Friday, July 31, 2009

MILITARY CONTRACTS July 31, 2009

ARMY
Oshkosh Corp., Oshkosh, Wis., was awarded on Jul. 31, 2009 a $1,063,700,000 firm-fixed-price for 1,700 Mine Resistant Ambush Protected (MRAP) All Terrain Vehicles (M-ATV's), Field Service Representative Support, and associated parts support packages to include Authorized Stockage Lists (ASL), Prescribed Load List (PLL), Reprocessing Spares, Battle Damage Repair parts (BDR) and Basic Issue Items (BII). Work is to be performed in McConnellsburg, Pa., with an estimated completion date of Jul. 31, 2010. U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

NAVY
Oshkosh Corp., Oshkosh, Wis., is being awarded a $1,064,463,100 firm-fixed-priced delivery order #0002 modification 02 under previously awarded firm-fixed-price contract W56HZV-09-D-0111 to exercise an option for 1,700 Mine Resistant Ambush Protected (MRAP) All Terrain Vehicles (M-ATVs), Field Service Representative Support, and associated parts support packages to include Authorized Stockage Lists (ASL), Prescribed Load Lists (PLL), Deprocessing Spares, Battle Damage Repair parts (BDR) and Basic Issue Items (BII). Vehicles and parts support packages will be fielded to Afghanistan in support of Operation Enduring Freedom. Field Service Representatives will be providing support in Kuwait and Afghanistan. This order is for Marine Corps, Army, Special Operations Command and some test vehicles. Work will be performed in McConnellsburg, Pa., and work is expected to be completed by Jul. 31, 2010. Contract funds in the amount of $15,000,000 will expire at the end of the current fiscal year. The US Army TACOM Life Cycle Management Command, Warren, Mich., is the contracting activity.

AMEC-Nan Joint Venture, LLC, Honolulu, Hawaii, (N62742-09-D-1171); dck/TtEC, LLC, Honolulu, Hawaii (N62742-09-D-1172); Environmental Chemical Corp., Burlingame, Calif., (N62742-09-D-1173); and URS Group, Inc., San Antonio, Texas (N62742-09-D-1174), are being awarded a cost reimbursement and firm-fixed price with award fee, indefinite-delivery/indefinite-quantity multiple award construction contract for construction projects at DOD installations worldwide. The work to be performed provides for new construction, repair, and renovation projects at various DOD installations worldwide. Types of projects include, but are not limited to: new construction, repair, demolition, and renovation including utilities and waterfront work, and construction of medical facilities (hospitals, medical clinics, and/or dental clinics). Work may also include energy and water conservation projects. The maximum dollar value for all four contracts combined is $900,000,000. Work will be performed at various DOD installations worldwide, and work is expected to be completed 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 Online with 10 proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Shipbuilding Inc., Newport News, Va., is being awarded a $49,940,340 modification to previously awarded contract (N62793-03-G-0001) for modernization, ship alterations, repairs, maintenance, and deferred work on board the USS Carl Vinson (CVN 70) during the Post Shakedown Availability (PSA)/Selected Restricted Availability (SRA). Work will be performed in Newport News, Va., and is expected to be completed by December 2009. Contract funds in the amount of $30,726,718 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Va., is the contracting activity.

Mid Eastern Builders, Inc., Chesapeake, Va., is being awarded a $36,371,486 firm-fixed-price contract for replacement of fuel storage tanks at Craney Island Fuel Terminal. The work to be performed provides for the demolition of nineteen aged bulk storage tanks and the construction of six new tanks. Work will be performed in Portsmouth, Va., and is expected to be completed by August 2012. 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, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-5037).

General Dynamics Advanced Information Systems, Fairfax, Va., is being awarded a $21,317,709 cost-plus-incentive-fee contract for engineering services in support of the AN/BYG-1 Tactical Control System. The 228,000 engineering service hours will be used to migrate the AN/BYG-1 Tactical 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 to multiple variants to be delivered to multiple submarine platforms. Work will be performed in Fairfax, Va., (58.6 percent); Middleton, R.I., (26 percent); Fairfax Station, Va., (4 percent); San Diego, Calif., (3.4 percent); Hampton, Va., (2.2 percent); McLean, Va., (1.8 percent); Shoreview, Minn. (1.3 percent); Brigham City, Utah (1 percent); Manassas, Va. (1 percent); Greensboro, N.C. (.5 percent); Arlington, Va. (.1 percent); Breaverton, Ore. (.1 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 with three proposals solicited and three offers received via the Federal Business Opportunities. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-09-C-6250).

Clayco, Inc., Livonia, Mich., is being awarded a $19,475,000 firm-fixed price contract for design and construction of two dining facilities at Marine Corps Base, Camp Lejeune. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $22,076,412. Work will be performed in Jacksonville, N.C., and is expected to be completed by April 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, Mid Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-3210).

Complex Solutions, Inc., Kailua, Hawaii, is being awarded an $18,511,475 time and materials, indefinite-delivery modification to previously awarded contract (N00244-07-D-0035) to exercise option year two for technical and educational support services to the Naval Postgraduate School's Center for Civil Military Relations education and training program. Work will be performed at Monterey, Calif., (6 percent); Kailua, Hawaii or Huntsville, Ala., (4 percent); Army posts around the United States (17 percent); and various locations outside the continental United States (73 percent), and work is expected to be completed by July 2010. Contract funds will not expire before the end of the current fiscal year. This announcement includes efforts for the Governments of Austria, Egypt and Singapore (less than 1 percent each) under the Foreign Military Sales Program. This contract was awarded competitively through Navy Electronic Commerce Online website, with two offers received. The Fleet and Industrial Supply Center San Diego, Calif., is the contracting activity.

General Microwave, D/B/A Herley Farmingdale, Farmingdale, N.Y., is being awarded a $16,610,728 firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract for 450 Radio Frequency (RF) Module units including engineering, technical and repair support services for the U.S Navy, Air Force, and Army. Work will be performed in Jerusalem, Israel, and is expected to be completed in July 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through an electronic request for proposals and two offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-09-D-0046).

Space Ground Systems Solutions, Inc., Melbourne, Fla., is being awarded a $10,929,037 cost-plus-fixed-fee contract for Spacecraft Engineering, Software Research, Development and Support for design, development, test, launch and mission operations of Department of Defense assets. This is a new requirement for highly-skilled personnel to support the Navy space programs development, enhancement, testing and configuration management of a collection of software, which is constantly being enhanced to provide state of the art solutions to space applications. This contract contains options, which if exercised, will bring the total cumulative value of the contract to $57,978,456. Work will be performed at the Naval Research Laboratory, Washington, D.C., and is expected to be completed July 2010 (July 2014 with options exercised). Contract funds in the amount of $152,500 will expire at the end of the current fiscal year. This contract was competitively procured under Request for Proposal (N000173-08-R-SER02), with two offer received. The Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-09-C-6001).

Group W Inc.,* Fairfax, Va., is being awarded a $10,747,352 cost-plus-fixed-fee contract for the procurement of analytical support services for the Combined Forces Command (CFC) and United States Forces Korea (USFK) Operations Analysis Branch/CJ35 Plans Division. This analytical support covers a wide range of analytical, data development, post-processor, joint interface, and collaborative analysis and exercise/war gaming support requirements for the Commander, CFC/USFK. Work will be performed in Korea, and is expected to be completed by July 2014. Contract funds in the amount of $1,209,562 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with three proposals solicited and three offers. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity (N00174-09-C-0028).

AMEC-Nan Joint Venture, LLC, Honolulu, Hawaii, is being awarded a $9,643,900 firm-fixed-price award fee task order #0001 under a previously awarded Global Multiple-Award Construction contract (N62742-09-D-1171) for a Child Development Center located at Marine Corps Base Hawaii. Funds provided by the American Recovery and Reinvestment Act of 2009. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by January 2010. The funds will not expire at the end of the current fiscal year. This task order was competitively procured with ten proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-09-D-1171).

Lockheed Martin, Maritime Systems & Sensors, Moorestown, N.J., is being awarded an $8,132,702 modification to previously awarded contract (N00024-07-C-5101) for updated Aegis computer program maintenance effort in support of the Norwegian Fridtjof Nansen (F310) Class Frigates. This contract provides a limited in-service support program for the Norwegian New Frigate (NNF) SPY-1F derived Aegis Weapon System (NF-AWS) computer program procured under NAVSEA Contract N00024-00-C-5147. This contract will assist Norway in the maintenance of its NF-AWS which recently underwent a successful Aegis Combat System Ship Qualification Trial. Work will be performed in Moorestown, N.J., and is expected to be completed by December 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.

Pioneer Contracting Co., Ltd.*, Wahiawa, Hawaii, is being awarded $7,324,060 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62478-08-D-4011) for construction to repair and renovate Building 503 at Marine Corps Base Hawaii. Work to provide for the replacement of deteriorated windows with metal framed anti-terrorism force protection compliant windows; re-roofing of the building; upgrading the existing fire alarm systems; providing a fire suppression system; exterior repairs to include replacing exterior doors; exterior painting; interior repairs to include replacement of floor coverings and ceilings at common areas; painting; replacement of bathroom and toilet fixtures; and proper fire exiting configuration at the stairs and corridors to comply with life/safety codes. Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by April 2011. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity. The work to be performed provides for all design, construction to repair and renovate Building 503 at Marine Corps Base Hawaii. Work to provide for the replacement of deteriorated windows with metal framed anti-terrorism force protection compliant windows; re-roofing of the building; upgrading the existing fire alarm systems; providing a fire suppression system; exterior repairs to include replacing exterior doors; exterior painting; interior repairs to include replacement of floor coverings and ceilings at common areas; painting; replacement of bathroom and toilet fixtures; and proper fire exiting configuration at the stairs and corridors to comply with life/safety codes.

Northrop Grumman Technical Services Sector, Herndon, Va., is being awarded a $7,007,705 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00421-08-C-0065) to exercise an option for approximately 89,886 hours of engineering and logistics services in support of E-2C, C-2A test and E-2D System Design and Development (SDD) aircraft located at the Air Test and Evaluation Squadron TWO ZERO (VX-20), Patuxent River, Md. Services to be provided include modification and preparation of the aircraft for test operations, correction of safety of flight discrepancies, quality control inspections, engineering investigations, and logistics and parts support. Work will be performed in Patuxent River, Md., and is expected to be completed in July 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.

DEFENSE LOGISTICS AGENCY
Universal Sodexho, Tacoma, Wash., is being awarded a maximum $180,000,000 fixed-price with economic price adjustment, indefinite- delivery and indefinite-quantity, maintenance, repair, and operations prime vendor contract. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies. The proposal was originally Web solicited with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the third option year period. The date of performance completion is July 31, 2010. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM500-05-D-BP07).

Valero Marketing & Supply Co., San Antonio, Texas is being awarded a maximum $28,598,990 fixed-price with economic price adjustment, indefinite-delivery and indefinite-quantity contract for fuel. Other location of performance is in Corpus Christi, Texas. Using service is Foreign Military Sales, Israel. The proposal was originally Web solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is October 31, 2009. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va., (SP0600-08-D-0454).

Science Applications International Corp., Fairfield, N.J., is being awarded a maximum $26,818,289 firm-fixed price, sole source contract for axle assembly parts. Other locations of performance are in Michigan, Wisconsin and Pennsylvania. Using service is Marine Corps. The proposal was originally Web solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is June 28, 2010. The contracting activity is the Defense Logistics Agency, Warren (DSCC-ZG), Warren, Mich., (SPRDL1-09-C-0126).

Woodward HRT, Inc., Valencia, Calif., is being awarded a maximum $15,328,968 firm fixed price, sole source, requirements type contract for parts. There are no other locations of performance. Using services are Army, Navy and Air Force. The proposal was originally DIBBS solicited with one response. Contract funds will expire at the end of the current fiscal year. This contract contains a one year base with four one-year option periods. The date of performance completion is August 3, 2010. The contracting activity is the Defense Supply Center Richmond (DSCR), Richmond, Va., (SPM4A2-09-D-0029).

AIR FORCE
McDonnell Douglass Corp., Long Beach, Calif., was awarded a $64,400,000 modified contract to the C-17 Globemaster III Sustainment Partnership contract to incorporate the sustainment support for two Qatar Emiri Air Force C-17 aircraft for FY09-11. At this time, $6,678,700 has been obligated. MSWE/516 AESG/PK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8614-04-V-2004).

Boeing Co., Wichita, Kansas, was awarded a $70,592,076 modified contract to provide for new communication and data management updates to the B-52H Air Frame. At this time, $4,372,000 has been obligated. 651 AESS/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8107-05-C-0001 P00037).

Lockheed Martin Corp., Space Systems Co., Sunnyvale, Calif., was awarded a $20,000,000 modified contract for the Advanced Extremely High Frequency Satellite and will study the technology necessary to potentially support future enhancements to the AEHF system. At this time, no funding has been obligated. Air Force Space & Missile Systems Center, Military Satellite Communications Systems Wing, El Segundo, Calif., is the contracting activity (F04701-02-C-0002).

Honeywell International, Inc., Defense & Space Electronic Systems, Clearwater, Fla., was award a $9,744,953 modified contract for 126 Embedded GPS/Inertial Navigation System Production Units for the U.S. Army CH47F, P31 EGI +429 SAASM and AH64. At this time, the entire amount has been obligated. 647 AESS/PK, Wright-Patterson Air Force Base, Ohio is the contracting activity (F8626-06-C-2065).

Battelle Memorial Institute, Columbus, Ohio, was awarded a $8,757,992 modified contract to conduct in vitro screening studies to identify active chemicals and select active candidates for efficacy and nonclinical safety testing. At this time, $465,394 has been obligated. 55 Contracting Squadron, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180).

Battelle Memorial Institute, Columbus, Ohio was awarded a $8,741,664 modified contract to conduct analyses to support continued research and development of oximes intended for replacement of 2-PAM. At this time, $579,710 has been obligated. 55 Contracting Squadron, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180).

Northrop-Grumman Space and Mission Systems, Clearfield, Utah, was awarded a $7,930,219 modified contract to provide Minuteman Enhancement Reliability Accelerometer engineering and feasibility study. At this time, the entire amount has been obligated. 526th ICBMSG/PKE, Hill Air Force Base, is the contracting activity (F42610-98-C-0001).

No comments: