Monday, July 12, 2010

MILITARY CONTRACTS July 12, 2010

NAVY

CH2M Hill, Inc., Virginia Beach, Va., is being awarded a maximum amount $75,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for multimedia environmental compliance engineering support for Navy and other Department of Defense (DoD) installations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR), primarily including the Midwest, Northwest and Southwest continental United States. The work to be performed provides for preparation of studies, plans, specifications, design, reports, cost estimates, and all associated engineering services in support of the Navy and other DoD installations' various environmental compliance programs, including Clean Air Act compliance; Safe Drinking Water Act compliance; Stormwater Pollution Prevention Plans; Clean Water Act compliance studies; wastewater plans and compliance studies; laboratory services; petroleum storage tank; oil spill preparedness and planning; waste management; environmental condition of property programs; pesticide management; radon and related products; and sustainability services. No task orders are being issued at this time. Work will be performed within the NAVFAC Atlantic AOR including, but not limited to, southern California (25 percent); Texas (15 percent); Diego Garcia (13 percent); Mariana Islands (7 percent); Alaska (5 percent); Mississippi (5 percent); Arizona (2 percent); Hawaii (2 percent); Idaho (2 percent); Illinois (2 percent); Indiana (2 percent); Japan (2 percent); Louisiana (2 percent); Minnesota (2 percent); Montana (2 percent); New Mexico (2 percent); Nevada (2 percent); Ohio (2 percent); Oregon (2 percent); Tennessee (2 percent); and Utah (2 percent). Work is expected to be completed by July 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-3009).

L-3 Communications, Nova Engineering, Inc., Cincinnati, Ohio, is being awarded a maximum value $52,781,000 indefinite-delivery/indefinite-quantity contract for equipment systems, equipment upgrades and repairs, and program management for the Tactical Remote Sensor System (TRSS) System of Systems (SoS). The TRSS SoS provides the capability for all-weather remote monitoring of activity within and near a given objective area. This contract announcement includes the first delivery order, which is expected to be $10,854,132 and includes both 2009 and 2010 procurement Marine Corps funds. This is a dollar-based contract and not quantity-based. Work will be performed in Cincinnati, Ohio, and is expected to be completed by July 2015. The contract was not competitively procured. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-10-D-7018).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $43,647,533 modification to definitize a previously awarded undefinitized contract action (N00019-09-C-0056) to a cost-plus-fixed-fee contract. In addition, this modification provides for the design, development, integration, installation, and test and support of prototype upgraded systems in the government's E-6 systems integration laboratory and on pre-production Block I modification aircraft. Work will be performed in Richardson, Texas (75 percent), and Patuxent River, Md. (25 percent), and is expected to be completed in September 2013. 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.

SKANSKA USA Civil Southeast, Inc., Virginia Beach, Va., is being awarded a $43,472,470 firm-fixed-price contract for construction of the new base entry point and road at Marine Corps Base Camp Lejeune, N.C. The work to be performed provides for the construction of approximately one-and-a-half miles of four-lane divided highway, and the construction and reworking of approximately one mile of a two-lane roadway. The project includes the widening of approximately two miles of road from a two-lane to a four-lane road, including relocation of utilities. The work includes the construction of a 2000-foot-long bridge crossing Northeast Creek, including adjacent wet lands. Work will be performed in Jacksonville, N.C., and is expected to be completed by December 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va. is the contracting activity (N40085-10-C-5318).

BAE Systems Technology Solutions & Services, Inc., Rockville, Md., is being awarded a $30,910,129 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0102) to exercise an option for technical services and supplies for the rapid design; development; customization; manufacturing; fabrication; integration; test and evaluation; installation; certification; maintenance and upgrade; logistics and life cycle support of new and/or existing communication-electronic platform; and equipment, systems and subsystems in support of the Naval Air Warfare Center Aircraft Division's Special Communications Requirements Division. The estimated level of effort for this option is 359,000 man-hours. Work will be performed in California, Md. (60 percent); Chesapeake, Va. (10 percent); San Diego, Calif. (10 percent); Spring Lake, N.C. (10 percent); and Fort Walton Beach, Fla. (10 percent). Work is expected to be completed in July 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Saint Inigoes, Md., is the contracting activity.

Whiting-Turner Contracting Co., Towson, Md., is being awarded a $16,000,000 firm-fixed-price modification to previously awarded contract (N40080-09-C-0018) to exercise Option 1 for delivery and installation of furniture, fixture and equipment described as Category G for the Walter Reed National Naval Medical Center, Support Facilities for the Warrior Transition Unit, at National Naval Medical Center, Bethesda, Md. The total contract amount after exercise of this option will be $201,185,777. Work will be performed in Bethesda, Md., and is expected to be completed by August 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Officer in Charge of Construction, Bethesda, Md., is the contracting activity.

Detyens Shipyards, Inc., North Charleston, S.C., is being awarded a $6,849,591 firm-fixed-price contract for a 55-calendar day regular drydock and overhaul of Military Sealift Command fleet replenishment oiler USNS Patuxent. Work to be performed will include preservation of ballast and potable water tanks; propeller maintenance; and main engine overall. The ship's primary mission is to provide fuel to Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,952,431. Work will be performed in North Charleston, S.C., and is expected to be completed by September 2010. Contract funds will not expire at the end of the fiscal year. This contract was competitively procured via an unrestricted solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online, and Federal Business Opportunities Web sites, with three offers received. The U.S. Navy's Military Sealift Fleet Support Command is the contracting authority (N40442-10-C-1006).

P&S Construction, Inc.*, Lowell, Mass., is being awarded $6,607,000 for firm-fixed-price task order #0002 under a previously awarded multiple-award construction contract (N40192-10-D-2804) for the design and construction of a Navy Exchange Minimart and gas station at Naval Base Guam. The facility is to consist of a large Minimart facility with retail sales; customer service; receiving and storage; public toilets; and employee facilities with a separate "white box" fast food franchise with public toilets. The gas station is to consist of at least six double sided fuel dispensing islands for three grades of gasoline and diesel, under a full canopy; sales point inside the minimart; tire refill and auto vacuum stations; and a propane tank refill station for small consumer propane tanks. The facility will replace the existing Minimart and Subway franchise in Dorm 20; existing Building 526, Bee Quick Minimart; and existing gas station/auto port Building 7012. The task order also contains four unexercised options which, if exercised, would increase the cumulative task order value to $7,057,000. Work will be performed in Santa Rita, Guam, and is expected to be completed by December 2011. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Maron Construction Co., Inc.*, Providence, R.I., is being awarded a $5,569,500 firm-fixed-price contract for construction of an unmanned anti-submarine warfare system support facility by demolishing and rebuilding a center section of Building 119. A new structure will be built in its place with second and third floors, adjoining and accessible on each floor level to the two existing portions of Building 119. This contract also contains an unexercised option which, if exercised, would increase cumulative contract value to $5,689,950. Work will be performed in Newport, R.I., and is expected to be completed by February 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-9425).

DEFENSE LOGISTICS AGENCY

Burlington Apparel Fabrics, Greensboro, N.C., is being awarded a maximum $9,804,630 fixed-price with economic price adjustment, total set-aside, indefinite-delivery/indefinite-quantity contract for poly/wool cloth. Other locations of performance are Raeford, N.C.; Cordova, N.C.; and Hurt, Va. Using service is Navy. The original proposal was solicited on Dibbs with one response. This contract is exercising the first option year period. The date of performance completion is July 10, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-09-D-0030).

No comments: