Wednesday, September 23, 2009

MILITARY CONTRACTS September 23, 2009

ARMY
Critical Solutions International, Inc., Dallas, Texas, was awarded on Sept. 21, 2009 a $259,877,400 firm-fixed-priced-contract for 150 each vehicle mounted mine detector without mine detonation trailer set. Work is to be performed in Gauteng, South Africa., with an estimated completion date of Dec. 2012. One bid was solicited with one bid received. TACOM-Warren, AMSCC-TAC-ADCB, Warren, Mich., is the contracting activity (W56HZV-08-D-0001).

AAI Corp. Hunt Valley, MD., was awarded on Sept. 22, 2009 a $49,185,103 cost-plus-fixed-fee contract for the SHADOW unmanned aerial vehicle system, over and above work for EFI. Work is to be performed in Hunt Valley, Md., with an estimated completion date of Oct. 31, 2009. One bid was solicited with one bid received. U.S. Army Aviation and Missile Command, AMSAM-AC-AR-A, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-O8-C-0016).

Miltope Corp., Hope Hull, Ala., was awarded on Sept. 18, 2009 a $33,308,430 Indefinite Delivery/Indefinite Quantity firm-fixed-price contract. This contract is to purchase the maintenance support device-Version 3 system of the integrated family of test equipment. Work is to be performed in Hope Hull, Ala., (46 percent), Huntsville, Ala., (35 percent), Ontario, Calif., (1 percent), Robbinsville, N.J., (2 per cent), Englewood, Colo., (9 percent), Elkridge, Md., (5 percent), and City of Industry, Calif., (2 percent) with an estimated completion date of Sept. 30, 2014. Bids were solicited on the World Wide Web with 1 bid received. U.S. Army Joint Munitions & Lethality Contracting Center, Picatinny, N.J., is the contracting activity (W15QKN-09-D-0031).

L-3 Communications Combat Propulsion Systems, Muskegon, Mich., was awarded on Sept. 18, 2009 a $33,105,008 firm-fixed-price with Incentive and cost-plus-fixed—fee contract. This project is for 94 remanufactured Bradley transmissions and parts, 20 new Bradley transmissions, 87 repaired Bradley transmissions, 979 parts kits to rebuild Bradley transmissions, 20,000 hours of system technical support and $5.2 million in management support. Work is to be performed in Texarkana, Texas., (43 percent), Muskegon, Mich., (42 percent) and Huddersfield, U.K., (15 percent) with an estimated completion date of Dec. 30, 2011. One bid solicited with one bid received. U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-09-C-0098).

Kiewit Pacific Co., Kapolei, Hawaii, was awarded on Sept. 17, 2009 a $32,155,000 firm-fixed price contract. This project consists of construction of 2 facilities at the Pohakuloa Army Training Area. Work will consist of construction of the Battle Area Complex and construction of a tactical vehicle wash facility. Work is to be performed at the Pohakuloa Training Area, Hawaii, with an estimated completion date of Dec. 15, 2011. Bids were solicited on the World Wide Web with four bids received. U.S. Army Engineer District, Honolulu, Fort Shafter, Hawaii, is the contracting activity (W9128A-09-C-0008).

IBM Corp., Fairfax, Va., was awarded in Sept. 17, 2009 a $20,634,771 firm-fixed-price contract. This project is for post-deployment system support for the Army Learning Management System day-to-day labor for operations and systems enhancements for a one year period from Sept. 21, 2009 through Sept. 20, 2010. This includes courseware migration of 1,500 existing courses. Work is to be performed in Fairfax, Va., with an estimated completion date of Sept. 20, 2010. One bid solicited with one bid received. Mission Installation and Contracting Command Center, Fort Eustis, Va., is the contracting activity (DAAB15-01-A-1013).

C & D Technologies Inc., Blue Bell, Pa., was awarded on Sept. 18, 2009 an $18,895,191 cost-reimbursement-no-fee contract for the research and development of large formats of lithium ion batteries. Work is to be performed in Blue Bell, Pa., with an estimated completion date of Sept. 17, 2013. Bids were solicited through a Broad Agency Announcement with one bid received. U.S. Army Research, Development and Engineering Command Contracting Center, Adelphi, Md., is the contracting activity (W911QX-09-C-0107).

United Solutions and Services, LLC., Hokessin, Del., was awarded on Sept. 21, 2009 a $17,633,786 firm-fixed-price contract. This project is to construct a 59,997 GSF, two bay full cell maintenance hangars for the new C-130-J model Hercules aircraft in support of the 317th Airlift Group mission. Building will be of steel construction with insulated metal panels, standing seam metal roof, split faced brick veneer and translucent panels with all appropriate mechanical, electrical, fire suppression and telecommunications systems. Administrative space is being provided for maintenance staff. Work is to be performed in Abilene, Texas, with an estimated completion date of Sept. 19, 2011. One bid was solicited with one bid received. U.S. Army Corps of Engineer District, Forth Worth, Texas, is the contracting activity (W9126G-09-C-0061).

United Solutions and Services, LLC, Hokessin, Del., was awarded on Sept. 21, 2009 a $17,633,786 firm-fixed-price contract. This project is to construct a 59,997 GSF, two bay full cell maintenance hangars for the new C-130-J model Hercules aircraft in support of the 317th Airlift Group mission. Building will be of steel construction with insulated metal panels, standing seam metal roof, split faced brick veneer and translucent panels with all appropriate mechanical, electrical, fire suppression and telecommunications systems. Administrative space is being provided for maintenance staff. Work is to be performed in Abilene, Texas, with an estimated completion date of Sept. 19, 2011. One bid was solicited with one bid received. U.S. Army Corps of Engineer District, Forth Worth, Texas, is the contracting activity (W9126G-09-C-0061).

James McHugh Construction Co., Chicago, Ill., was awarded on Sept. 22, 2009 a $14,822,167 firm-fixed-price construction contract. This contract is to provide all necessary labor, transportation, materials and equipment to construct an 88 foot diameter shaft at the Metropolitan Water Reclamation District of Greater Chicago's Lawndale Avenue solids management area, located in Hodgkins, Ill. Work Is to be performed in Hodgkins, Ill., with an estimated completion of Aug.11, 2011. Bids were solicited on the World Wide Web with six bids received. U.S. Army Corps of Engineers, Chicago, Chicago Ill., is the contracting activity (W912P6-09-C-0038).

The Ginn Group, Inc., Peachtree City, Ga., was awarded on Sept. 22, 3009 a $14,417,878 cost –plus-award fee contract. This contract is for facilities maintenance services at Fort Knox, Ky., during the period of Dec. 1, 2006 through Sept. 30, 2007 with four one-year option periods through Sept. 30, 2009. Work is to be performed in Fort Knox, Ky., with an estimated completion date of Sept. 30, 2011. Bids were solicited Army Single Face to Industry website with 13 bids received. U.S. Army Mission and Installation Contracting Command Center, Fort Knox, Ky., is the contracting activity (W9124D-06-C-0040).

Hartman Walsh Painting Co., St. Louis, Mo., was awarded on Sept. 22, 2009 a $13,883,810 firm-fixed-price contract for the painting and rehabilitation of Tainter Gates at Fort Gibson Dam, Okla., and John Redmond Dam, Kan. Work is to be performed in Fort Gibson, Okla., (70 percent), and Burlington, Kan., (30 percent) with an estimated completion date of Jan. 30, 2011. Bids were solicited via FedBizOpps with five bids received. U.S. Army Corps of Engineers District, Tulsa, Okla., is the contracting activity (W912BV-09-C-1013).

North Carolina Business Enterprise Program., Raleigh, N.C., was awarded on Sept. 18, 2009 a $13,867,893 cost-plus-award-fee contract for full food services for Fort Bragg. Work is to be performed at Fort Bragg, N.C., with an estimated completion date of Aug. 31, 2012. One bid solicited with one bid received. Mission & Installation Contracting Command, Fort Bragg, N.C., is the contracting activity (W91247-09-C-0035).

Teledyne Brown Engineering, Huntsville, Ala., was awarded on Sept. 22, 2009 a $13,755,140 cost-plus-fixed-fee contracts. This contract is for a whole system live agent test chamber final design, verification, fabrication and installation. Work is to be performed in Huntsville, Ala., (50 percent), and Dugway, Utah, (50 percent) with an estimated completion date of Mar. 23, 2012. Bids were solicited on the World Wide Web with one bid received. U.S. Army Research Development Engineering Command Acquisition Center, Edgewood Division, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-04-D-0011).

General Dynamics OTS, Inc., Bothell, Wash., was awarded on Sept. 21, 2009 a $13,274,349 firm-fixed-price contract. This project is for the procurement of non-lethal portable vehicle immobilization devices. Work is to be performed in Moses Lake, Wash., with an estimated completion date of Sept. 10, 2014. Bids were solicited on the World Wide Web with five bids received. U.S. Army Joint Munitions & Lethality Contracting Center, Picatinny, N.J., is the contracting activity (W15QKN-09-D-0023).

Advanced American Construction, Inc., Portland, Ore., was awarded on Sept. 22, 2009 a $12,964,500 firm-fixed-price contract. This contract is for the requirement to fabricate, replace, and install gate friction sheaves for John Day Dam Navigation Lock Downstream Gate and Friction Sheaves Replacement Project. Work is to be performed in Klickitat County, Wash., with an estimated completion date of Nov. 30, 2010. Bids were solicited on the World Wide Web with three bids received. USA Corps of Engineers, Portland District, Portland, Ore., is the contracting activity (W9127N-09-C-0039).

Inter Costal Electronics Inc., Mesa, Ariz., was awarded on Sept. 22, 2009 a $11,955,295 firm-fixed-price contract. This contract was awarded to procure an Apache tactical engagement simulation system which provides dynamic, modular and scalable solutions to fulfill various aspects of individual, collective, and combined arms training. Work is to be performed in Mesa, Ariz., with an estimated completion date of Sept. 30, 2014. One bid was solicited with one bid received. Program Executive Office for Simulation, Training and Instrumentation Acquisition Center, Orlando, Fla., is the contracting activity (W900KK-09-C-0065).

American Ordnance LLC / Milan Operations, Milan, Tenn., was awarded on Sept. 22, 2009 a $11,831,000 service contract, cost type contract. This contract is for funds obligated for new equipment purchase, rehabilitation and installation, engineering support, production line analysis and evacuation, environmental permit application and site survey/evaluation associated with movement/relocation of HE Mortar production capability from Kansas Army Ammunition Plant to Milan Army Ammunition Plant pursuant to 2005 Base Relocation and Closure law/ direction. Work is to be performed in Milan, Texas, with an estimated completion date of Sept. 30, 2011. One bid solicited with one bid received. HQ, Army Contracting Command, Rock Island Contracting Center/ CCRC-AL, Rock Island, Ill., is the contracting activity (W52P1J-09-G-0001).

Employment Services, Fayetteville, N.C., was awarded on Sept. 18, 2009 a $10,033,348 cost-plus-award-fee contract for the dining facility attendant services for Fort Bragg, N.C. Work is to be performed in Fort Bragg, N.C., with an estimated completion date of Aug. 31, 2012. One bid solicited with one bid received. U.S. Army Mission & Installation Contracting Command, Fort Bragg, N.C., is the contracting activity (W91247-09-F-0295).

Kenneth R. Thompson, Jr., Builder Inc., Greenwood, Miss., was awarded on Sept. 21, 2009 a $9,842,230 firm-fixed-price contract. This project is for the flood control along Miss. River and Tributaries, East Bank Miss. River Levees, Magna Vista Brunswick, Miss, levee enlargement, Item 468-L. Work is to be performed in Greenwood, Miss., with an estimated completion date of Dec. 30, 2010. Bids were solicited via FedBizOpps with 11 bids received. U.S Corps of Engineers, Vicksburg District, Vicksburg Contracting Office, Vicksburg, Miss., is the contracting activity (W912EE-09-C-0040).

Rolls Royce Corp., Indianapolis, Ind., was awarded on Sept. 23, 2009 a $9,723,040 firm-fixed-price contract. This contract is for a minimum quantity of 20 and a maximum quantity of 135 gas turbine engines (model 250/C30R/3) to support the OH-58D Kiowa safety enhancement program. Work is to be performed in Indianapolis, Ind., with an estimated completion date of Dec. 31, 2012. One bid solicited with one bid received. U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-D-0190).

M & W Zander U.S. Operations, Plano, Texas, was awarded on Sept. 21, 2009 a $9,592,698 firm-fixed-price contract for the construction of a structure, installation and infrastructure work within Ramon Air Force Base, Israel. Work is to be performed at Ramon Sir Force Base, Israel, with an estimated completion date of Mar. 31, 2011. Bids were solicited on the World Wide Web with three bids received. U.S. Corps of Engineers, Europe District, is the contracting activity (W912GB-09-0044).

Laforge and Budd Construction Co. Inc., Parsons, Kan., was awarded on Sept. 21, 2009 a $9,069,000 firm-fixed-price contract for civil works, planning and design for the Kansas City District repair of Topeka Levee. Work is to be performed in Topeka, Kan., with an estimated completion date of Sept. 30, 2010. Bids were solicited with four bids received. U.S. Corps of Engineers, Kansas City District, Kansas City, Mo., is the contracting activity (W912DQ-09-C-1039).

Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded on Sept. 21, 2009 a $8,631,355 firm-fixed- price contract. This project is for the Untied States Marine Corp 3 season sleep system consisting of 11,730 regular sleeping bags, 4,871 long sleeping bags, and 15,512 each of bivy, compression, and mesh bags. Work is to be performed in Virginia Beach, Va., with an estimated completion date of Aug. 01, 2010. Bids were solicited via GSA EBUY with four bids received. U.S. Army Research, Development and Engineering Command Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (GS-07F-5965P).

General Atomics Aeronautical System, Poway, Calif., was awarded on Sept. 18, 2009 a $8,557,466 cost-plus-incentive-fee contract. This project acquires optional extended range multipurpose aircraft and optional ground data terminal in support of communications-electronics research, development, and engineering center requirement. Work is to be performed in Poway, Calif., with an estimated completion date of June 30, 2011. One bid solicited with one bid received. U.S. Army Aviation and Missile Command, CCAM-AR-A, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0069).

Charleston Marine Containers, Inc., North Charleston, S.C., was awarded on Sept. 18, 2009 a $8,509,129 firm-fixed-price contract. This contract is for the procurement for Shipping and Storage Containers for soldiers deploying and redeploying CONUS and OCONUS locations. The containers are Tricon I, Tricon II, international standard organization (20 ft) and Quadcon. The basic quantity is 1,583 each, and option quantities 478 each for a total of 2,031 each. Work is to be performed in North Charleston, N.C., with an estimated completion date of Feb. 25, 2010. Two bids were solicited with two bids received. U.S. Army TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-09-C-0627).

Atlantic Marine Construction Co. Inc., Virginia Beach, Va., was awarded on Sept. 22, 2009 a $8,389,989 firm-fixed-price contract to construct a standard design child development center for children ages up to 5 years old at Fort Bragg. The primary facilities include outdoor activity area with playground equipment, building information systems, and site development. Work is to be performed in Fort Bragg, N.C., with an estimated completion date of Mar. 25, 2011. Four bids solicited with three bids received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912DY-08-D-0029).

Great Lakes Dredge & Dock Company, LLC, Oak Brook, Ill., was awarded on Sept. 21, 2009 a $7,732,080 firm-fixed-price contract for the maintenance dredging, 46-foot project, entrance channel, Kings Bay, Ga., and Fernandina Harbor. Work is to be performed in Fernandina Beach, Fla., with an estimated completion date of Apr. 1, 2010. Six bids were solicited with three bids received. U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-09-C-0052).

Carey Electric, Vandalia, Ohio, was awarded on Sept. 21, 2009 a $7,752,300 construction firm-fixed-price contract to construct a National Guard bureau and fiscal office warehouse. Work is to be performed in Columbus, Ohio, with an estimated completion date of Sept. 15, 2011. Seven bids were solicited with 11 bids received. National Guard Bureau, USPFO for Ohio, Columbus, Ohio, is the contracting activity (W91364-09-C-0014).

Alliant Ammunition and Powder Co. LLC., Radford, Va., was awarded on Sept. 21, 2009 a $7,323,944 firm-fixed-price contract. This project is for Trinitrotoluene, Type I, Flake NSN: 1376-00-628-3333 quantity: 1,703,243. Work is to be performed in Radford, Va., with an estimated completion date of Sept. 30, 2012. Bids were solicited on the World Wide Web with three bids received. U.S. Army Contracting Command, Rock Island Contracting Center, CCRC-AR, Rock Island, Ill., is the contracting activity (W52P1J-09-D-0017).

Flir Systems Inc., Wilsonville, Ore., was awarded on Sept. 18, 2009 a $7,038,895 firm-fixed-price contract for integrated logistic support and 24/7 telephone support for the Flir's THV-3000 sensors used on the Rapid Aerostat Initial Deployment Tower Systems. Work is to be performed in Wilsonville, Ore., with an estimated completion date of June 01, 2011. One bid solicited with one bid received, U.S. Army Space & Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-07-C-1051).

Bell Helicopter Textron Inc., Hurst, Texas, was awarded on Sept 18, 2009 $6,931,530 firm-fixed-price contract. This contract is for the production of three Bell 407 commercial helicopters to be used as the training system platform for the Iraqi Armed 407 program, as described in pseudo Foreign Military Sale E4-B-UBY. Work is to be performed in Fort Worth, Texas, (55 percent), Mirabel, Quebec, and Canada (45 percent) with an estimated completion date of Dec. 31, 2010. One bid solicited with one bid received. U.S. Army Aviation & Missile Command, CCAM-AR-B, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0249).

Avon Protection Systems, Inc., Cadillac, Mich., was awarded on Sept. 18, 2009 a $6,428,360 firm-fixed-price-incentive contract. This contract is for 29,792 chemical B canisters for the joint service general purpose mask program. Work is to be performed in Cadillac, Mich., with en estimated completion date of Aug. 31, 2010. One bid solicited with one bid received. U.S. Army Research and Development Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-08-D-0024).

Hypres, In., Elmsford, N.Y., was awarded on Sept. 18, 2009 a $6,660,995 cost-reimbursable contract for the advanced material and process development for superconducting qubits with long coherence time. Work is to be performed in Elmsford, N.Y., with an estimated completion date of Mar. 31, 2011. Bids were solicited on the World Wide Web with one bid received. U.S. Army Research Development and Engineering Command Acquisition Center, Research Triangle Park, N.Y., is the contracting activity (W911NF-09-C-0154).

Sygnos, Inc., San Diego, Calif., was awarded on Sept. 22, 2009 a $6,377,000 firm-fixed-price contract. This contract is for the Warriors in Transition administrative facilities, Fort Sam Houston. The project will consist of constructing standard design for one battalion headquarters and two large sized company operations in one facility and supporting facilities. Work is to be performed in Fort Sam Houston, Texas, with an estimated completion date of Jan. 24, 2011. Three bids solicited with three bids received. U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-08-D-0077).

Hollon/Barlovento JV, Dothan, Ala., was awarded on Sept. 18, 2009 a $6,350,392 firm-fixed-price contract. This project is for the design and construction of a weapons repair shop at Fort Benning, Ga. functional areas include room/areas for communication equipment repair; weapons repair bay; weapon quality check and test firing booth; and parts storage area. Supporting facilities include vehicle parking, antiterrorism measures, building information system, heating/ventilation/cooling, and energy monitoring and control system, utilities, security lighting, fencing, sewer, storm drainage, walks, curbs, gutters, and site development. Work is to be performed in Fort Benning, Ga., with an estimated completion date of June 12, 2011. Five bids were solicited with five bids received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-09-C-0061).

Anthrotech, Inc., Yellow Springs, Ohio, was awarded on Sept. 18, 2009 a $6,164,798 cost-plus-fixed-fee contract to develop and execute all activities necessary to conduct USMC and Army anthropometric surveys, deliver the resulting USMC and USA anthropometric database and summary statistics, and produce a final report on the project. Work is to be performed in Camp Lejeune, N.C. (7 percent), Camp Pendleton, Calif., (7 percent), March Air Force base, Calif., (7 percent), Fort Benning , Ga., (7 percent), Fort Bragg, N.C., (7 percent), Fort Campbell, Ky., (7 percent), Fort Dix, N.J., ( 7 percent), Fort Drum, N.Y., ( 7 percent), Fort Hood, Texas., (7 percent), Fort Jackson, S.C. (7 percent), Fort Lewis, Wash., (7 percent), Fort Rucker, Ala., (7 percent), Fort Sam Houston, Texas., (7 percent), and Fort Sill, Okla., (7 percent) with an estimated completion date of Mar. 31, 2012. Bids were solicited via Internet with one bid received. U.S. Army RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-09-C-0195).

Vetindy, LLC, Chesterland, Ohio., was awarded on Sept. 18, 2009 a $5,790,000 firm-fixed-price contract to remove 400,000 cubic yards of dredged material from Consolidated Disposal Facility 10B. Work is to be performed in Cleveland, Ohio, with an estimated completion date of Dec. 14, 2010. Bids were solicited on the World Wide Web with 10 bids received. USA Corps of Engineers, Buffalo District, Buffalo, N.Y., is the contracting activity (W912P4-09-C-0016).

NAVY
Serco, Inc., Reston, Va., (N00189-09-D-Z064); Science Applications International Corp. (SAIC), Virginia Beach, Va., (N00189-09-D-Z065); ITT Corp., Herndon, Va., (N00189-09-D-Z066); Battelle, Columbus, Ohio, (N00189-09-D-Z067); and Booz Allen Hamilton, McLean, Va., (N00189-09-D-Z068), are each being awarded cost plus fixed fee, indefinite-delivery/ indefinite-quantity contracts to provide professional support services to Commander, Naval Installations Command (CNIC). The support services include program management, logistics, financial management, and administrative support services. For Serco, Inc., the base amount is $13,244,334, and the estimated value if all options are exercised is $70,393,638. For SAIC, the base amount is, and the estimated value if all options are exercised is $70,368,766. For ITT Corp., the base amount is $14,608,631, and the estimated value if all options are exercised is $77,806,308. For Battelle, the base amount is $16,051,436, and the estimated value if all options are exercised is $85,176,711. For Booz Allen Hamilton, the base amount is $16,541,291, and the estimated value if all options are exercised is $87,667,450. This contract contains a one year base period with four one-year option periods. Work is to be performed in Washington, D.C., and work is expected to be complete September 2010. Contract funds will not expire at the end of the fiscal year. This requirement was awarded through full and open competition, with 12 offers received. The Fleet and Industrial Supply Center Norfolk, Philadelphia Office, is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $32,319,544 firm-fixed-price order against a previously issued basic ordering agreement (N00421-05-G-0001) for various spares in support of two E-2D Advanced Hawkeye Low Rate Initial Production (LRIP) Lot 1 aircraft. Work will be performed in Syracuse, N.Y., (41 percent); Bethpage, N.Y., (15.6 percent); Menlo Park, Calif., (5.7 percent); Greenlawn, N.Y., (4.8 percent); Woodland Hills, Calif., (4.6 percent); Irvine, Calif., (3.3 percent); Cleveland, Ohio, (3.2 percent); West Chester, Ohio, (3.2 percent); Indianapolis, Ind., (2.9 percent); Freeport, N.Y., (2 percent), and at various locations within the United States (13.7 percent), is expected to be completed in February 2013. 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.

Aero Components, Inc., St. Petersburg, Fla., (N00174-09-D-0011); Laminated Materials Corp., Philadelphia, Pa., (N00174-09-D-0015); Precision Defense Services, Inc., Irwin, Pa., (N00174-09-D-0022); Mac Machine Company Inc., Baltimore, Md. (N00174-09-D-0016); Systems 3 Inc., Tempa, Ariz., (N00174-09-D-0023); Master Research & Manufacturing Inc., Norwalk, Calif., (N00174-09-D-0018); Accratronics Seals Corp., Burbank, Calif., (N00174-09-D-0009); AGA Precision, Inc., Santa Ana, Calif., (N00174-09-D-0010); Continental Precision Inc., Phoenix, Ariz., (N00174-09-D-0013); Northeast Plastic Supply, Co., Inc., Philadelphia, Pa., (N00174-09-D-0021); Canadian Commercial Corp., Ottawa, K1A 0S6, Heroux-Devtek Inc., Toronto, OH, M1P 2E3 (N00174-09-D-0014); Machinecraft, Inc., Baltimore, Md. (N00174-09-D-0017); N.R. Advanced Metal Technology Ltd., Ramat Gan, Israel (N00174-09-D-0019); Chucking Machine Products, Inc., Franklin Park, Ill. (N00174-09-D-0024); Ruoff & Sons, Inc., Runnemede, N.J. (N00174-09-D-0025) are contractors being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, supply type contract. This is in support of Naval Surface Warfare Center, Indian Head Divisions, and recurring requirement to procure aircrew escape propulsion system components. Awardees were selected because they are currently qualified to produce at least one QBL part. Price competition will be obtained as delivery orders are placed. The total combined potential value of all contracts issued will be $25,000,000 during the five year life on the contracts. A total of 16 contracts will be awarded. A synopsis of our intent to award IDIQ contracts for all QBL vendors was advertised in Federal Business Opportunities website. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md. is the contracting activity.

Raytheon Systems, Marlborough, Mass., is being awarded a $24,485,468 five year indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering services and firm-fixed-priced parts in support of the Submarine High Data Rate (subHDR) antenna system & advanced communication mast (ACM) programs. Efforts will include: repair, restoration, upgrade and engineering changes services, engineering services support including participation in failure review board and conducting failure root cause analysis and corrective action, life cycle inventory management and parts obsolescence studies to determine and provide recommendations to address the obsolescence problems to subHDR National Maintenance Center for the following subHDR components: subHDR Mast Group, mast group line replaceable units (LRU's) and sub-level components, subHDR control terminal and ACM mast, control console, LRU's and sub-level components. Work will be performed in Largo, Fla., (70 percent), Newport, R.I., (20 percent), and other various fleet locations (10 percent), and work will be completed September 2014. Contract funds in the amount of $275,850 will expire at the end of the current fiscal year will be cited on the first task order. This contract was not competitively procured. The Naval Undersea Warfare Center Division, Newport is the contracting activity (N66604-09-D-0001).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $23,100,000 firm-fixed-price not-to-exceed contract for advanced procurement of long lead materials, non-recurring engineering and critical work center efforts in support of production of the DDG 113-related Aegis weapon system (AWS) AN/SPY-1D(V) radar transmitter group and missile fire control system MK 99. Work will be performed in Andover, Mass., (88 percent) and Sudbury, Mass., (12 percent), and is expected to be completed by August 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-09-C-5111).
Mid Eastern Builders, Inc., Chesapeake, Va., is being awarded a $22,226,000 firm-fixed price contract for the replacement and construction of fuel tanks at Heckscher Drive, fuel farm, facilities and fuel operations at the Fleet and Industrial Supply Center, Jacksonville. The work to be performed provides for demolition and construction of seven steel above ground bulk fuel storage tanks and replacing five with new similar sized tanks at the same location. The project will also remove the underground piping from the pump station located at the intersection of Second Street and B Road to the last of the bulk storage tanks along B Road, and replace it with above ground piping. Work will be performed in Jacksonville, Fla., and is expected to be completed by Sept. 2012. 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 seven proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-09-C-1261).

Raytheon Co., Tucson, Ariz., is being awarded a $13,660,979 modification to previously awarded contract (N00024-07-C-5437) to exercise options for engineering and technical services in support of the MK15 Phalanx Close-In-Weapon System. Phalanx Close-In Weapon System is a fast reaction terminal defense against low and high flying, high-speed maneuvering anti-ship missile threats that have penetrated all other ships' defenses. The Phalanx Close-In Weapon System is an integral element of the Fleet Defense In-Depth concept and the ship self-defense program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating other defense envelopes. Phalanx Close-In Weapon System is currently installed on approximately 187 Navy ships and is in use in 20 foreign navies. Work will be performed in Tucson, Ariz., and is expected to be completed by September 2010. Contract funds in the amount of $1,298,142 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Atlantic Marine Mayport, LLC, Jacksonville, Fla., is being awarded a $12,819,928 modification to a previously awarded contract (N40027-09-C-0103) to perform drydock, ship alterations, maintenance and repair work for the drydock selected restricted availability onboard the USS Roosevelt (DDG 80). This modification is to provide ship repair including drydocking, hull, machinery, electrical, electronics, ship alterations, boiler, and piping. Work will be performed in Jacksonville, Fla., and is expected to be completed by January 2010. Contract funds in the amount of $12,819,928.00 will expire at the end of the current fiscal year. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

Virtexco Corporation, Norfolk, Va., is being awarded $12,794,000 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N40085-06-D-4010) for design and construction of two projects - Wounded Warrior Battalion Headquarters Building and Wounded Warrior Hope and Care Center at Marine Corp Base Camp Lejeune. Projects will serve battle wounded and recovering marines therefore design and construction will need to pay special attention to accessibility considerations and health privacy act requirements. Built in equipment includes: indoor lap and therapy pools, fitness and physical rehabilitation spaces and equipment, rock climbing wall, office and administrative spaces, and a ceremonial area for dedication and memorial displays. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $13,894,000. Work will be performed in Jacksonville, N.C., and is expected to be completed by Oct. 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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Lockheed Martin Corp., Information Systems and Global Services, Gaithersburg, Md., is being awarded a $12,476,991 cost-plus-fixed-fee contract to develop a network prioritization system with user-level attribution for military computer networks under the Military Networking Protocol (MNP) Program. The protocols, techniques and devices developed in the program will de-anonymize network data flows for computers and network enclaves using MNP technology. This contract includes two options, which if exercised, would bring the cumulative value of this contract to a potential $31,881,040. Work will performed in San Jose, Calif., (50 percent); Gaithersburg, Md., (36 percent); and Murray Hill, N.J., (14 percent), and work is expected to be completed March 22, 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under a Defense Advanced Research Projects Agency Broad Agency Announcement (BAA-09-11) via posting on the Federal Business Opportunities website. Twelve proposals were received and three were selected. The Space and Naval Warfare Systems Center Pacific is the contracting activity (N66001-09-C-2072).

VMware, Inc., Palo Alto, Calif., is being awarded a $10,623,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for an Enterprise Licensing Agreement (ELA) for VMware software. The unlimited use perpetual ELA for VMware Infrastructure (Datacenter, Application, and Management vServices) and Enterprise Desktop applications software is used on existing United States Marine Corps (USMC) hardware and technology equipment to provide infrastructure virtualization, management and automation of virtualized environments, and virtualization of client devices and operational applications. This contract contains options, which if exercised, will bring the total cumulative value of the contract to $40,900,000. Work will be performed within the National Capitol Region (NCR) which is defined as District of Columbia, Maryland and Virginia. While the work performed will be for the program office located in Quantico, Va., the specific vendor representatives will be throughout the NCR. Specific city and state locations will vary depending on the VMware representative assigned. The period of performance is expected to be completed by Sept. 16, 2010. If all options are exercised work is expected to end Sept. 16, 2014. Contract funds in the amount of $4,601,629 will expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-09-C-4762).

Coakley & Williams Construction, Inc., Gaithersburg, Md., is being awarded $9,894,000 for firm-fixed price task order #0002 under a previously awarded multiple award construction contract (N40085-07-D-7023) to renovate Building V47 for the Combat Craft Facility at Naval Station Norfolk. The work to be performed provides for the design and construction to relocate Naval Surface Warfare Center, Carderock Division from Fort Monroe, Hampton, Va., to Building V47 Naval Station, Norfolk, Va. Building V47 will be renovated, along with the adjacent waterfront, to provide research, development, test and evaluation, lab, training, maintenance, warehousing, and waterfront operations. Relocation is required due to Base Realignment and Closure required closure of Fort Monroe. The task order also contains three unexercised options, which if exercised would increase the cumulative task order value to $10,068,700. Work will be performed in Norfolk, Va., and is expected to be completed by Nov. 2010. 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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Aurora Optics, Inc.*, Ambler, Pa., is being awarded a $9,500,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for the development, evaluation and qualification of a self-consistent package of technologies for comprehensive field support of fiber optic cables in Navy service. Work will be performed in Broad Axe, Pa., and is expected to be completed in October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement; 40 offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-09-D-0010).

EFW, Inc., Fort Worth, Texas, is being awarded an $8,064,795 modification to a previously awarded cost-plus-fixed-fee contract (N00019-09-C-0057) to provide non-recurring engineering efforts in support of the integration and software development of the AH-1W helmet display and tracker system. Work will be performed in Haifa, Israel (59 percent); Warner Robins, Ga., (25 percent); and Fort Worth, Texas, (16 percent), and is expected to be completed in September 2010. Contract funds in the amount of $8,064,795 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Shigemura, Lau, Sakanashi, Higuchi and Associates, Inc.*, Honolulu, Hawaii, is being awarded a maximum $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer services contract for the preparation of project engineering documentation, preliminary and final plans and specifications, technical reports, construction cost estimates, operations and maintenance manuals, record drawings, shop drawing reviews, redi-check reviews and construction consultation and geotechnical investigations as required for structural design, analysis and studies in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). Work will be performed in the NAVFAC Pacific AOR, including various locations worldwide, and work is expected to be completed Sept. 2012. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-09-D-0006).

L-3 Communications, Integrated Systems, Waco, Texas, is being awarded a $6,208,193 ceiling-priced modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00019-05-D-0008) to conduct Lower Wing Zone 5 material structures replacements for two P-3C aircraft. Work will be performed in Waco, Texas (54 percent) and Birmingham, Ala., (46 percent), 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 Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Corp., Integrated Systems Eastern Region, Melbourne, Fla., is being awarded a $6,135,377 modification to previously awarded contract (N61331-01-C-0037) to provide post delivery technical support of the Coastal Battlefield Reconnaissance and Analysis Engineering & Manufacturing Development units. Work will be performed in Melbourne, Fla., and is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY
Savi Technology, Mountain View, Calif., is being awarded a maximum $100,000,000 firm fixed price, indefinite quantity and indefinite delivery, sole source contract for radio frequency identification tags and accompanying magnetic mounting brackets. There are no other locations of performance. Using services are Army, Air Force and DLA stock locations. There was originally one proposal solicited with one response. This contract consists of a two year base period and two one-year option periods. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is September 23, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM8EF-09-D-0004).

United Technologies, East Hartford, Conn., is being awarded a maximum $26,164,113 firm fixed price, indefinite quantity contract for fuel engine lines. There are no other locations of performance. Using services are Navy and Air Force. This contract modification is a ten-year, corporate contract with a three-year base period and provisions for seven one-year options. Contract funds will expire at the end of the current fiscal year. The date of performance completion is February 14, 2010. The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPM400-01-D-9405).

No comments: