Monday, July 13, 2009

MILITARY CONTACTS July 13, 2009

TRICARE MANAGEMENT ACTIVITY (TMA)
TRICARE Managed Care Support Services Contract Award
TriWest Healthcare Alliance Corp., Phoenix, Ariz., is being awarded a cost-plus-fixed-fee contract to provide managed care support (MCS) to the Department of Defense TRICARE program. The instant award will comprise a base period plus one option period for $2,853,810,863. The total potential contract value, including the 10-month base period (transition-in) and five one-year option periods for health care delivery, plus a transition-out period, is estimated at $16,956,510,153. The MCS contractor will assist the military health system in operating an integrated health care delivery system combining resources of the contractor and the military's direct medical care system to provide health, medical and administrative support services to eligible beneficiaries in the West Region. The West Region includes the states of Alaska, Arizona, California, Colorado, Hawaii, Idaho, Iowa (except the Rock Island Arsenal area), Kansas, Minnesota, Missouri (except the St. Louis area), Montana, Nebraska, Nevada, New Mexico, North Dakota, Oregon, South Dakota, Texas (areas of Western Texas only), Utah, Washington, and Wyoming. The work to be performed includes management of provider networks and referrals, medical management, enrollment, claims processing, customer service and access to data, among other requirements, while providing beneficiary satisfaction at the highest level possible through the delivery of world-class health care. This contract was competitively procured via the TRICARE Management Activity e-solicitation Web site with two offers received. The TRICARE Management Activity, Aurora, Colo., is the contracting activity. The contract number is H94002-09-C-0010.

TRICARE MANAGEMENT ACTIVITY
TRICARE Managed Care Support Services Contract Award
Aetna Government Health Plans, Hartford, Conn., is being awarded a cost-plus-fixed-fee contract to provide managed care support (MCS) to the Department of Defense TRICARE program. The instant award will comprise a base period plus one option period for $2,840,302,541. The total potential contract value, including the 10-month base period (transition-in) and five one-year option periods for health care delivery, plus a transition-out period, is estimated at $16,678,172,561. The MCS contractor will assist the military health system in operating an integrated health care delivery system combining the resources of the contractor and the military's direct medical care system to provide health, medical and administrative support services to eligible beneficiaries in the North Region. The North Region includes the District of Columbia and the states of Connecticut, Delaware, Illinois, Indiana, Iowa (Rock Island Arsenal area only); Kentucky (except the Fort Campbell area); Maine, Maryland, Massachusetts, Michigan, Missouri (St. Louis area only); New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia, and Wisconsin. The work to be performed includes management of provider networks and referrals, medical management, enrollment, claims processing, customer service and access to data, among other requirements, while providing beneficiary satisfaction at the highest level possible through the delivery of world-class health care. This contract was competitively procured via the TRICARE Management Activity e-solicitation Web site with two offers received. The TRICARE Management Activity, Aurora, Colo., is the contracting activity. The contract number is H94002-09-C-0008.

TRICARE MANAGEMENT ACTIVITY
TRICARE Managed Care Support Services Contract Award
UnitedHealth Military & Veterans Services, Minnetonka, Minn., is being awarded a cost-plus-fixed-fee contract to provide managed care support (MCS) to the Department of Defense TRICARE program. The instant award will comprise a base period plus one option period for $3,729,016,358. The total potential contract value, including the 10-month base period (transition-in) and five one-year option periods for health care delivery, plus a transition-out period, is estimated at $21,827,600,469. The MCS contractor will assist the military health system in operating an integrated health care delivery system combining resources of the contractor and the military's direct medical care system to provide health, medical and administrative support services to eligible beneficiaries in the South Region. The South Region includes the states of Alabama, Arkansas, Florida, Georgia, Kentucky (the Fort Campbell area only), Louisiana, Mississippi, Oklahoma, South Carolina, Tennessee, and Texas (excluding areas of Western Texas). The South Region contractor will be responsible for administering and complying with all Continued Health Care Benefit Program requirements in all geographic areas. The work to be performed includes management of provider networks and referrals, medical management, enrollment, claims processing, customer service and access to data, among other requirements, while providing beneficiary satisfaction at the highest level possible through the delivery of world-class health care. This contract was competitively procured via the TRICARE Management Activity e-solicitation Web site with three offers received. The TRICARE Management Activity, Aurora, Colo., is the contracting activity. The contract number is H94002-09-C-0009.

DEFENSE LOGISTICS AGENCY
International Oil Trading Co., Boca Raton, Fla., is being awarded a maximum $1,011,173,965 fixed price with economic price adjustment, requirements type contract, for JP8 turbine fuel, diesel fuel, and motor gasoline. Other locations of performance are Al Asad Air Base, Victory Base Camp, and Trebil and Korean Village, Iraq. Using service is the Defense Energy Support Center. The original proposal was Web solicited with six responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 31, 2011. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0515).

BAE Systems Information and Electronics, Totowa, N.J., is being awarded a maximum $12,061,222 firm fixed price, sole source contract for parts. There are no other locations of performance. Using service is Air Force. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is July 31, 2012. The contracting activity is the Defense Supply Center Warner Robins, Robins AFB, Ga., (FO9603-03-D_0001-XE02).

NAVY
Navistar Defense LLC, Warrenville, Ill., is being awarded $71,081,162 for firm-fixed- priced delivery order 0006 modification under previously awarded contract (M67854-07-D-5032) for the procurement of battle damage assessment and repair (BDAR) kits. This order is in support of the Mine Resistant Ambush Protected (MRAP) vehicle program. The BDAR kits will sustain both the MaxxPro Base and MaxxPro Plus vehicle variants. Work will be performed at the Red River Army Depot in Texarkana, Texas, and deliveries are expected to be completed by Aug. 1, 2009. Contract funds in the amount of $71,081,162 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.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $33,066,885 modification to previously awarded contract (N00024-06-C-2307) to exercise options for the accomplishment of Lead Yard Class Services for the DDG 51 Class AEGIS destroyer program. This work will provide technical assistance to the Follow Yard in the interpretation and application of the detailed design developed by Bath Iron Works Corp., the Lead Yard contractor. DDG 51 class services include: liaison for follow ship construction, general class services, class logistic services, class design agent services and class change design services for follow ships. Work will be performed in Bath, Maine, and is expected to be completed by July 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics – Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded a $20,756,123 firm-fixed-price delivery order #0021 under previously awarded contract M67854-05-D-6014, for the procurement of twenty full rate production Expeditionary Fire Support Systems (EFSS) together with their corresponding basic kssue item kits, Additional Authorization List hardware and Mortar Weapon Spares. The EFSS provides all-weather, ground-based, close supporting, accurate, immediately responsive, and lethal indirect fires. The EFSS is defined as a launcher, mobility platform (prime mover), ammunition (not included in this order), ammunition supply vehicle, and technical fire direction equipment necessary for orienting the weapon on to an azimuth of fire and accurately computing firing data. Work will be performed in St. Aubin, France, (63 percent); Robbins, N.C., (22 percent); and Forest, Va., (15 percent), and work is expected to be completed by Dec. 30, 2010. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-05-D-6014).

The Northrop Grumman Corp.Marine Systems, Sunnyvale, Calif., is being awarded a $14,318,064 cost-plus-fixed-fee, firm-fixed-price contract to develop and design launcher subsystem risk reduction demonstration hardware, test stand, and necessary related test equipment with the capability to conduct an underwater launch demonstration of a D5 missile in a large diameter missile tube. This contract contains an option, which is exercised will bring the contract value to $17,111,932. Work will be performed in Sunnyvale, Calif., and work is expected to be completed March 31, 2010, with one option for studies with a period of performance of 12 months from the date the option is exercised (if exercised). Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-09-C-0015).

Raytheon Co., Tucson, Ariz., is being awarded a $12,803,117 cost-plus-fixed-fee contract to provide the engineering, material and test support for the Joint Multi Effects Warhead System Joint Capability Technology Demonstration (JCTD). The JCTD will serve to integrate several warhead technologies onto the Tomahawk Block IV cruise missile, and demonstrate an expanded capability against hard and large area targets using a two-stage warhead design in a "multi-effects" system. Work will be performed in Tucson, Ariz., (90 percent) and China Lake, Calif., (10 percent), and is expected to be completed in January 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0062).

General Dynamics Advanced Information Systems, Fairfax, Va., is being awarded a $10,234,993 cost-plus-incentive-fee contract for engineering services in support of the AN/BYG-1 Weapons Control System. The 117,000 engineering service hours will be used to migrate the AN/BYG-1 weapons control system from a technology Insertion (TI-08) baseline to a TI-10 baseline and integrate advanced processing build (APB-09) and deliver this capability in multiple variants to multiple submarine platforms. Work will be performed in Fairfax, Va., (53.6 percent); Cape Canaveral, Fla., (17.6 percent); Roswell, Ga., (12.5 percent); Middletown, R.I., (7.7 percent); McLean, Va., (2.6 percent); Hampton, Va., (4.6 percent); Greensboro, N.C., (1.2 percent); Arlington, Va., (.05 percent); Fairfax Station, Va., (.06 percent); and Waterford, Conn., (.09 percent), and is expected to be completed by July 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities, with three offers received. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-09-C-6246).

AIR FORCE
Wyle Laboratories, Inc., Huntsville, Ala., was awarded a $38,647,222 contract to have reliability analysis center research, develop, and deliver data analysis, assessments and evolutions; reliability information analysis and determinations; reliability centered maintenance analysis; data element process and standardization assessments; logistics management and planning tools; systems interoperability assessments; system acquisition planning; and financial life cycle cost estimates for Department of Defense and Department of Homeland Security and affiliated labs. At this time $501,662 has been obligated. 55th Contracting Squadron, Offutt Air Force Base, is the contracting activity (HC1047-05-D-4005).

Global Ground Support, Olathe, Kansas, was awarded a $15,375,084 contract to provide two preproduction units as well as 49 production vehicles, and an estimated quantity of 196 deicer vehicles. At this time no money has been obligated. 642nd CBSG/GBKBB at Robins Air Force Base is the contracting activity (FA8533-09-D-9002).

Booz Allen Hamilton, Herndon, Va., was awarded $16,424,272 contract to provide Defense Logistics Agency with logistics enterprise security, cyber situational awareness of emerging cyber threats and network intrusions within DLA boundaries. 55th Contracting Squadron, Offutt Air Force Base is the contracting activity (SP0700-98-D-4002).

No comments: