Saturday, June 28, 2008

MILITARY CONTRACTS June 27, 2008

AIR FORCE

The
Air Force is modifying a cost plus award fee contract with Lockheed Martin Space Systems Co., of Littleton, Colo., for $1,383,886,398. The purpose of this modification is to modify the Evolved Expendable Launch Capability (ELC) contract to procure continual support for the last two months of FY08. Additionally, this procurement will also extend the period of performance of the ELC contract through 30 Sep. 2009, and incorporate a one year priced option for FY10. This will ensure continuous services in providing standard and mission unique integration and development, systems engineering, program management, transportation, and launch and range operations for Cape Canaveral Air Force Station and Vandenberg Air Force Base necessary to launch our nation’s space assets. At this time $144,649,237 has been obligated. Space and Missile Systems Center (SMC), Space Launch and Range Systems Material Wing (LR), El Segundo, Calif., is the contracting activity (FA8816-06-C-0002, P00076).

American Government Services of McLean, Va., is being awarded a firm fixed price contract for $65 million. This action will host an experimental
military sensor on a commercial spacecraft manifested for launch in 2010; the contractor shall also provide associated validation and assessment services to access the utility of the experimental sensor. The Demonstration Phase shall assess the sensors utility to warfighters in terms of data, performance validation, and interoperability. At this time $6,080,000 has been obligated. SMC/XRC, El Segundo, Calif., is the contracting activity (FA8814-08-C-0001).

Softchoice Corp. of Reston, Va., is being awarded a firm fixed price contract for $29,831,446. This action will procure Microsoft software assurance on perpetual licenses in addition to the purchase of some new license and software assurance for members of the
Military Health System. This enterprise agreement members include Navy Medical Services, DoD Medical Evaluation Requirements Board (DoDMERB), Force Health Protection (FHP), Joint Medical Information Systems (JMIS), and the TRICARE Management Activity (TMA). At this time $9,943,815 has been obligated. HQ 754th ELSG/ESS, Maxwell AFB – Gunter Annex, Gunter, Ala., is the contracting activity (FA8771-08-F-8105).

Raytheon Co., of McKinney, Texas, is being awarded a firm fixed price contract not to exceed $11,471,959. This action will provide Multi-Sensor System (MTS-A) and Multi-Sensor System-B support at CONUS and OCONUS locations consisting of Depot OEM spares and repairs, depot configuration management, technical manual OEM system source data and software maintenance, depot level contractor Field Services Representative (FSR) support and other functions. At this time $9,962,675 has been obligated. 658th Aeronautical Systems Squadron, Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-06-G-4041, DO 0007).

The
Air Force is modifying a firm fixed price contract with Lear Siegler Services Inc., of Gaithersburg, Md. for $11,450,000. This action is a contract modification to extend an OCONUS deployment in support of the Air National Guard for three months. At this time $11,450,000 has been obligated. Oklahoma City Air Logistics Center, 727 ACSG/PKC, Tinker AFB, Okla., is the contracting activity (FA8106-07-C-0004-P00028).

TW and Company of Lanham, Md., is being awarded a firm fixed price contract for $5,905,235.16. This requirement contract is for certified armed security guard services for installation entry control, commercial vehicle inspection and visitor control center at 17
Air Force CONUS locations. At this time $5,905,235.16 has been obligated. AETC CONS/LGCD, Randolph AFB, Texas, is the contracting activity (FA3002-07-D-0024-0002-02).

NAVY

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $37,988,612 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00421-05-G-0001) to upgrade one E-2C Aircraft A-119 from the current Group II configuration to a Hawkeye 2000 export configuration in support of the Egypt E-2C Foreign
Military Sales Program. Work will be performed in St. Augustine, Fla., (70 percent) and Bethpage, N.Y., (30 percent), and is expected to be completed in Jun. 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 Systems Corp., Bethpage, N.Y., is being awarded a $36,330,140 modification to a previously awarded cost-plus-incentive-fee contract (N00019-03-C-0057) for T-56-A-427A engines and spares in support of three E-2D Advanced Hawkeye Pilot Production Aircraft. Work will be performed in
Indianapolis, Ind., (82%) and Bethpage, N.Y., (18%), and is expected to be completed in Sep. 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.

General Electric Aircraft Engines, Lynn, Mass., is being awarded a $21,948,825 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0088) for engineering services and integrated logistics services in support of the F/A-18E/F F414-GE-400 Engine Component Improvement Program. Work will be performed in Lynn, Mass., (78 percent); Evendale, Ohio, (13 percent); Lemoore, Calif., (5 percent), and
Jacksonville, Fla., (5 percent), and is expected to be completed in Dec. 2008. Contract funds in the amount of $810,401 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $19,220,000 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0025) for non-recurring engineering services for incorporation of Engineering Change Proposal (ECP) 242R1 and ECP-242R2 Required Avionics Modernization Program (RAMP) into T-45 aircraft and T-45 simulators. In addition, this modification provides for two simulator retrofit kits, 23 spares to support the retrofit kits, integrated logistics support; packaging, handling, storage and transportability program and date; support equipment and data; technical manuals and associated data. Work will be performed in St. Louis, Mo., (75 percent) and Kingsville, Texas, (25 percent), and is expected to be completed in Sep. 2011. 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.

Dynamic Flowform, Billerica, Mass., is being awarded a $10,544,156 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure rocket motor cases for the MK6 Polar Cat Rocket Motor Program. The Polar Cat Rocket Motor program is an
Air Force JATO program that supports a military transport aircraft, LC130. The Navy is funded by the Air Force to research, develop, and procure Polar Cat Rocket Motors. Work will be performed in Billerica, Mass., and is expected to be completed by Jun. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunties website, with one offer received. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity (N00174-08-D-0012).

Aeroflex Powell Inc dba Aeroflex Cupertino, Cupertino, Calif., is being awarded a $9,995,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Arbitrary Waveform Generators (AWG) ) in support of Expeditionary Electronic Warfare Systems. An AWG is a piece of electronic test equipment used to generate electrical waveforms. These waveforms can be either repetitive or single-shot, in which case some kind of triggering source is required (internal or external). The resulting waveforms can be injected into a device under test and analyzed as they progress through the device, confirming the proper operation of the device or pinpointing a fault in the device. Work will be performed in Cupertino, Calif., and is expected to be completed by Jun. 2011. Contract funds in the amount of $2,737,680 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-08-D-WQ07).

The Joint Venture of ITT Avionics and Northrop Grumman Corp., ITT Electronic Systems, Electronic Warfare Systems, Clifton, N.J., is being awarded a $9,932,792 cost-plus-incentive-fee/cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-06-G-0011) for essential repair, support, calibration, and repackaging necessary to restore the U.S.
Navy AN/ALQ-165(V) weapons replaceable assemblies (WRAs) and shop (SRAs) to a ready-for-issue (RFI) condition. In addition, this order provides for engineering technical assistance to respond to technical queries on system function, operation, modification, software services, maintenance, and training. Work will be performed in Clifton, N.J., (50 percent) and Baltimore, Md., (50 percent), and is expected to be completed in Jun. 2009. 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.

DEFENSE LOGISTICS AGENCY

Caterpiller, Inc., Mossville, Ind., is being awarded a maximum $15,836,939.00 firm fixed price contract for multi-terrain loaders and tools. Other location of performance is in N.C. Using service is
Marine Corps. There were originally six proposals solicited with four responses. This contract includes a delivery order on long-term contract. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Mar. 26, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-01-D-0059-0177).

Total France, Paris La Defense Cedex, France is being awarded a maximum $5,314,814.50 fixed price with economic price adjustment contract for aviation fuel. Other location of performance is in Al Udeid Air Base, Qatar. Using service is
Air Force. There were originally six proposals solicited with three responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Aug. 31, 2011. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va., (SP0600-08-D-1016).

ARMY

MBH Ventures,
San Antonio, Tex., was awarded on Jun. 26, 2008, a $9,400,777.00 Firm Fixed Price contract for construction of organization parking lots for Brigade Combat Team, two Complex. The work includes grading, asphaltic and concrete pavement structures, signage, storm drainage, pavement markings, lighting, site utilities, erosion control. Work will be performed at Fort Bliss, El Paso, Tx., and is expected to be completed by Dec. 30, 2009. Bids were solicited on the Web with two bids received. U.S. Army Engineer District Galveston, Tx.., is the contracting activity (W912HY-07-D-0004).

Acc Construction, Augusta, Ga., was awarded on Jun. 26, 2008, a $45,242,184.00 Firm Fixed Price contract for design and construction of a
tactical equipment maintenance facility. Work will be performed at Fort Campbell, Ky., and is expected to be completed by Apr. 30, 2010. Bids were solicited on FedBizOpps with three bids received. U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912HN-07-D-0042).

Lakeshore Engineering Services, Inc.,
Detroit, Mich., was awarded on Jun. 26, 2008, a $21,480,778.00 Firm Fixed Price Task Order (0003) for providing materials, equipment, and labor for the construction of the Engineers Battalion Unit Operations Facility Infrastructure which includes clearing and grubbing, earthwork, sitework, concrete paving, asphalt paving, storm drainage systems, water distribution system, sanitary sewer collection system, medium pressure natural gas system, electrical distribution system and duct banks, communications duct bank system, erosion control and other items related to the work at White Sands Missile Range, New Mexico. Work is expected to be completed by Oct. 1, 2009. Two bids were solicited with two bids received. U.S. Army Corps of Engineers District, Fort Worth, Tx., is the contracting activity (W9126G-06-D-0055).

Chrysler International Corporation, Auburn Hills, Mich., was awarded on Jun. 26, 2008, a $6,149,750.00 firm fixed price contract for the commercially acquired vehicle, Wrangler, TJ-L Jeep, one lot of spare parts; for the Egyptian Armament Authority in Cairo, Egypt. Foreign
Military Sales, Sole Source Acquisition. Work will be performed in Auburn Hills, Mich., with an expected completion date of Feb. 10, 2009. One bid was solicited with one bid received. U.S. Army – Tank & Automotive Command (TACOM), Warren, Mich., is the contracting activity (W56HZV-08-C-0438).

Raytheon Co., Integrated Defense Co., Andover, Mass., was awarded on Jun. 25, 2008, a $76,463,030.98 firm fixed price / cost-plus-fixed-fee, level of effort contract for upgrad of six (6) PATRIOT Rader Sets to Configuration 3 (Kuwait). Work will be performed at Andover, Mass., with an expected completion date of Jul. 31, 2013. One bid was solicited with one bid received. U.S.
Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0151).

Caelum Research Corp., Rockville, Md., was awarded on Jun. 25, 2008, a $13,237,185.39 firm fixed price, level of effort contract for information technology support services – option period six; services include database management, network support and
computer programming. Work will be performed at White Sands Missile Range, New Mexico, with an expected completion date of Feb. 28, 2011. Forty (40) bids were solicited with forty (40) bids received. U.S. Army Contracting Agency, White Sands Missile Range, New Mexico is the contracting activity (DABK39-03-C-0053).

Navistar Defence, LLC, Warrenville, Ill., was awarded on Jun. 25, 2008, a $15,124,743 firm fixed price contract for the procurement of three Mine Resistance Ambush Protected (MRAP) air conditioner sustainment spare parts including 1,426 each air conditioner compressor, NSN 4120-01-555-5459, with 100 percent option priced at $556.11 each; 1500 each condenser, refrigeration, NSN 4130-01-562-3925, with 100 percent option priced at $1,653 each; and air conditioner blower, NSN 6105-01-562-3922, with 100 percent option priced at $4,378 each. Fifty-nine percent of the option for both the condenser and blower are being exercised at time of award and were considered part of the base award calculating the contract totals above. Work will be performed at Dallastown, Pa., with an expected completion date of Aug., 29, 2008. One bid was solicited with one bid received. U.S.
Army Tank & Automotive Command (TACOM) Life Cycle Management Command, Warren, Mich., is the contracting activity (W56HZV-08-C-0483).

Navistar Defence, LLC, Warrenville, Ill., was awarded on Jun. 25, 2008, a $6,777,410.96 firm fixed price contract for wheel, pneumatic tire, 2,000 each, NSN 2530-01-555-5456, PN 2596798C91L; starter, engine, electric, 18 each, NSN 2920-01-555-5458, PN 3610516C92; generator, alternating current, 16 each, NSN 6115-01-555-5460, PN 3819829C91. Work will be performed in Trenton, N.J., and Belvidere, Ill., with an expected completion date of Aug. 29, 2008. One bid was solicited with one bid received. U.S.
Army Tank & Automotive Command (TACOM) Life Cycle Management Command is the contracting activity (W56HZV-08-C-0500).

Hamilton Sundstrand, Windsor Locks, Conn., was awarded on Jun. 25, 2008, a $7,925.644.00 firm fixed price, indefinite delivery, indefinite quanity contract for delivery of 187 each CP-1446/A advanced flight control
computer. Total maximum quantity available for purchase under this contract will be 950 each. Work will be performed in Phoenix, Ariz., with an expected completion date of Jun. 19, 2014. One bid was solicited and one bid received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-08-D-B411).

TRICARE MANAGEMENT ACTIVITY

Express Scripts, Inc. of St. Louis, Mo., has been awarded the TRICARE Pharmacy Program Services (TPharm) contract. This contract provides for the delivery of mail order pharmacy dispensing services to begin on Sep. 1, 2009. Retail pharmacy dispensing services are scheduled to begin Dec. 1, 2009. This contract consolidates two current contracts: the TRICARE Mail Order Pharmacy (TMOP) contract and the TRICARE Retail Pharmacy contract (TRRx). The contractor is expected to process more than 78 million prescriptions during the first year of operation. The contract also provides required beneficiary support services, including monthly pharmacy explanation of benefits and new specialty pharmacy services for DoD identified specialty drugs. The contract award is for a phase-in base period and unexercised options. The phase-in base period is Jul. 27, 2008 through Aug. 31, 2009. The options provide five full years of prescription services at both mail order and retail pharmacies. If exercised, delivery of mail order pharmacy dispensing services will begin on Sep. 1, 2009. Network retail pharmacy dispensing services will begin Dec. 1, 2009. This contract was competitively procured via the TRICARE Management Activity e-solicitation Web site with five offers received. The Department of Defense, TRICARE Management Activity, is the contracting activity. The contract number is H94002-08-C-0003. The value of the awarded phase-in base period is $10,600,000. The total estimated contract value for the base period and all unexercised options is $2,789,723,926 (excludes cost of pharmaceuticals).

U.S. SPECIAL OPERATIONS COMMAND

SRATS, Inc., of Mapleton, Utah, is being awarded a not to exceed $5,950,000 firm fixed price letter contract for 18 enhanced logistics support off-road vehicles, spares, and field representative services in support of U.S. Special Operations Command Procurement Division. The work will be performed in Mapleton. This contract number is H92222-08-C-0028.

No comments: