Tuesday, June 30, 2009

MILITARY CONTRACTS June 30, 2009

U.S. ARMY TANK - AUTOMOTIVE AND ARMAMENTS COMMAND
Oshkosh Corporation., Oshkosh, WI is being awarded a $1,055,910,053 Firm Fixed Priced Delivery Order Number 0002 under Contract W56HZV-09-D-0111 for the purchase of 2,244 MRAP All Terrain Vehicles (M-ATVs), Basic Issue Items, Field Service Representative Support, Equipment, Engineering, Authorized Stocking List Parts Packages and Prescribed Load List parts packages. The US Army Tank Automotive Command, Warren, Michigan, is the contracting activity.

NAVY
General Atomics, San Diego, Calif., is being awarded a $573,000,000 ceiling priced, undefinitized contract action for the production of the Electromagnetic Aircraft Launch System (EMALS) CVN 78 Shipset. EMALS is the catapult launch system on CVN-78 class aircraft carriers, replacing the steam catapults used on prior generations of aircraft carriers. Work will be performed in San Diego, Calif., (49 percent); Tupelo, Miss., (19 percent); Mankato, Minn., (12 percent); Waltham, Mass., (4 percent); and various locations across the United States (16 percent), and work is expected to be completed in September 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 602-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-09-C-0573).

DynCorp International LLC, Fort Worth, Texas, is being awarded $45,649,330 modification to previously awarded cost-plus-award-fee contract (N62742-08-C-1115) to exercise the second option period to provide support services for Philippines Operations Support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services. The current total contract amount after exercise of this option will be $206,634,712. Work will be performed in the Republic of the Philippines, and work is expected to be completed Jun. 30, 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $44,910,868 cost-plus award/fixed-fee contract for combat systems engineering to support the government of Australia under the Foreign Military Sales Program - Case AT-P-LCQ. The government of Australia selected the Navy/Lockheed Martin Aegis Combat System for its Australian Air Warfare Destroyer (AWD) Program. These requirements include the necessary combat systems engineering, computer program development, ship integration and test logistics technical services, NSCC/CSEDS equipment, and staging support to design and build an Aegis Weapon System (AWS) baseline to support the AWD Program. The AWD AWS baseline will be derived from a technology refreshed variant of the Navy AWS baseline 7 Phase I. This contract will support efforts through Aegis Combat System critical design review (CDR). Work will be performed in Moorestown, N.J., (97 percent) and Australia (3 percent), and is expected to be completed by June 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. This contract was procured under the authority of 10 U.S.C. (c)(4), International Agreement. As such, this procurement was not synopsized in Federal Business Opportunities. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-09-C-5104).

American Bridge Co., Richmond, Va., is being awarded a $35,152,446 firm-fixed-price contract for the complete construction of Pier 31 at Naval Submarine Base New London. The work to be performed provides for demolition of the existing pier and construction of Pier 31 to include a pile supported pier with concrete deck, electrical shore power, pier lighting, communications, cable, telephone, lightning protection, water, sewer, compressed air, pure water and oily waste/waste oil piping connections off pier, bitts, jib cranes, retractable craneless brows, rubber faced steel fendering system and specialized equipment. Work will be performed in Groton, Conn., and is expected to be completed by November 2010. 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 five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-7011).

Raytheon Co., El Segundo, Calif., is being awarded a $22,584,562 delivery order against a previously issued basic order agreement (N00019-05-G-0008) for the procurement of 151 electro optical sensor unit weapon replaceable assemblies (WRAs) from ATFLIR pods or spare deliveries; 154 laser WRAs from ATFLIR pods or spare deliveries; 154 laser electronic unit WRAs from ATFLIR pods or spare deliveries; 32 visible channel assembly; and 12 visible beam splitter. This effort will include the production, implementation, and ILS efforts and modification labor associated with ATFLIR IR-marker retrofit engineering change proposal in support of the F/A-18. Work will be performed in McKinney, Texas, (60 percent); and El Segundo, Calif., (40 percent); and is expected to be completed in July 2010. Contract funds in the amount of $3,242,394 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Brandes Associates, Inc.*, Santa Barbara, Calif., is being awarded a $16,731,943 cost-plus-fixed-fee contract to research, design, develop and deliver an Advanced Systems Integration and Operations Center (ASIC) to the Naval Air Warfare Center Weapons Division (NAWCWD). The ASIC will provide new functionality and network outreach, encompassing network centric warfare and operations, fleet exercise collaboration and support of other country and organization exercises and objectives, support testing and training for the Department of Defense, to include joint service efforts. Work will be performed in China Lake, Calif., and is expected to be completed in June 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposals as a 100 percent small business set-aside; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-09-C-0081).

Oceaneering International Inc., Chesapeake, Va., is being awarded an $11,984,265 firm-fixed-price contract for the Landing Craft Air Cushion (LCAC) service life extension program (SLEP) for the LCACs 30 and 56. The LCAC SLEP will extend the service life of LCAC from 20 to 30 years, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline. The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box, gas turbine engine replacement, installation of a new skirt, installation of an integrated C4N equipment package, and accomplishment of selected craft alterations and repair work. This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,227,516. LCACs 59, 62, and 79 are included as option crafts. Work will be performed in Camp Pendleton, Calif., and is expected to be completed by January 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured and advertised via the Federal Business Opportunities website, with 24 proposals solicited and four offers received via the Federal Business Opportunities website. The Southwest Regional Maintenance Center, San Diego, Calif. ,is the contracting activity (N55236-09-C-0004).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $11,717,122 modification to previously awarded contract (N00024-05-C-4403) for repairs of the USS Iwo Jima (LHD-7). The following work items will be accomplished on the ship: replace sewage discharge pumps; install scullery steam condensate drain piping; replace fire retardant plywood on ammunition magazine bulkhead; remove & dispose marine coatings containing heavy metals; replace & test flight deck padeyes; replace ventilation ducting and preheater; repair combination steam exhaust/relief valve; replace lube oil tank, fill connection deck fitting; and other work items to support those mentioned. Work will be performed in Norfolk, Va., and is expected to be completed by November 2009. Contract funds in the amount of $11,717,122 will expire at the end of the current fiscal year. The Mid-Atlantic Regional Maintenance Center, Norfolk, Va., is the administrative contracting activity for the contract (N00024-05-C-4403).

The Pennsylvania State University Electro-Optics Center, Freeport, Pa., is being awarded an $11,488,791 cost-plus-fixed fee contract for research, design, development, and delivery of sub-systems for use in the next generation radars and the Common Data Sensor Architecture (CDSA) Program. The CDSA is a centralized system for collecting input information from a variety of sensors and even providing information from one group of sensors to another. Two technologies are fundamental for the CDSA to successfully transition to producible, fielded systems: high voltage/ high power switching devices based on halide chemical vapor deposition; and wavelength division multiplexing. Requirements include prototype sub systems for the NG radar; research into transmit receive module technology; developing optical radar methodologies; analysis of air defense radar including: jamming, radio frequency (RF) transmitting vs. receiving; research for RF propagation, high powered testing, deep level transient spectroscopy and secondary ion mass spectroscopy. Work will be performed at Freeport, Pa., (80 percent) and State College, Pa., (20 percent) is expected to be completed in June 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Crane Division, Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-09-C-GR34).

Douglas E. Barnhart, Inc., San Diego, Calif., is being awarded $10,895,718 for firm-fixed price task order #0003 under a previously awarded indefinite-delivery/indefinite-quantity, multiple award construction contract (N62473-08-D-8608) for design and construction of a child development center at Naval Base Coronado. Work will be performed in San Diego, Calif., and is expected to be completed by January 2011. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Sherrick Construction, Inc.*, Nashville, Tenn., is being awarded a $9,666,646 firm-fixed price contract for the design and construction of a new Child Development Center at Naval Support Activity Mid-South. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $10,292,446. Work will be performed in Millington, Tenn., and is expected to be completed by July 2011. Funds are 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 via the Navy Electronic Commerce Online website with nine proposals received. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-09-C-0011).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $8,685,509 firm-fixed-price contract for a 55-calendar-day regular overhaul of Military Sealift Command's fast combat support ship USNS Arctic (T-AOE 8). The ship's primary mission is to operate as part of a carrier strike group, providing fuel, ammunition, and dry and refrigerated stores to support U.S. Navy ships at sea. This regular overhaul includes cleaning and inspecting tanks and spaces, underwater hull-cleaning and painting, and numerous inspections and certifications. The contract contains options which, if exercised, would bring the total contract value to $11,684,396. Work will be performed in Norfolk, Va., and the period of performance is for 55 calendar days, commencing on about Aug.1, 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with three offers received. The U.S. Navy's Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting activity (N40442-09-C-2007).

Sundt William Scotsman, a joint venture, Tempe, Ariz., is being awarded an $8,553,732 modification under a previously awarded firm-fixed price contract (N62473-08-C-3511) to exercise option 0002 which provides for the furniture, fixtures and equipment/collateral equipment for temporary facilities of administration, billeting, armory, storage and maintenance buildings at Marine Corps Base and Marine Corps Air Station, Camp Pendleton. The total contract amount after exercise of this option will be $81,573,825. Work will be performed in Oceanside, Calif., and is expected to be completed by July 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Straub Construction, Inc., Bonsall, Calif., is being awarded $8,516,000 for firm-fixed price task order #0005 under a multiple award construction contract (N62473-08-D-8616) for design and construction of a consolidated communications/electronic maintenance shop at Marine Corps Base Camp Pendleton. Work will be performed in Oceanside, Calif., and is expected to be completed by January 2011. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Archer Western Contractors, Ltd. dba Archer Western, Chicago, Ill., is being awarded $7,730,990 for firm-fixed price task order #0002 under a previously awarded multiple award construction contract (N40085-08-D-9739) for the construction of a child development center at Naval Station Norfolk. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $7,758,490. Work will be performed in Norfolk, Va., 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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded a $ 7,496,641 fixed-price delivery order #0079 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-04-D-5016) to purchase of 2,980 turret gunners restraint system. Work will be performed in Oshkosh, Wis., (70 percent) and Fairfield, Ohio (30 percent), and work for this delivery order is expected to be completed by Mar. 31, 2010. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Burns & Roe Services Corp., Virginia Beach, Va., is being awarded a $7,038,740 modification under a previously awarded contract (N62470-06-D-4614) to exercise Option 3 for utilities and maintenance services at U.S. Naval Base Guantanamo Bay, Cuba. The total contract amount after exercise of this option will be $38,948,784. Work will be performed at U.S. Naval Station Guantanamo Bay, Cuba, and is expected to be completed by June 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering and Acquisition Division, Guantanamo Bay, Cuba, is the contracting activity.

Sundt William Scotsman, a joint venture, Tempe, Ariz., is being awarded a $6,312,999 modification under a previously awarded firm-fixed-price contract (N62473-08-C-3511) to exercise option 0004 which provides for the furniture, fixtures and equipment/collateral equipment for temporary facilities of administration, billeting, armory, storage and maintenance buildings at Marine Corps Base and Marine Corps Air Station, Camp Pendleton. The total contract amount after exercise of this option will be $73,020,093. Work will be performed in Oceanside, Calif., and is expected to be completed by July 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND
United States Special Operations Command is increasing the contract maximum order amount on the acquisition, logistics, management and business operations support contract, USZA22-02-D-0014, awarded in December 2001 to Sverdrup Technology Inc., (now Jacobs Technology Inc.). This is a multiple-award, indefinite delivery/indefinite quantity term contract with an anticipated period of performance through April 2010 for acquiring intellectual capital support in the areas of system acquisition and development. This action will increase the maximum order amount of one of the multiple-award contracts from $400,000,000 to $460,000,000, with an additional $45,000,000 to $505,000,000, if the government exercises the Extension of Services clause.

AIR FORCE
Raytheon Network Centric Systems, Baltimore, Md., is being awarded a $98,353,091 firm-fixed contract for the production of KIV-77 single function appliqué and the remote form factor units for the Air Force, Army, and Navy. At this time, $15,027,990 has been obligated. Headquarters Cryptologic Program System Group, Lackland Air Force Base, Texas, is the contracting activity (FA8307-09-D-001).

Lockheed Martin Corp., Liverpool, N.Y., is being award a $76,226,449 firm-fixed contract for a quantity of 17 AN/FPS 117 radar modification kits, site assessments and related training. At this time, $19,474,319 has been obligated. Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity(FA8706-09-C-0001).

Northrop Grumman Systems Corp., San Diego, Calif., is modifying a $75,209,000 fixed- price incentive firm contract for Long Lead funding of two Global Hawk Block 30M air vehicles, each including airborne signals intelligence payload and enhanced integrated sensor suite payloads, three Global Hawk 40 air vehicles, each including an MP-RTIP payload , and three ASIP retrofit kits. At this time, $75,209,000 has been obligated. 303rd AESG/SYK, Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-09-C-4001).

Kaman Precision Products, Inc., Orlando, Fla., is being awarded a $52,970,557 firm-fixed contract for joint programmable fuze systems, including the FMU-152 fuze and FZU-55 initiator, of five FMS countries for a quantity of 458 and the Air Force for a quantity of 14,601 each. At this time, $52,970,557 has been obligated. 679th Armament Systems Squadron, Eglin Air Force Base, Fla., is the contracting activity (F08626-98-C-0006).

DEFENSE LOGISTICS AGENCY
Artcraft Optical Co., Inc., Rochester, N.Y.*, is being awarded a maximum $16,302,804 firm-fixed price, indefinite quantity/indefinite delivery contract for purchase of aircrew spectacle frames. Other location of performance is in New York. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The original proposal was DIBBS solicited withone one response. Contract funds will not expire at the end of the current fiscal year. This contract includes a base and four one-year option periods. The date of performance completion is Jun. 29, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM2DE-09-D-7539).

No comments: