Thursday, July 01, 2010

MILITARY CONTRACTS June 30, 2010

AIR FORCE

Dell Marketing, LP, Round Rock, Texas, was awarded a $345,445,788 contract which will procure Microsoft and software assurance on perpetual licenses for Air Force and other participating organizations. At this time, $75,588,037 has been obligated. 754 ELSG/PKI, Maxwell Air Force Base Gunter Annex, Ala., is the contracting activity (FA8771-10-F-8108).

The Boeing Co., Long Beach, Calif., was awarded a $263,581,478 contract modification which will exercise fiscal 2010 fourth quarter option contract line items in the C-17 Globemaster III sustainment partnership contract. At this time, the entire amount has been obligated. 702 ACSG/GFKAA, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004; P00530).

The Boeing Co., Integrated Defense Systems, Seattle, Wash., was awarded a $73,007,266 contract which will procure the Phase II-A production requirements for the radar system improvement program capability for the Royal Saudi Air Force AWACS fleet of five aircraft. At this time, the entire amount has been obligated. 551 ELSG/PKI, Hanscom Air Force Base, Mass., is the contracting activity (F19628-01-D-0016; Delivery Order 0070).

Northrop Grumman Systems Corp., Integrated Systems Sector, San Diego, Calif., was awarded a $30,346,614 contract modification which will provide flight test and software maintenance for the Global Hawk program. At this time, $10,000,000 has been obligated. 303 AESG/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600; P00346).

Wyle Laboratories, Huntsville, Ala., was awarded a $24,427,336 contract which will research, test, develop and deliver readiness analyses; program recommendations; technology innovations analyses; interoperability analyses/testing results; software/hardware validation reports; functionally enhancements summation reports; test procedures documentation; data analysis and systems/subsystem/infrastructure/prototype assessments; new system alternatives recommendations; architectural drawings; feasibility studies; digital flight analysis reports; and test plans/results. At this time, $927,573 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005; Delivery Order 0146).

L-3 Communications Vertex Aerospace, Madison, Miss., was awarded an estimated $19,471,309 contract modification which will provide for an extension of the contract period of performance for contractor logistics support of the C-12 aircraft for Pacific Air Force, Air Force Material Command, Defense Intelligence Agency and Defense Security Cooperation Agency. At this time, $300,000 has been obligated. 727 ASCG/PKC, Tinker Air Force Base, Okla., is the contracting activity (F34601-00-C-0111; P00607).

Honeywell International, Inc., Defense & Space Electronic Systems, Clearwater, Fla., was awarded a $16,356,958 contract modification which will provide 203 embedded GPS inertial navigation systems for the Army CH47F and AH-64D platforms. At this time, the entire amount has been obligated. 647 AESS/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-06-C-2065; P00149).

Science Applications International Corp., San Diego, Calif., was awarded a $15,000,000 contract modification which will increase the consolidated logistics advisory and assistance services contract which provides contractor personnel resources to the Space and Missile Systems Center Logistics Group and related space organizations. At this time, no money has been obligated. Det. 8, Air Force Research Laboratory/RDKB, Directed Energy Contracts Division, Kirtland Air Force Base, N.M., is the contracting activity (FA9451-06-2-0338; P00008).

ITT Corp., Systems Division, Patrick Air Force Base, Fla., was awarded a $14,454,147 contract modification which will provide for ITT Systems to design, procure, build, install and test telemetry instrumentation at Kennedy Space Center. At this time, the entire amount has been obligated. SMC/LRSW/PK, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-01-C-0001; P00650).

Raytheon Co., Marlborough, Mass., was awarded a $9,142,249 contract which will design, develop, test and demonstrate a dynamic examination and characterization of digital entities system. At this time, $3,476,385 has been obligated. AFRL/RIKD, Rome, N.Y., is the contracting activity (FA8750-10-C-0173).

University of Hawaii, Honolulu, Hawaii, was awarded an $8,440,000 contract modification which will provide a multi-year program to develop and deploy a telescope data management system for the Panoramic Survey Telescope and Rapid Response System. At this time, $8,440,000 has been obligated. Det 8, Air Force Research Laboratory/RDKB, Kirtland Air Force Base, N.M., is the contracting activity (FA9451-06-2-0338; P00008).

Unmanned Systems, Inc., Las Vegas, Nev., was awarded a $7,613,065 contract which will provide pilot and sensor operator services for acceptance and flight test of the Predator/Reaper program. At this time, $3,808,502 has been obligated. 703 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8620-10-C-3016).

Charles River Analytics, Cambridge, Mass., was awarded a $6,996,515 contract to design, prototype and demonstrate the effectiveness of a software system that leverages and extends concepts from biological evolution and linguistics to assess the lineage of malware attacks, characterize malware attackers, and predict properties of future attacks. At this time, $1,249,447 has been obligated. AFRL/RIKD, Rome, N.Y., is the contracting activity (FA8750-10-C-0171).

NAVY

Centurum Information Technology, Inc., Marlton, N.J. (N65236-10-D-5829), and L-3 Services, Inc., Mount Laurel, N.J. (N65236-10-D-5830), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering and technical support services to maintain, test, evaluate and repair fleet command, control, communication, computer, intelligence, surveillance and reconnaissance systems for surface, shore and submarine units. Each contractor will be awarded $25,000 at the time of award. These contracts include options and two award terms which, if exercised, would bring the cumulative value of these contracts to an estimated $182,000,000. Work will be performed in Charleston, S.C. (60 percent), and Norfolk, Va. (40 percent), and is expected to be completed by June 2011. If all options are exercised, work could continue until June 2017. Contract funds will not expire at the end of the current fiscal year. The multiple-award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central and the Federal Business Opportunities Web sites, with four offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Northrop Grumman Shipbuilding, Inc., Pascagoula, Miss., is being awarded a not-to-exceed $175,497,896 cost-plus-fixed-fee contract for the procurement of long-lead time material, and planning and advance engineering services in support of one landing helicopter assault replacement Flight 0 amphibious assault ship. Work will be performed in Brunswick, Ga. (24.4 percent); locations yet to be determined (24.2 percent); Pascagoula, Miss. (23.1 percent); Los Angeles, Calif. (17.3 percent); York, Penn. (9.3 percent); and Brampton, Canada (1.7 percent). Work is expected to be completed by March 2014. 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, D.C., is the contracting activity (N00024-10-C-2229).

Northrop Grumman Systems Corp., Integrated Systems Sector, San Diego, Calif., is being awarded a $38,300,000 not-to-exceed modification to a previously awarded firm-fixed-price contract (N00019-07-C-0041) for the procurement of three low-rate initial production vertical takeoff and landing tactical unmanned aerial vehicle units. Work will be performed in San Diego, Calif., and is expected to be completed in October 2012. 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.

DynCorp International, LLC, Fort Worth, Texas, is being awarded $36,100,580 under a previously awarded cost-plus-award-fee contract (N62742-08-C-1115) to exercise the third option period to provide support services for Philippines operations support in the Republic of the Philippines for the Joint Special Operations Task Force Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering and other items necessary to provide support services. The current total contract amount after exercise of this option will be $174,656,041. Work will be performed in the Republic of the Philippines, and expected completion date for this option period is June 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Johns Hopkins University, Applied Physics Laboratory, Laurel, Md., is being awarded a $25,737,703 cost-plus-fixed-fee contract to develop technology enablers that will provide spinal cord injury patients with the ability to cortically control advanced dexterous prostheses while experiencing tactile and proprioceptive feedback through cortical electrical stimulation initiated by the prosthetic limbs. This three-year contract includes two options which, if exercised, would bring the cumulative value of this contract to a potential $34,513,672. Work will be performed in Laurel, Md., and is expected to be completed June 29, 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities Web site, with one offer received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-10-C-4056).

Integrated Systems Solutions, Inc.*, California, Md., is being awarded a $20,922,809 cost-plus-fixed-fee contract for the Advanced Airship Flying Laboratory. The contractor will be performing air vehicle sensor demonstrations and flight tests to investigate and evaluate improvements in the operational efficiency of unique air vehicles as sensor platforms for persistent surveillance/command, control, communications, computers, intelligence, surveillance and reconnaissance missions. The overall goal is to develop, determine and understand distinctive airborne sensor integration and verify the effectiveness and efficiency of the platforms related to the installed sensor and communication packages. Work will be performed in Lakehurst, N.J. (40 percent); Patuxent River, Md. (30 percent); Yuma, Ariz. (20 percent); and California, Md. (10 percent). Work is expected to be completed in June 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Broad Agency Announcemen and 41 offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0280).

Bulltrack - Watts, JV*, Marysville, Calif., is being awarded $19,026,000 for firm-fixed price task order #0002 under a previously awarded multiple-award construction contract (N40192-10-D-2801) for design and construction of the repair, sustainment, restoration and modernization of the waterfront facilities at Sumay Cove, Naval Base Guam. The project elements include seawalls, marina facilities, boat ramps, piers, and shoreline stabilization. Work will be performed in Santa Rita, Guam, and is expected to be completed by February 2012. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

W. F. MaGann Corp., Portsmouth, Va., is being awarded a $17,785,692 firm-fixed-price contract to replace Caisson Dry Dock 8 at Norfolk Naval Shipyard. The work to be performed provides for replacement of the Caisson 8 structure that will consist of fabricating a new caisson of steel construction to fit the existing caisson seat at Dry Dock 8, which include new seals, pumps and valves, as well as providing new capstans. Work will be performed in Portsmouth, Va., and is expected to be completed by December 2011. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-3034).

Sauer, Inc., East Jacksonville, Fla., is being awarded $15,777,700 for firm-fixed-price task order #0002 under previously awarded contract (N40080-10-D-0490) for design and construction of the Aegis Ballistic Missile Defense facility expansion at Naval Support Facility, Dahlgren. Work will be performed in Dahlgren, Va., and is expected to be completed by June 2012. 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, Washington, Washington, D.C., is the contracting activity.

General Dynamics Advanced Information Systems, Pittsfield, Mass., is being awarded an $11,513,453 modification to previously awarded contract (N00024-09-C-6246) for additional engineering and technical services for the AN/BYG-1 weapon control system for SSN21, Virginia, and SSN688/688I class submarines. Work will be performed in Pittsfield, Mass., and is expected to be completed by June 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Engility Corp., Billerica, Mass. is being awarded a $10,143,919 cost-plus-fixed-fee contract for the procurement of labor for the combined explosives exploitation cell (CEXC) expansion. This action fulfills the joint urgent operational needs requirement of forward deployed lab specialists with highly technical skill sets to the CEXC. Work will be performed in Afghanistan (99 percent) and Maryland (1 percent), and is expected to be completed June 2011. Contract funds in the amount of $1,583,334 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-10-C-0042).

BAE Systems, Land & Armaments, LP, U.S. Combat Systems, Minneapolis, Minn., is being awarded a $9,148,728 modification to previously awarded contract (N00024-09-C-5317) for fiscal 2009 canister production requirements for MK25 canisters to support integration of Evolved Seasparrow missiles into the MK 41 vertical launching system. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. They also serve as missile shipping and storage containers. Work will be performed in Aberdeen, S.D. (80 percent); Odessa, Mo. (10 percent); and Minneapolis, Minn. (10 percent); and is expected to be completed by February 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Burns & Roe Services Corp., Virginia Beach, Va., is being awarded an $8,519,411 modification under a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N62470-06-D-4614) to exercise Option 4 for utilities and maintenance services at U.S. Naval Base, Guantanamo Bay. The work to be performed provides for, but is not limited to, the managerial, supervision, labor, engineering services, tools, materials, equipment and transportation necessary for the utilities systems operation and maintenance, including: seawater desalinization; potable water treatment, storage, and distribution; water quality testing and control; electrical power production and distribution; cathodic protection systems operation and maintenance; airfield lighting systems maintenance and repair; maintenance and repair of street, recreational, perimeter, and security lighting; operation and maintenance of satellite boilers, air compressors, incinerators, swimming pools; and miscellaneous other mechanical equipment. The total contract amount after exercise of this option will be $50,504,175. Work will be performed at U.S. Naval Station Guantanamo Bay, Cuba, and is expected to be completed by June 2011. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering and Acquisition Division, Guantanamo Bay, Cuba, is the contracting activity.

Raytheon Co., Falls Church, Va., is being awarded a $7,769,679 modification to a previously awarded cost-plus-award-fee, cost-plus-incentive-fee contract (N00019-98-C-0190) to provide additional software development in support of the tactical control system, Block 2 Version 4 software product requirements. Work will be performed in Falls Church, Va. (82 percent); Dahlgren, Va. (10 percent); and San Pedro Calif. (8 percent); 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.

Thoma-Sea Ship Builders, LLC, Lockport, La., was awarded a $7,286,175 firm-fixed-price contract on June 29 for the construction and delivery of a hydrographic survey vessel and associated equipment and services for the Royal Navy of Oman under the Foreign Military Sales program. Work will be performed in Lockport, La., and is expected to be completed by June 2011. This contract was competitively procured via the Federal Business Opportunities Web site, with seven offers received. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

ViaSat, Inc., Carlsbad, Calif., is being awarded a $5,754,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for technical services and equipment in support of tactical data link systems and satellite communication systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $29,999,500. This contract combines purchases for the Navy (75 percent), and the government of the Republic of Turkey (25 percent) under the Foreign Military Sales program. Work will be performed in Carlsbad, Calif., and is expected to be completed by June 2011. If all options are exercised, work could continue until June 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-10-D-5105).

S.B. Ballard Construction Co, Virginia Beach, Va., is being awarded $5,751,202 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N40085-09-D-5019) for renovations to Building W-5 at Naval Station Norfolk. The work to be performed pertains to Building W-5 which was constructed in the 1920s as a two-story storage facility with a third story added years later. This project will renovate the existing three-story facility and provide three-story additions on the front and rear of the existing building. The interior of the existing building will be totally demolished. Work will be performed in Norfolk, Va., and is expected to be completed by December 2011. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $66,995,612 sole-source, cost-plus-fixed-fee modification to previously awarded contract (HQ0147-07-C-0196) to perform obsolescence mitigation efforts for terminal high air altitude defense batteries three and four, including completion of ongoing fiscal 2009 obsolescence efforts, as well as additional obsolescence mitigation required to support fiscal 2010 battery procurement. Efforts will also include qualification of identified replacement components and required software updates to accommodate new components; as well as providing a test environment and accomplishing regression testing for the changes to the system. Work will be performed in Sunnyvale, Calif., with a performance period from June 2010 through March 2011. Fiscal 2010 procurement funds will be utilized to obligate $27,779,376 for this effort. The Missile Defense Agency is the contracting activity.

No comments: