $ 27,683,285 firm-fixed-price contract to add 218 each of High Mobility Multi-Purpose Wheeled Vehicles (HMMWV). Work is to be performed in Mishawaka, Ind., with an estimated completion date of Dec. 31, 2009. One bid solicited and one bid received. TACOM Warren, AMSTA-AQ-ATCA, Warren, Mi., is the contracting activity (DAAE07-01-C-S001).

Rome Research Corporation, Rome N.Y., was awarded on June 12, 2009 a $23,217,480 firm-fixed-price with time & material contract to provide non-personnel services to support the existing government work force in the operation and maintenance of the Defense Satellite Communications Systems standardized tactical entry point teleport, Regional Hub Node, Ka-band satellite transmit and receive system and deployable Ku Band earth terminals at the SATCOM facility located at Kirchberg Kaserne in Landstuhl, Germany. This support will consist of maintaining the satellite systems installing, operation, administrating, and maintaining various management and security monitoring systems, operating systems and network application systems. Work is to be performed in Gateway facility Landstuhl, Germany. with an estimated completion date of Feb. 28, 2014. Bids were solicited using FedBizOpps with five bids received. Army Contracting Command, Information Technology, E-Commerce and Commercial Contracting Center, West Fort Huachuca, Az., is the contacting activity (W91RUS-09-C-0030).

US Motor Works LLC, Cerritos, Calif., was awarded on June 12, 2009 a $14,599,500 firm-fixed-price contract for a retro-filled engines, engine components and related spare parts for CJ jeep vehicle. Acquired for the Egyptian Armament Authority in Cairo, Egypt, Foreign Military Sales, sole source Acquisition. Work is to be performed in Cerritos, Calif., (27.40 percent) and Grand Prairie, Texas (72.60 percent) with an estimated Jan. 11, 2011. One bid solicited and one bid received. U.S. Army TACOM LMCMS, AMSCC-TAC-ADBA, Warren, Mi., is the contracting activity (W56HZV-08-C-0248).

TSS-AQ JV Lake Stevens, Wa. was awarded on June 12, 2009, a $12,871,534 firm-fixed-price for the dining facility based in the standard design. Project shall include design and complete construction as indicated in the request for proposal. The site design and construction outside the "five foot line" shall be performed by this contract. The contract is performance based the not definitive in type of construction or material unless otherwise indicated. The contract shall include site work to in integrate, facility, overall building construction, complete interior finishes, and kitchen and server equipment. A comprehensive interior design is required. Bids were solicited using FedBizOpps with eleven (11) bids received. U.S. Army Corp of Engineer, Norfolk District, Norfolk, Va., is the contracting activity (W91236-09-D-0049).

CH2M Hill Construction, Inc., Anchorage, Alaska was awarded on June 12, 2009 a $5,702,672 firm-fixed-price contract to renovate/construct Alaska Command Headquarters. Work is to be performed in Elmendorf, Alaska with an estimated completion date of Feb. 15, 2010. One bid solicited with one bid received. U.S. Army Engineer District, Elmendorf Air Force Base, Alaska is the contracting activity (W911KB-09-C-0017).

No comments: