Friday, August 14, 2009

MILITARY CONTRACTS August 13, 2009

DEFENSE LOGISTICS AGENCY
BP West Coast Products LLC dba Arco, La Palma, Calif., is being awarded a maximum $516,830,010 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel. Other location of performance is Ferndale, Washington. Using service is Defense Energy Support Center. There were originally 72 proposals solicited with 19 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is October 30, 2010. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0512).

World Fuel Services Corp., Miami, Fla., is being awarded a minimum $104,533,000 fixed price with economic price adjustment contract for aviation fuel. Other locations of performance are Pakistan and Afghanistan. Using service is Defense Energy Support Center. The original proposal was Web solicited with 21 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is August 2010. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-1012).

ExxonMobil Fuels Marketing Co., Fairfax, Va., is being awarded a maximum $86,791,065 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for fuel. Other location of performance is Torrance, Calif. Using service is Defense Energy Support Center. The original proposal was Web solicited with 19 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is October 30, 2010. The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va., (SP0600-09-D-0504).

U.S. Oil Trading LLC., Tacoma, Wash., is being awarded a maximum $52,550,010 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel. There are no other locations of performance. Using service is Defense Energy Support Center. There were originally 72 proposals solicited with 19 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is October 30, 2010. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0490).

Sinclair Oil Co., Salt Lake City, Utah is being awarded a maximum $33,513,417 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for fuel. Other location of performance is Sinclair, Wyoming. Using service is Defense Energy Support Center. The original proposal was Web solicited with 19 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is October 30, 2010. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-0503).

Navistar Defense, Warrenville, Ill., is being awarded a maximum $15,697,420 firm fixed price, sole source contract for diesel engine parts. Other location of performance is in Ohio. Using services are Army, Air Force and Marine Corps. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is December 22, 2009. The contracting activity is the Defense Logistics Agency, Warren, Warren, Mich., (SPRDL1-09-C-0118).

ARMY
Clark Construction Group, LLC, Bethesda, Md., was awarded on August 12, 2009 a $230,681,000 firmed fixed price contract to construct the United Stated Army Medical Research Institute of Chemical Defense, a Department of Defense Medical facility of approximately 526,255 gross square feet. Supporting facilities include medical gas utilities (O2, CO2, LN2, N2), conventional utilities (water, sewer, gas, central district chilled water, steam), electrical services (including emergency power generation), paving, walks, parking, fencing, storm drainage, communication and information systems, fire protection and alarm systems, and site improvements that include landscaping and new access drives. Work is to be performed in Aberdeen, Md., with an estimated completion date of Feb. 18, 2013. Bids were solicited on the World Wide Web with nine bids received. U.S. Army Corps of Engineers – Baltimore District, Baltimore, Md., is the contracting activity (W912DR-09-C-0052).

IDSC Holdings LLC, Kenosha, Wisc. was awarded on August 12, 2009 a $31,240,771 firm-fixed-price contract for artillery maintenance shop tool set. Work is to be performed in Kenosha, Wisc., with an estimated completion date of Aug. 31, 2014. Ten., (10) bids were solicited with two bids received. TACOM-Rock Island, AMSTA-LC-CTC, Rock Island, Ill., is the contracting activity (DAAE20-03-D-0087).



BE&K Federal Services, LLC, San Antonio, Texas was awarded on August 12, 2009 a $21,033,034 firm-fixed-price contact for Task Order 0004-ADD/Alter Commissary, PN DW05MP05, Fort Riley Kan. Work is to be performed in Fort Riley, Kan., with an estimated completion date of July 25, 2011. Two bids solicited with two bids received. Corps of Engineers, CENWK, Kansas City, Mo., is the contracting activity (FA3002-07-D-0007).

SRS Inc, Gallatin, Tenn., was awarded on August 11, 2009 a $17,807,715 firm-fixed-price contract for Riverbank Protection for the Cumberland and Tennessee River Banks Basins and various counties in Tennessee, Alabama, Mississippi, and Kentucky. Work is to be performed in Cumberland and Tennessee River Banks Basins and various counties in Tennessee, Alabama, Mississippi, and Kentucky with an estimated completion date of August 13, 2012. Bids were solicited on the World Wide Web with three bids received. Nashville District U.S. Army Corps of Engineers, Nashville, Tenn., is the contracting activity (W912P5-09-C-0016).

AIR FORCE
Jacobs Technology Incorporated, Tullahoma, Tenn., was awarded a $98,143,337 indefinite delivery/indefinite quantity contract to provide Technical, Engineering and Acquisition Support program at Eglin Air Force Base, Fla., and various other tenant organizations. At this time, no funds have been obligated. AAC/PKES, Eglin AFB, Fla., is the contracting activity (FA9200-07-C-0006 P00031)

Navy
URS Group, Inc., Tampa, Fla., is being awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect/engineering contract for preparation of Navy and Marine Corps Facilities Solicitation Packages in the NAVFAC Southeast area of responsibility (AOR). Work will be performed at various Navy and Marine Corps facilities and other government and non-government facilities within the NAVFAC Southeast AOR including, but not limited to Fla., (except for the Gulf coast of Fla. from Panama City to the Ala., border) (60 percent), Kings Bay, Ga., (20 percent), Guantanamo Cuba, (10 percent), Andros Island Bahamas, (5 percent), and Puerto Rico, (5 percent), and is expected to be completed by August 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 website, with 21 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-09-D-0082).

CACI Technologies, Inc., Chantilly, Va., is being awarded an $18,190,970 modification to previously awarded contract (N63394-04-D-1262) for engineering and technical support services, training, software, project and logistics services, and products necessary to support the Ship Self Defense System. Services will be required at shore sites, land-based test facilities, shipyards, and aboard ships in ports and at sea. Work will be performed in Port Hueneme, Calif., (35 percent); Wallops Island, Va., (20 percent); Crystal City, Va., (20 percent); San Diego, Calif., (10 percent); Little Creek, Va., (10 percent); and Pearl Harbor, Hawaii, (5 percent), and is expected to be completed by April 2010. Contract funds in the amount of $4,426,000 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity.

King Nutronics Corp.*, Woodland Hills, Calif., is being awarded a $11,070,605 indefinite-delivery/indefinite-quantity contract for the procurement of repair evaluation, repair services, and calibration services of complex pressure and temperature calibration standards equipment. In addition this contract includes implementation of engineering changes to existing equipment, and engineering teaming projects to analyze subsequent repair data in support of the U.S. Navy's Calibration Standard's program. Work will be performed in Woodland Hills, Calif., and is expected to be completed in August 2014. Contract funds in the amount of $28,080 will 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., is the contracting activity (N68335-09-D-0111).

Science Applications Incorporated Corp., San Diego, Calif., was awarded a $9,071,024 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-fee contract on Aug. 7, 2009, for the development, integration testing, procurement, and delivery of the Low Band Universal Communications System (LBUCS) Program Transmit Terminal Equipment (TTE). SPAWAR awarded the contract on behalf of its organizational partner, the Navy's Program Executive Office for Command, Control, Communications, Computers, and Intelligence systems. This contract includes options for Low Rate Initial Production and Full Rate Production, Test Equipment, Production Fixes, Training, as well as options for Engineering Services and Spares, which, if exercised, would bring the cumulative value of this contract to an estimated $18,990,831. Work will be performed in San Diego, Calif., and is expected to be completed by August 2011. If all options are exercised, work could continue until July 2015. This contract was competitively procured via the Commerce Business Daily's Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-09-C-0057).

Harry Pepper & Associates, Jacksonville, Fla., is being awarded an $8,610,486 firm-fixed price contract for the restoration and modernization of the Water Treatment Facility at Naval Submarine Base Kings Bay. The work to be performed provides for construction of a new pre-engineered metal building to house four nonofiltration membrane package units (skids) and supporting processes. Each nanofiltration skid provides treatment capacity of 500,000 gallons per day providing a project capacity of 2.0 million gallons per day. The building will be sized to handle an additional three future nanofiltration skids for a total of seven. Work will be performed in Kings Bay, Ga., and is expected to be completed by August 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively negotiated via the Navy Electronic Commerce Online website with six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-09-C-1269).

SCI Technology, Inc., Huntsville, Ala., is being awarded an $8,085,625 firm-fixed-price contract for Tactical Operations Center Intercommunication System (TOCNET®)-V equipment in support of the Medium Tactical Vehicle Replacement (MTVR) and Logistics Vehicle System Replacement (LVSR) programs. Work will be performed in Huntsville, Ala., and all units are expected to be delivered by March 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because SCI Technology, Inc., holds proprietary rights to the design and is the sole provider of TOCNET ® Modules. Space and Naval Warfare Systems Center Atlantic is the contracting activity (N65236-09-C-3583).

Utilis USA, LLC, Fort Walton Beach, Fla., is being awarded $6,213,975 for delivery order #0003 under a previously awarded contract (M67854-09-D-3048) for General Purpose Medium Shelters. Work will be performed in Celina, Ohio (49 percent), Fort Walton Beach, Fla. (32 percent), and Destin, Fla. (19 percent), and is expected to be completed in February 2010. Contract funds in the amount of $6,213,974 will expire at the end of the current fiscal year. Marine Corps Systems Command (M67854), Quantico, Va., is the contracting activity.

No comments: