Thursday, December 24, 2009

MILITARY CONTRACTS December 24, 2009

Atlantic Diving Supply, Inc.*, Virginia Beach, Va. (SPM8EG-08-D-0002); W.S. Darley & Co.*, Itasca, Ill. (SPM8EG-08-D-0003); and Safeware, Inc.*, Landover, Md. (SPM8EG-08-D-0004), are each being awarded a maximum $800,000,000 fixed-price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the southeast region of the United States. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. Contract funds will expire at the end of the current fiscal year. This contract is exercising the first option year period. The original proposal was web solicited with 12 responses. The date of performance completion is Dec. 27, 2010. The Defense Supply Center Philadelphia, Philadelphia, is the contracting activity.

Atlantic Diving Supply, Inc.*, Virginia Beach, Va. (SPM8EG-08-D-0005); W.S. Darley & Co.*, Itasca, Ill. (SPM8EG-08-D-0006); and Safeware, Inc.*, Landover, Md. (SPM8EG-08-D-0007), are each being awarded a maximum $800,000,000 fixed-price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the northeast region of the United States. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. Contract funds will expire at the end of the current fiscal year. This contract is exercising the first option year period. The original proposal was web solicited with 12 responses. The date of performance completion is Dec. 27, 2010. The Defense Supply Center Philadelphia, Philadelphia, is the contracting activity.

Atlantic Diving Supply, Inc.*, Virginia Beach, Va. (SPM8EG-08-D-0008); L.N. Curtis & Sons*, Oakland, Calif. (SPM8EG-08-D-0009); and W.S. Darley & Co.*, Itasca, Ill. (SPM8EG-08-D-0011), are each being awarded a maximum $800,000,000 fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the capital/Great Lakes region of the United States. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. Contract funds will expire at the end of the current fiscal year. This contract is exercising the first option year period. The original proposal was web solicited with 12 responses. The date of performance completion is Dec. 27, 2010. The Defense Supply Center Philadelphia, Philadelphia, is the contracting activity.

Atlantic Diving Supply, Inc.*, Virginia Beach, Va. (SPM8EG-08-D-0012); L.N. Curtis & Sons*, Oakland, Calif. (SPM8EG-08-D-0013); and W.S. Darley & Co.*, Itasca, Ill. (SPM8EG-08-D-0015), are each being awarded a maximum $800,000,000 fixed-price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Midwest region of the United States. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. Contract funds will expire at the end of the current fiscal year. This contract is exercising the first option year period. The original proposal was web solicited with 12 responses. The date of performance completion is Dec. 27, 2010. The Defense Supply Center Philadelphia, Philadelphia, is the contracting activity.

Atlantic Diving Supply, Inc.*, Virginia Beach, Va. (SPM8EG-08-D-0016); W.S. Darley & Co.*, Itasca, Ill. (SPM8EG-08-D-0017); and The Mallory Co.*, Longview, Wash. (SPM8EG-08-D-0018), are each being awarded a maximum $800,000,000 fixed-price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the western region of the United States. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. Contract funds will expire at the end of the current fiscal year. This contract is exercising the first option year period. The original proposal was web solicited with 12 responses. The date of performance completion is Dec. 27, 2010. The Defense Supply Center Philadelphia, Philadelphia, is the contracting activity.

Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a maximum $68,279,698 sole-source firm-fixed-price contract for receiver transmitters and processors. There are no other locations of performance. Using service is Navy. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 2013. The Defense Logistics Agency, Philadelphia, is the contracting activity (N00019-06-C-0098).

General Electric Co., Aircraft Engine Business Group, Lynn, Mass., is being awarded a maximum $48,769,848 sole-source firm-fixed-price requirement-type contract for engines. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. The original proposal was solicited through the DLA Internet Bid Board System with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is July 29, 2010. The Defense Supply Center Richmond, Richmond, Va., is the contracting activity (SPM400-00-D9403).

EG&G Technical Services, Inc., Germantown, Md., is being awarded a maximum $29,189,192 fixed-price, incentive (firm target), award-fee hybrid contract for material distribution services. Other location of performance is Jacksonville, Fla. Using service is Defense Logistics Agency, Defense Distribution Center, New Cumberland, Pa. The original proposal was web solicited with eight responses. This is a five-year contract with one-year base and four one-year option periods. The date of performance completion is Dec. 31, 2014. The Defense Distribution Center, New Cumberland, Pa., is the contracting activity (SP3300-10-C-0006).

Ohkosh Corp, Oshkosh, Wis., is being awarded a maximum $26,829,775 firm-fixed-price contract for axle assemblies. There are no other locations of performance. Using service is Army. 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 Dec. 10, 2010. The Defense Logistics Agency Warren, Warren, Mich., is the contracting activity (SPRDL1-10-C-0018).

Oshkosh Corp., Oshkosh, Wis., is being awarded a maximum $22,211,122 total set-aside, sole-source, undefinitized delivery-order contract for sustainment spare parts. Another location of performance is Detroit, Mich. Using service is Army. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Oct. 2, 2010. The Defense Logistics Agency Warren, Warren, Mich., is the contracting activity (W56HZV-09-D-0111-VD01).

Breeze-Eastern*, Union, N.J., is being awarded a maximum $11,049,860 sole-source, firm-fixed-price contract for cargo hooks. There are no other locations of performance. Using service is Army. There were originally two proposals solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Dec. 31, 2012. The Defense Supply Center Richmond, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-09-R-0025).

Hutchinson Industries, Trenton, N.J., is being awarded a maximum $8,255,629 sole-source, firm-fixed-price contract for wheel and tire assemblies. There are no other locations of performance. Using service is Army. There were originally two proposals solicited with two responses. The date of performance completion is July 21, 2010. The Defense Logistics Agency Warren, Warren, Mich., is the contracting activity (SPRDL1-10-C-0029).

AIR FORCE

Boeing Co., Wichita Falls, Kan., was awarded a $750,000,000 firm-fixed-price contract for the Engineering Sustainment Program to provide engineering design, engineering support and technical support services for the modernization and sustainment of the B-52 weapon system. At this time, $22,012,244.85 has been obligated. 327 ACSG/PK, Tinker Air Force Base, Okla., is the contracting activity (FA8107-09-D-0001).

United Technologies Corp, Pratt & Whitney, East Hartford, Conn., was awarded a $95,409,543 modified contract for eight Lot 10 F119-PW-100 install engines for the F-22 weapon system. At this time, $25,000,000 has been obligated. 478 AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-09-C-2901).

Northrop Grumman Space and Mission Systems, Clearfield, Utah, was awarded a $16,281,151 firm-fixed-price contract for the exercise of options 12 and13 for the Propulsion System Rocket Engine Life Extension Program on the ICBM prime integrated contract. At this time, the entire amount has been obligated. 00-ALC/526th ICBMSG/PKE, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

Lockheed Martin Corp., Fort Worth, Texas, was awarded a $7,225,051 contract for modification to incorporate Engineering Change Proposal 2746 for the procurement of 35 wide angle raster heads up display units for Peace Onyx IV F-16 aircraft for the government of Turkey. At this time, the entire amount has been obligated. 312 AES/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-07-C-6034).

BMC Software Distribution, Inc., Houston, Texas, was awarded a $5,642,770.14 firm-fixed contract to procure BMC software products, support and maintenance for the Combat Information Transport Systems program office. At this time, the entire amount has been obligated. 753 ELSG/PK, Hanscom Air Force Base, Mass., is the contracting activity (W91QUZ-07-A-0006).

No comments: