Friday, June 19, 2009

MILITARY CONTRACTS June 19, 2009

NAVY
Austal USA, Mobile Ala., was awarded a $99,557,548 modification to previously awarded contract (N00024-08-C-2217) on Jun. 17, 2009, for long lead time material (LLTM) for Ships 2 and 3 of the Joint High Speed Vessel (JHSV) Program. This contract provides LLTM for main propulsion engines, aluminum, waterjets, reduction gears, generators, and other components to support construction of JHSV Ships 2 and 3, commencing in June 2010. The LLTM procured or manufactured for construction or installation in JHSV 2 and 3 will be subsumed with their associated costs into their respective ship construction line items upon award of construction contracts for JHSV 2 and 3. Work will be performed in Detroit, Mich., (38 percent); Chesapeake, Va., (18 percent); Henderson, Australia, (13 percent); Gulfport, Miss., (10 percent); Ravenswood, W.Va., (9 percent); and Ft. Lauderdale, Fla., (4 percent); Mobile, Ala., (3 percent); Auburn, Ind., (2.6 percent); Winter Haven, Fla., (1 percent); Gardena, Calif., (1 percent); and Davenport, Iowa, (.4 percent). Work is expected to be complete by July 2013. Contract funds will not expire before the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity.

J&R Tool Inc. Loogootee, Ind.*, (N00164-09-D-JS60); Process Development & Fabrication Inc., Brazil, Ind., * (N00164-09-D-JS61); C&S Machine, PlainVille, Ind.*, (N00164-09-D-JS62), and American Manufacturing Solutions, North Vernon, Ind.*, (N00164-09-D-JS63), are being awarded a $49,900,000 multiple award, ($5,000 min) indefinite-delivery/indefinite-quantity, firm-fixed-price contract for machine shop services used for the fabrication of prototype hardware and items requiring low rate production. This contract will provide prototype fabrication, low rate production, prototyped development support to include but not limited to items manufactured from: metals, polymers, ceramics, fabrics, woods, glass, masonry materials, and coatings for such materials. Work will be performed in Loogootee, Ind.; Brazil, Ind., PlainVille, Ind., and North Vernon, Ind., as determined by each task order, and is expected to be completed by May 2013. These four contractors will compete for task orders under the terms and conditions of the contract, therefore, definitive location percentages for where the work will be performed cannot be determined at this time. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with unlimited proposals solicited and 15 offers received. The Naval Surface Warfare Ce! nter, Cr ane, Ind., is the contracting activity.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $31,411,443 indefinite-delivery/indefinite-quantity contract for ultra-high frequency satellite communications and high frequency communications waveform software support for the network enterprise domain under the Joint Program Executive Office Joint Tactical Radio System (JTRS). This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $45,401,519. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by June 2011. 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 and one offer was received via the SPAWAR e-Commerce Central website. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-09-D-0021).

Converteam, Inc., Pittsburgh, Pa., is being awarded a $22,984,640 modification to previously awarded contract (N00024-09-C-4203) for the DDG 1000 Baseline Tactical High Voltage Power Subsystem (HVPS) for use in the Navy's integrated power system land based test site. The DDG 1000 HVPS includes an advanced induction motor, motor drive, harmonic filters and resistors for dynamic braking and neutral grounding. The HVPS distributes electrical power for the ship's turbine-generators to the various electrical loads and also provides for electric propulsion. These components will meet the same specification established by the DDG 1000 shipyards for the lead ships installation. Work will be performed in Pittsburgh, Pa., and is expected to be completed by March 2011. 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.

Lockheed Martin Corp., Lockheed Martin Systems Integration - Owego, N.Y., is being awarded a $13,819,474 firm-fixed-price contract for the procurement of Specialized Test Equipment used to perform depot level repairs to the Common Cockpit Avionics Suite Components for the MH-60. The Specialized Test Equipment consist of one Audio Management Computer, one Relay Assembly, one Flight Management Computer, one Mission Computer, and the Communication Systems Controller testers. Work will be performed in San Diego, Calif., (50 percent); Owego, N.Y., (25 percent); and Farmingdale, N.Y., (25 percent), and is expected to be completed in Oct. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., (N68335-09-C-0149).

T B Penick & Sons, Inc., San Diego, Calif., is being awarded $10,199,734 for firm-fixed price task order #0005 under a previously awarded multiple award construction contract (N62473-08-D-8618) for construction of a Marine Corps Reserve Training Center at the Naval Air Station Lemoore. The work to be performed provides for construction of two new single story buildings to provide training facilities, administrative spaces and support spaces in a Reserve Training Center and a Vehicle Maintenance Facility for Marine Wing Support Squadron 473, Detachment Alpha and incidental related work. The facility will replace the existing inadequate facilities. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $10,482,734. Work will be performed in Lemoore, Calif., and is expected to be completed by July 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.

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $9,983,058 cost-plus fixed-fee delivery order against a previously issued basic ordering agreement (N00019-06-G-0001) for Cuff and Yoke conceptual design and preliminary tooling release for the H-1 aircraft, to include a rotor parametric study. Work will be performed in Ft. Worth, Texas, and is expected to be completed in October 2010. Contract funds in the amount of $5,626,065 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Corp., Rolling Meadows, Ill., is being awarded an $8,481,024 firm-fixed-price contract for the procurement of 3 Electro-Optic Third Generation Consoles for the Governments of Australia (2) and Finland (1), to include spares, installation kits, and ancillary equipment, in support of F/A-18 and MH-60R/S weapon systems. Work will be performed in Rolling Meadows, Ill., and is expected to be completed in August 2010. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the Government of Australia, ($4,426,670; 52 percent) and the Government of Finland, ($4,054,354; 48 percent), under the Foreign Military Sales Program. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-09-C-0333).

Navistar Defense LLC, Warrenville, Ill., is being awarded a $6,413,738 firm-fixed-priced delivery order #0004 modification under previously awarded contract (M67854-07-D-5032) for the procurement of OCONUS field service representative mechanics, back ramp retrofit kits, and several contract data requirement lists. This order is in support of the Mine Resistant Ambush Protected (MRAP) Vehicle Program. The MRAP vehicles are armored vehicles with blast resistant underbodies designed to protect the crew from mine blasts, fragmentary, and direct fire weapons. Work will be performed in West Point, Miss., and in Iraq, and work is expected to be completed August 2010. Contract funds in the amount of $7,291,171 will expire at the end of the current fiscal year. The base contract was competitively awarded, and the new requirements are sole source additions to the contract. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY
US Foodservice Lexington, Lexington, S.C., is being awarded a maximum $40,857,062 firm fixed price, prime vendor contract for food and beverage support. Other location of performance is Lexington, South Carolina. Using services are Army Navy, Air Force, Marine Corps and Non-DOD customers in South Carolina. The original proposal was Web solicited with four responses. Contract funds will expire at the end of the current fiscal year. This contract is exercising the fourth option. The date of performance completion is Jun. 19, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM300-08-D-3057).

AIR FORCE
The Air Force is awarding an indefinite delivery/indefinite quantity contract to SNC Telecommunications of Washington, D.C., for $23,000,000. This contract action will provide Airman Battle System Fire Resistant Gear (coats/shirts/trousers). At this time, $2,694,600 has been obligated. ASC/648th AESS/TAC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-09-D-6287, Delivery order 0001).

The Air Force is modifying an indefinite delivery/indefinite quantity contract to Jacobs Technology, Inc., of Tullahoma, Tenn., for $25,083,864. This contract will provide Technical, Engineering and Acquisition Support at Eglin Air Force Base, Fla., and various other tenant organizations. This modification is to increase work requirement. At this time no funds have been obligated. AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA9200-07-C-0006, P00030).

ARMY
E.W. Howell Co., Inc., Woodbury, N.Y., was awarded on Jun. 18, 2009 a $ 15,493,883 firm-fixed-price contract for the construction addition and alteration of existing Army Reserve Center (ARC). Work is to be performed in Suffolk County, N.Y., with an estimated completion date of Sept. 20, 2010. Bids were solicited on the World Wide Web with six (6) bids received. Corps of Engineers, Louisville District, Louisville, Ky., was the contracting activity (W912QR-09-C-0040).

Great Lakes Dredge & 7 Dock Co., LLC. Oak Brook, Ill., was awarded on Jun. 18, 2009 a $ 28,834,000 firm-fixed-price contract for WBV-14c.1, West Bank and Vicinity, New Orleans, Louisiana, Hurricane Protection Project, Westwego to Harvey Canal, New Westwego Pumping Stations to Orleans Village Levee, Third Enlargement. Work is to be performed in Jefferson parish, La., with an estimated completion date of Jan. 31, 2010. Bids were solicited via FedTeds with three (3) bids received. U.S. Army Corp of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-C-0071).

Advanced Interactive Systems, Inc. Orlando Fla., was awarded on Jun. 16, 2009 a $ 6,351,670 firm-fixed-price contract to procure the Light Armor Range Complex-C for U.S. Army Aberdeen Test Center. Work is to be performed in Aberdeen Proving Ground, Md., with an estimated completion date of Jun. 26, 2010. Bids were solicited using the World Wide Web with two (2) bids received. U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-C-0080).

No comments: