Monday, September 28, 2009

MILITARY CONTRACTS September 28, 2009

ARMY
AECOM, Long Beach, Calif., CH2M Hill Constructors Inc., Atlanta, Ga., Parsons Infrastructure and Technology Group of Pasadena, Calif., and URS Group Inc., Omaha, Neb., were awarded on Sept. 17 and 18 a shared-capacity indefinite delivery, indefinite quantity contract for worldwide environmental remediation services with an estimated potential value of $945,000,000, initial announcement amount of $10,000. The contract is in support of the following programs: munitions clearance programs in support of contingency operations, the Military Munitions Response Program, the Hazardous, Toxic, and Radiological Waste Program, the Chemical Warfare Material Program, and other international operations. Military conventional and chemical munitions and hazardous wastes require a single response under both the Comprehensive Environmental Response Compensation and Liability Act and the Resource Conservation and Recovery Act. Work is to be performed worldwide during a base period of two years and three one-year option periods for a total of five years. Full & open unrestricted bids were solicited with 9 bids received. The U.S. Army Engineering and Support Center Huntsville, Ala. is the contracting activity (W912DY-09-D-0059 (AECOM), W912DY-09-D-0060 (CH2MHILL), W912DY-09-D-0062 (Parsons Infrastructure & Technology Group) and W912DY-09-D-0061(URS Corp).

Odebrecht-Baker, Coral Gables, Fla., was awarded on Sept. 24, 2009 $278,805,376 firm-fixed-price base preconstruction services with fixed price incentive construction options contract. This contract is for the preconstruction services and construction option (s) for levee improvements to the Chalmette Loop Levee- Highway 46 to River (Verret to Caernarvon), Reach 148.02, in St. Bernard Parish, L.A. Work is to be performed in St. Bernard Parish, L.A., with an estimated completion date of Jun. 01, 2011. Bids were solicited via FedBizOpps and ASFI with five bids received. U.S Army Corps of Engineers, Hurricane Protection Office is the contracting activity (W912P8-09-C-0113).

Hawaiian Dredging Construction Co., Honolulu, Hawaii, was awarded on Sept. 24, 2009 a $27,579,000 firm-fixed-price construction contract to design/build an unaccompanied enlisted personnel housing facility. Work is to be performed in Oahu, Hawaii, with an estimated completion date of Sept. 28, 2011. Unrestricted procurement bids were solicited with nine bids received. U.S. Army Corps of Engineers District, Honolulu, Hawaii, is the contracting activity (W9128A-09-C-0012).

M.A. Mortenson Co., Minneapolis, Minn., was awarded on Sept. 24, 2009 a $26,885,000 firm-fixed-price contract. This is a design/build project for company operations facilities supporting the Brigade Combat Team Complex Increments 3 and 4 at Fort Lewis, Wash. Work is to be performed in Fort Lewis, Wash., with an estimated completion date of Mar. 29, 2011. Bids were solicited on the World Wide Web with three bids received. U.S. Army Corps of Engineers, Seattle District, Seattle, Wash., is the contracting activity (W912HN-08-D-0021).

Femme Comp Incorporated., Chantilly, Va., was awarded on Sept. 24, 2009 a $19,000,009 cost-plus-fixed-fee contract. The purpose of this task order is to provide LandWarNet Battle Command Office Services. Work is to be performed in Colorado Springs, Colo., (20 percent), and Arlington, Va., (80 precent), with an estimated completion date of Sept. 29, 2013. Bids were solicited on the World Wide Web with two bids received. Bids were solicited on the World Wide Web with two bids received. U.S. Army Space & Missile Defense Command / ARSTRAT, Director of Contracting, Peterson Air Force Base, Colo., is the contracting activity (W91260-08-D-0001).

Steward Machine Co., Inc., Birmingham, Ala., was awarded on Sept. 24, 2009 a $16,995,000 firm-fixed-price contract. The Nashville District USACE Chickamauga Dam new lock construction is scheduled to start in the summer of FY2010. This acquisition is part of the supporting material need for the doors and bulkhead valves for the operation of the lock. Work is to be performed in Birmingham, Ala., with an estimated completion date of June 1, 2011. Bids were solicited on the World Wide Web with six bids received. U.S. Army Corps of Engineers, Nashville District, Nashville, Tenn., is the contracting activity (W912P5-08-P-0196).

SRCTec, Inc., Syracuse, N.Y., was awarded on Sept. 24, 2009 a $15,400,000 firm-fixed-price undefinitized contractual action contract to procure 14 AN/TPQ-48 (v) 3 lightweight counter mortar radar systems, and associated spare parts, to detect/track/locate hostile mortar radar fire through a 360-degree search sector, in response to an urgent requirement. Work is to be performed in Syracuse, N.Y., with an estimated completion date of Sept. 30, 2010. One bid solicited with one bid received. U.S. Army CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-09-C-C156).

JLG Industries, Inc., McConnellburg, Pa., was awarded on Sept. 24. 2009 a $11,901,573 firm-fixed-price contract for 71 each of All-Terrain Lifter Army System Rough Terrain Forklift Vehicles for the Army. Work is to be performed in McConnellburg, Pa., with an estimated completion date of Dec. 31, 2009. One bid solicited with one bid received. U.S. Army Tank-Automotive Command, Warren, Mich., is the contracting activity (W56HZV-05-C-0229).

Lecon, Inc., Houston Texas, was awarded on Sept. 24, 2009 a $10,392,150 firm-fixed-price contract. The work will consist of sediment removal, backfill, storm drains, articulated concrete blocks, metal sheet piling, relief wells, sub drainage system, and storm drains. Work is to be performed in Harris County, Texas, with an estimated completion date July 31, 2010. Bids were solicited on the World Wide Web with one bid received. USA Engineer District, Galveston, Texas, is the contracting activity (W912HY-09-C-0038).

Su-Mo Builders, Inc., Honolulu, Hawaii, was awarded on Sept. 24, 2009 a $10,300,000 firm-fixed-price contract to design/build construction contract entitled, "FY08 MCA PN67169 child development center, Schofield Barracks, Oahu, Hawaii." Work is to be performed in the Island of Oahu, Hawaii, with an estimated completion date June 15, 2011. Bids were solicited on the World Wide Web with seven bids received. U.S. Army Engineer District, Honolulu, Fort Shafter, Hawaii, is the contracting activity (W9128A-09-C-0009).

General Dynamics OTS, Healdsburg, Calif., was awarded on Sept. 24, 2009 a $9,436,731 firm-fixed-price contract for a stabilized automatic intruder detection system. Work is to be performed in Healdsburg, Calif., with an estimated completion date of Sept. 21, 2012. Two bids solicited with two bids received. U.S. Army Aberdeen Contracting Division, Aberdeen Proving Ground, CCRD-AP-CO, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0080).

FN Manufacturing LLC., Columbia, S.C., was awarded on Sept. 24, 2009 a $9,933,440 firm-fixed-price contract for a quantity of 15,521 M16A4 rifles base. Work is to be performed in Columbia, S.C., with an estimated completion date of Apr. 22, 2010. Three bids solicited with three bids received. U.S. Army TACOM, RI, Rock Island, Ill. is the contracting activity (W52H09-08-D-0121).

McKnight Construction Co., Inc., Augusta, Ga., was awarded on Sept. 24, 2009 a $8,677,452 firm-fixed-price contract to construct a tracked vehicle drivers course. Primary facilities includes the tracked vehicle drivers course, latrines, operations and storage buildings, covered masses, general instruction buildings, and building information systems. Supporting facilities included storm drainage, information systems, and anti terrorism measures. Work is to be performed in Fort Benning, Ga., with an estimated completion date of Jan. 17, 2011. Four bids were solicited with four bids received. U.S. Corps of Engineers, Savannah District, Savannah, Ga., is the contracting activity (W912HN-07-D-0013).

Watts Constructors, LLC., Honolulu, Hawaii., was awarded on Sept. 24, 2009 a $7,418,897 firm-fixed-price contract. This contract is for a design-bid-build construction contract entitled FY04 MILCON PNKNMD043002, expand strategic airlift aircraft ramps - Western Keyhole, Hickman Air Force Base, Oahu, Hawaii. Work is to be performed at Hickman Air Force Base, Oahu, Hawaii, with an estimated completion date Nov. 15, 2010. Bids were solicited on the World Wide Web with four bids received. U.S. Army Engineer District, Honolulu District, Hawaii, is the contracting activity (W9128A-09-C-0011).

Atwood hay and HMS Construction Joint Venture, Roseville, Calif., was awarded on Sept. 24, 2009 a $6,889,640 firm-fixed-price contract. This contract is for a design-bid-build construction contract entitled FY09 KNMD091043, upgrade electrical distribution system, Phase 6,, Hickman Air Force Base, Oahu, Hawaii. Work is to be performed at Hickman Air Force Base, Oahu, Hawaii, with an estimated completion date Apr. 8, 2011. Bids were solicited on the World Wide Web with seven bids received. U.S. Army Engineer District, Honolulu District, Hawaii, is the contracting activity (W9128A-09-C-0010).

Milestone Construction Services, Inc., Sterling, Va., was awarded on Sept. 24, 2009 a $6,320,895 firm-fixed-price contract. This is a design-bid-build contract for construction of a new crash/fire/rescue facility. Work is to be performed in Baltimore, Md., with an estimated completion date of Apr. 11, 2011. Bids were solicited through ASFI with seven bids received. U.S. Army National Guard Bureau, USPFO for Maryland, Havre de Grace, Md., is the contracting activity (W912K6-09-C-0001).

Raytheon Comp., Integrated Defense Co., was awarded on Sept. 24, 2009 a $5,847,202 cost-plus-fixed-fee contract for the FY09 PATRIOT engineering services contract option award for 26,534 man-hours of effort. Work is to be performed in Andover, Mass., (76.07 percent), Huntsville, Ala., (3.37 percent), and Tewksburg, Mass., (20.56 percent) with an estimated completion date of Jan. 31, 2014. One bid solicited with one bid received. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057).

EYAKTEK, Dulles, Va., was awarded on Sept. 21, 2009 a $5,519,638 firm-fixed-contract. This contract shall provide all required design, hardware, software, equipment, installation and testing to meet the following requirements. The U.S. Army Corps of Engineers has a need for technical reach back support required to meet operational requirements for the USACE strategic emergency response centers in 10 districts. This includes deployment of personnel/equipment for hurricanes and civil emergencies as to meet emergency planning and resources necessary for emergency operations. This will include personnel on the tactical emergency response list. The upgrade of the strategic emergency response centers will include the upgrade of the Secret Internet Protocol Router Network and the no secure Internet Protocol Router Network for US security. These centers support daily briefings, Emergency Operations updates of classified information, 24 hour operations for strategic planning with watch office capabilities. Work is to be performed with each task order with estimated completion dates of Sept. 27, 2010. U.S. Army Corps of Engineers Research and Development Center, Vicksburg, Miss., is the contracting activity (W912HZ-09-C-0116).

Gan Corp., Huntsville, Ala., was awarded on Sept. 24, 2009 a $5,370,562 cost-plus-fixed-fee contract. This contract is for the U.S. Army Space and Missile Command / Armed Forces Strategic Command (USASMDC / ARSTRAT) Simulation Center operations and support. This is a super computer center. Work is to be performed in Redstone Arsenal, Ala., and Huntsville, Ala., with an estimated completion date of Sept. 30, 2014. Four bids solicited with four bids received. U.S. Army Space and Missile Defense Command, Redstone Arsenal, Ala., is the contracting activity (W9113M-09-C-0205).

NAVY
Carter Enterprises, Brooklyn, N.Y. is being awarded an estimated maximum value $414,427,770 firm-fixed price, indefinite- delivery/indefinite-quantity contract for plate carriers, improved modular tactical vests and associated spare and repair parts. An initial delivery order in the amount of $78,936,987 will be issued. Work will be performed in Brooklyn, N.Y. (77 percent); Sunrise, Fla.,(23 percent), and work is expected to be completed September 2014. Contract funds will expire at the end of the current fiscal year. This contract is awarded as result of a competitive Historically Underutilized Business Zone (HUBZone) small business set-aside. Proposals were solicited via FedBizOpps, with 14 offers (one for the PC and one for the IMTV) were received from seven different HUBZone Certified Small Businesses. The Marine Corps Systems Command (M67854), Quantico, Va., is the contracting activity (M67854-09-D-3001).

KDH Defense Systems, Johnstown, Pa. is being awarded an estimated maximum value $380,260,385 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for plate carriers, improved modular tactical vests and associated spare and repair parts. An initial delivery order in the amount of $88,732,482 will be issued. Work will be performed in Eden, N.C., (33 percent); Johnstown, Pa.,(22 percent); Lares, P.R., (30 percent); Mayaguez, P.R., (10 percent); Fenton, Mo., (5 percent), and work is expecte to be completed September 2014. Contract funds will expire at the end of the current fiscal year. This contract is awarded as result of a competitive Historically Underutilized Business Zone (HUBZone) small business set-aside. Proposals were solicited via FedBizOpps, with 14 offers (one for the PC and one for the IMTV) were received from seven different HUBZone Certified Small Businesses. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-09-D-3000).

General Dynamics Advanced Information Systems, Pittsfield, Mass., is being awarded $152,818,728 cost-plus-incentive fee contract for FY 2010 and FY 2011 production and deployed systems support for the United States and United Kingdom SSBN fire control system (FCS) and the SSGN Attack Weapon Control System (AWCS), including training and support equipment. In addition, this contract includes the FY 2010 and FY 2011 U.S. and UK Sea Based Strategic Deterrent (SBSD) Strategic Weapons System (SWS) Fire Control Subsystem efforts necessary for the concept development, prototyping, and initial design efforts for a common missile compartment (CMC), prior to and following, the initiation of a ACAT 1D program for the SSBN and SSGN OHIO Class replacement. This contract will therefore provide annual and other periodic procurements of support equipment and SSP alterations (SPALTs) necessary to sustain the SSBN FCS and the SSGN AWCS, including engineering support, performance evaluation, logistics, fleet documentation, reliability maintenance, engineering services, and training. This contract will also provide technical and engineering support to the CMC concept development efforts for SWS life cycle cost control evaluations, related to the fire control subsystem, and verify the operational and ongoing sustainment requirements for the SSBN Fire Control System and SSGN Attack Weapon Control System, including its subsequent training, support, and advanced development laboratory equipment. Work will be performed in Pittsfield, Mass., and work is expected to be completed December 2012. The contract was not competitively procured. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-10-C-0005).

Ibiley Manufacturing Corp., Miami, Fla., is being awarded an estimated maximum value $88,283,201 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for plate carriers and associated spare and repair parts. An initial delivery order in the amount of $18,769,817 will be issued. Work will be performed in Flagler, Fla., (40 percent); Hialeah, Fla., (30 percent); and Sunrise, Fla.,(30 percent), and work is expected to be completed September 2014. Contract funds will expire at the end of the current fiscal year. This contract is awarded as result of a competitive Historically Underutilized Business Zone (HUBZone) small business set-aside. Proposals were solicited via FedBizOpps, with 14 offers (one for the PC and one for the IMTV) were received from seven different HUBZone Certified Small Businesses. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-09-D-3002).

Northrop Grumman Electronics Systems – Marine Systems, Sunnyvale, Calif., is being awarded a $79,455,403 modification under previously awarded contract. This action executes the FY10 Option. The contract contains line items for both engineering services and hardware to support the TRIDENT II (D-5) deployed SSBN and the SSGN Underwater Launcher Systems. Work will be performed in Sunnyvale, Calif., (86 percent); Silverdale, Wash., (7 percent); and Kings Bay, Ga., (7 percent), and work is expected to be completed June 30, 2011. Contract funds will not expire at the end of the current year. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-09-C-0004).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $47,447,684 estimated value modification to a previously awarded firm-fixed-price, cost-reimbursable requirements contract to exercise an option for total aircraft maintenance and logistics life cycle support for 54 Navy and 11 Marine Corps C-12 aircraft. Work will be performed at the Naval Air Station (NAS), Corpus Christi, Texas, (38 percent); Naval Air Warfare Center Aircraft Division, Patuxent River, Md., (8 percent); NAS North Island, Calif., (6 percent); Naval Air Facility (NAF) AF Atsugi, Japan, (5 percent); NAS Norfolk, Va., (5 percent); Naval Support Activity, Bahrain, (5 percent); NAF Kadena, Japan, (3 percent); Marine Corps Air Station, (MCAS) Iwakuni, Japan, (3 percent); NAS Guantanamo Bay, Cuba, (3 percent); MCAS New River, N.C., (3 percent); MCAS Yuma, Ariz., (3 percent); NAS New Orleans, La., (3 percent); NAF Andrews, Md., (3 percent); MCAS Beaufort, S.C., (1.5 percent); NAS Dallas, Texas, (1.5 percent); NAF Misawa, Japan, (1.5 percent); NAS Miramar, Calif., (1.5 percent); MCAS Futenma, Japan, (1.5 percent); NAS Willow Grove, Pa., (1.5 percent); Manassas, Va., (1.5 percent), and Jacksonville, Fla., (1.5 percent) and is expected to be completed in June 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 (N00019-00-D-0272).

EJB Facilities Services, Arlington, Va. 22202, is being awarded a $61,793,419 ($39,540,847 firm-fixed price (FFP) and $22,252,572 estimated indefinite delivery indefinite quantity (IDIQ)) modification under a combination FFP, IDIQ contract with award options for the exercise of option year four for base operations support services in the Navy Region Northwest, West Sound area. The total contract amount after exercise of this option will be $287,418,569 ($179,148,828 FFP and $108,269,741 estimated IDIQ). Work will be performed at various installations in the Navy Region Northwest area of responsibility, and this option period is from Oct. 1, 2009 to Sept. 30, 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (contract number N44255-05-D-5103).

HDR Architecture, Inc., Charlotte, N.C., 28202, is being awarded a $30,000,000 firm-fixed price, indefinite delivery indefinite quantity architect-engineering contract for preparation of design-build request for proposals and 100 percent design services for the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). Work will be performed in the NAVFAC Southeast AOR, and is expected to be completed by Sept. 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 11 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-09-D-0064).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $17,766,702 modification to a previously awarded indefinite-delivery requirements contract to provide for additional logistics services and materials for organizational, intermediate, and depot level maintenance of 14 T39N and 6 T-39G aircraft located at the Naval Air Station (NAS), Pensacola, Fla. In addition, this modification provides for aircraft intermediate maintenance services in support of Chief of Naval Air Training aircraft and transient aircraft at NAS Pensacola, Fla., and NAS Corpus Christi, Texas. Work will be performed in Pensacola, Fla., (99 precent) and Corpus Christi, Texas, (1 precent) and is expected to be completed in March 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 (N00019-04-D-0131).

Alloy Surfaces Co., 121 North Commerce Drive, Aston, Pa., 19014-3205, is being awarded a firm fixed price definite quantity contract in the amount of $16,988,163 for manufacture of MJU-49/B decoy devices used on aircraft applications for terminal self-defense in combat situations. Work will be performed in Aston, Pa., (100 percent). Work is to be completed by December 2010. Funding is provided by overseas contingency operations. Contract funds will not expire before the end of the fiscal year. This announcement does not include foreign military sales. This contract was not competitively awarded. One company was solicited for this requirement and one offer was received. The Naval Inventory Control Point is the contracting activity (N00104-05-G-0726-0019).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $14,922,151 modification to a previously awarded cost-plus-fixed-fee/cost reimbursable contract to exercise an option for engineering, maintenance and manufacturing labor in support of F/A-18 flight test programs conducted at the Naval Air Warfare Center Aircraft Division, Patuxent River, Md., depot level efforts, basic aircraft maintenance, and fabrication of unique replacement parts. Work will be performed in Patuxent River, Md., (95 percent) and China Lake, Calif., (5 percent), and is expected to be completed in September 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 (N00421-06-C-0075).

Rolls Royce, p.l.c., Bristol, England, is being awarded $14,452,416 for firm fixed priced order #5098 under an existing basic ordering agreement for procurement of turbine blades used in support of the F-402 engine. Work will be performed in Bristol, England, and work is expected to be completed by December 2010. Contract funds will not expire before the end of the fiscal current year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (N00383-08-G-003M).

Goodrich Fuel and Utility Systems, Vergennes, Vt., is being awarded a $13,133,900 modification to a previously awarded firm-fixed-price contract for the procurement of 47 Integrated Mechanical Diagnostics and Health Usage Monitoring System units for the CH-53 helicopter. Work will be performed in Vergennes, Vt., and is expected to be completed in November 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 (N00019-06-C-0298).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., is being awarded a $11,484,000 firm-fixed-price contract for long lead time components for eight target sight systems (TSS) for the U.S. Marine Corps AH-1Z helicopter to enhance sensor capability. Long lead material including the gimbal assembly and laser designator that are used to reduce delivery time of production TSS for the AH-1Z helicopter. Work will be performed in Orlando, Fla., and is expected to be completed by May 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Ind. is the contracting activity (N00164-09-C-JQ82).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $10,074,709 firm-fixed-price contract for the procurement of retrofit kits and associated engineering services in support of the T-45 required avionics modernization program. Work will be performed in St. Louis, Mo., and is expected to be completed in September 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-C-0020).

Sobran, Inc., Dayton, Ohio, is being awarded a $9,463,955 time and material order against a previously awarded indefinite-delivery, indefinite-quantity contract to provide 368,075 hours of logistics production support for the Fleet Readiness Center Southeast, Jacksonville. Work will be performed in Jacksonville, Fla., and is expected to be completed in September 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 (N68936-05-D-0042).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $7,645,779 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement for the procurement of 36 mission display processor aircraft retrofit kits for the T-45-TS. Work will be performed in St. Louis, Mo., and is expected to be completed in November 2011. Contract funds in the amount of $2,472,466 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-05-G-0026).

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $7,215,184 modification to previously awarded contract for Project Management Oversight of the above mentioned contract. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by July 2010. Contract funds in the amount of $7,215,184 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard & IMF, Pearl Harbor, Hawaii, is the contracting activity (N00024-06-C-4408).

The Northrop Grumman Electronic Systems – Marine Systems (NGES-MS) of Sunnyvale, Calif., is being awarded a $6,028,004 modification to incorporate one cost-plus-fixed fee completion contract line item number (CLIN) under previously awarded contract. This CLIN will provide preliminary strategic systems programs alteration design of the Launcher Initiation System. Work will be performed in Sunnyvale, Calif., and work is expected to be completed November 30, 2010. Contract funds in the amount of $5,327,000, will expire at the end of the current fiscal year. This contract was not competitively procured. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-09-C-0004).

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $5,749,813 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement for production units and retrofits of operational test program sets, non-recurring engineering, and on-site verifications (OSV) for the Air Force and U.S. Marine Corps. Work will be performed in Ridley Park, Pa., and is expected to be completed in December 2011. Contract funds in the amount of $5,749,813 will expire at the end of the current fiscal year. This order combines purchases for the U.S. Air Force (nine production units, retrofit of three units, and OSV of four units) and the U.S. Marine Corps (ten production units, retrofit of 18 units, and OSV of eight units). The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-G-0002).

The Avraham Y. Goldratt Institute*, New Haven, Conn., is being awarded a $5,702,417 firm-fixed-price order against a previously awarded indefinite-delivery, indefinite-quantity contract to provide 13,829 hours of Enterprise AIRSpeed End-to-End (E2E) implementation support for the U.S. Marine Corps. Work will be performed in Patuxent River, Md., and is expected to be completed in September 2010. Contract funds in the amount of $5,702,417 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-06-D-0003).

Raytheon Co., Segundo, Calif., is being awarded a $5,557,000 firm-fixed-price contract for Bradley Eye-safe Laser Rangefinder (BELRF) Laser Resonator repairs. The Eyesafe Laser Resonator is a component of the BELRF Transceiver Assembly mounted on the Bradley Fighting Vehicle. The Eyesafe Laser Resonator consists of a laser oscillator, machined cavity filled with methane and attached optics through which the laser beam is shifted to an eyesafe wavelength and pulsed, via a Q-switch. The Eyesafe Laser Resonator directly impacts the output energy, wavelength, beam divergence, and pulse width of the BELRF laser output. Using the BELRF, the crew can determine target ranges from 200 to 9,999 meters, accurate within 10 meters. NSWC Crane has been designated the organic depot repair activity for the BELRF. Work will be performed in El Segundo, Calif., and is expected to be completed by September 2014. Contract funds in the amount of $500,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Crane Ind., is the contracting activity (N00164-09-D-JQ64).

DEFENSE LOGISTICS AGENCY
Guaranteed Returns, Holbrook, N.Y., is being awarded a maximum $20,000,000 indefinite quantity service type contract for pharmaceutical reverse distribution program. There are no other locations of performance. Using service is Department of Defense. The original proposal was Web solicited with six responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year period. The date of performance completion is Sept. 30, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM200-07-D-5201).

Pharma Logistics, LTD, Mundelin, Ill.*, is being awarded a maximum $20,000,000 indefinite quantity service type contract for pharmaceutical reverse distribution program. There are no other locations of performance. Using service is Department of Defense. The original proposal was Web solicited with six responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year period. The date of performance completion is Sept. 30, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM200-07-D-5205).

EXP Pharmaceutical Services Corp., Fremont, Calif., is being awarded a maximum $20,000,000 indefinite quantity service type contract for pharmaceutical reverse distribution program. There are no other locations of performance. Using service is Department of Defense. The original proposal was Web solicited with six responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the second option year period. The date of performance completion is Sept. 30, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM200-07-D-5206).

Lytron Incorporated, Woburn, Mass.*, is being awarded a maximum $12,432,168 firm fixed price, sole source, indefinite delivery and indefinite quantity contract for gate valves. There are no other locations of performance. Using service is Air Force. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 28, 2012. The contracting activity is the Defense Logistics Agency, Tinker AFB, Okla., (SPRTA1-09-D-0079).

Bell Helicopter Textron, Hurst, Texas is being awarded a maximum $10,679,000 firm fixed price, sole source contract for harness assembly. There are no other location of performance. Using service is Navy. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. This contract is an Undefinitized Contract Action against a Basic Ordering Agreement. The date of performance completion is Dec. 31, 2012. The contracting activity is the Defense Logistics Agency Philadelphia, Philadelphia, Pa., (W58RGZ-06-G-0003-THP2).

Bemsco, Inc., Salt Lake City, Utah* is being awarded a maximum $9,569,700 firm fixed price contract for fixed landing gear. There are no other locations of performance. Using service is Army. There were originally five proposals solicited with five responses. The date of performance completion is Sept. 15, 2009. The contracting activity is the Defense Logistics Agency (DSCR-AHA), Redstone Arsenal, Ala., (SPRAA1-09-C-0041).

Triumph Actuation Systems, Valencia, Calif., is being awarded a maximum $7,855,836 firm fixed price contract for brake valve assembly. There are no other locations of performance. Using service is Air Force. The original proposal was Web solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Oct. 31, 2012. The contracting activity is the Defense Logistics Agency Ogden (DSCR-ZAB), Hill AFB, Utah, (SPRHA1-09-C-0049).

U.S. SPECIAL OPERATIONS COMMAND
L-3 Vertex Aerospace of Madison, Miss., is being awarded a $6,960,600 aircraft lease service contract for four helicopters for pilot training in support of U. S. Special Operations Command's Air Force Special Operations Command. This work will be performed at Hurlburt Field, Fla., and is expected to be completed by March 31, 2010. Contract funds will not expire at the end of the current fiscal year. The contract number is H92222-09-C-0048.

No comments: