Thursday, July 31, 2008

Air Force

Northrop Grumman Electronic Systems of Linthicum, Md., is being awarded an indefinite delivery/indefinite quantity (ID/IQ) contract with cost plus fixed fee (completion) type task order for a shared ceiling of ID/IQ contract of $41 million. This contract action for Sensors
Technology Automated Recognition is to develop technologies in a wide-range of application areas that continue to advance the technical improvements to warfighters either directly or indirectly. Examples include CID, data fusion, Ground Moving Target Indication/Airborne Moving. At this time an incremental funding amount on task order 0001 of $2 million has been obligated. AFRL/PKSR, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-D-1447, FA8650-08-D-1447-0001).

Raytheon Co., of
El Segundo, Calif., is being awarded an indefinite delivery/indefinite quantity (ID/IQ) contract with cost plus fixed fee (completion) type task order for a shared ceiling of ID/IQ contract of $41 million. This contract action for Sensors Technology Automated Recognition is to develop technologies in a wide-range of application areas that continue to advance the technical improvements to warfighters either directly or indirectly. Examples include CID, data fusion, Ground Moving Target Indication/Airborne Moving Target Indication, Suppression of Enemy Air Defense, countermeasures, Sensor to Decision Maker processing, Targeting, Intelligence and Battle Damage Assessment and ISR. Additional examples of specific technologies that may be encountered on this program include Electro-Optical, Infrared, Radar, Multi-Spectral, Hyperspectral, Laser Technology, and processors but are not limited to these. Improvement in these areas involves technical assessment, hardware and software modifications and development, systems engineering development and integration, Technology and/or Technology application demonstration in the laboratory or in a flight test or as a participant in a larger demonstration or exercise. The performance of the technologies developed will also be evaluated. Task Order 0001 for this contract is "Airborne Data Collection for Combat Identification." The scope of this Task Order is to utilize an airborne CID test bid to collect data with an air-to-air (A/A) CID radar waveform. The effort will involve collection, processing and delivery of both processed and unprocessed airborne target data. At this time $533,000 has been obligated (incremental funding amount on task order 0001). AFRL/PKSR, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-D-1446, FA8650-08-D-1446-0001).

Accenture National Security Systems, LLC, of Reston, Va., is being awarded a cost plus fixed fee contract for $22,183,000. These DNCE-M&S services will expand on existing services, develop workflows, and target deployment to warfighter environments where applicable. At this time $2,608,200 has been obligated. 753 ELSG/PK, Electronic Systems Center,
Air Force Materiel Command, USAF, Hanscom AFB, Mass., is the contracting activity (FA8731-08-C-0003).

FlightSafety Services Corp., of Centennial, Colo., is being awarded a firm fixed price contract for $14,110,453. This contract is for one Weapons System Trainer. This trainer is being procured for training of pilots and crew on the MC-130W aircraft. This trainer is used to support the Aircrew Training and Rehearsal Systems contract. At this time all funds have been obligated. Department of the
Air Force, OO-ALC/ACSG/PK, Hill AFB, Utah, is the contracting activity (FA8223-08-C-0008).

The
Air Force is modifying a fixed price incentive firm contract with Northrop Grumman Systems Corp., Integrated Systems Air Combat Systems, of San Diego, Calif., not to exceed $324,600,000. This contract will provide 2 RQ-4B Block 301 Global Hawk Air Vehicles, 3 RQ-4B Block 40 Air Vehicles with MP-RTIP sensor, one Mission Element, one Launch and Recovery Element, and associated equipment; option for four EISS sensor payloads. At this time $180,351,181 has been obligated. 303 AESG/PK, Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-07-C-4015 P00008).

Ball Aerospace & Technologies Corp., Systems Engineering Solutions, Boulder, Colo., is being awarded a task order against a GSA schedule contract for $13,752,953. This contract action is for Advisory and Assistance Services to include studies, analyses, evaluations, engineering and technical services for the Human Effectiveness Directorate,
Air Force Research Laboratory. At this time one million has been obligated. 88 CONS/PK, Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-08-F-0105).

L3 Communications Corp., Communications Systems West, of Salt Lake City, Utah, is being awarded a firm fixed price contract for $10,764,222. This contract is for Manufacture, test and delivery for Ku Data Link Hardware. At this time $10,764,222 has been obligated. 703 AESG/PK (Predator Contracting Group), Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-05-G-3027-0020).

Army

Joint Tech Services Inc., Kailua, Hawaii, was awarded on July 24 a $5,777,507 Firm Fixed Price contract for a six-month extension for Iraqi Defense Network. Work will be performed in Iraq and is expected to be completed by Jan 24, 2009. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on July 24, and one bid was received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-08-C-D026).

Lockheed Martin MS2, Syracuse, N.Y., was awarded on Jul. 25, a $84,287,332 Firm Fixed Price, contract for accelerating the production and delivery of the twelve Enhanced AN/TPQ-36 Initial Production Radar Systems currently listed as options within contract W15P7T-06-C-T004. Work will be performed in Syracuse, N.Y., and is expected to be completed by Oct. 25, 2010. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Mar. 23, 2008, and one bid was received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15-P7T-06-C-T004).

Joseph B. Fay Co., Tarentum, PA, was awarded on Jul. 25, a $34,442,049.75, contract for replacement of 8 vertical lift gates, operating machinery, electrical systems and controls; fabricating and delivering three new lift gates; transporting and installing three government-furnished lift gates; modifying one existing lift gate; removing the existing vertical lift gates, gate hoist machinery, and machinery houses; modifying the dam piers to accommodate the new hydraulic gate hoist equipment, replacing embedded metal in the gate recesses of the dam piers; installing the new lift gates; and constructing new machinery houses at the Emsworth Locks and Dam, Emsworth Main Channel Dam, Ohio River,Pennsylvania. Work will be performed in the Emsworth Locks and Dam, Ohio River, Penn., and is expected to be completed by Aug. 1, 2011. Contract funds will not expire at the end of the current fiscal year. There were (web) bids solicited on Apr. 14, 2008, and three bids were received. US
Army Engineer District, Pittsburgh, PA is the contracting activity (W911WN-08-C-0008).

Science Application International Corp.,
San Diego, Calif., was awarded on Jul. 28, 2008, a $19,956,974 Firm-Fixed Price contract for maintenance and sustainment for vehicle and cargo inspection systems located in southwest Asia. Work will be performed in Southwest Asia, and is expected to be completed by Aug. 4, 2011. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on May 23, 2008, and one bid was received. TACOM-Rock Island, AMSTA-LC-CTC, Rock Island, Ill., is the contracting activity (W52H09-08-D-0348).

Hodges Transportation Inc., Silver Springs, Nev., was awarded on Jul. 28, 2008, a $5,822,596 Cost-plus Fixed Fee contract for designing, fabricating and testing multiple
Technology Demonstration Integration Test Beds with TRL 7 or higher Technology and delivering a detailed final report of the results and findings. Work will be performed in Silver Springs, Nev., and is expected to be completed by Dec. 30, 2009. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Jun. 6, 2008 and one bid was received. TACOM-LCMC, Warren, Mich., is the contracting activity (W56HZV-08-F-0102).

McDonnell Douglas Helicopter Co.,
Mesa, Ariz., was awarded on Jul. 28, 2008, a $79,768,459 Firm Fixed Price, contract for the procurement of five War Replacement AH-64D Apache Longbow Aircraft. Work will be performed in Mesa, Ariz., and is expected to be completed by Apr. 30, 2011. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Dec. 20, 2007 and onebid was received. US Army Aviation and Missile Command, Redstone Arsenal, AL., is the contracting activity (W58RGZ05-C-0274).

Raytheon/Lockheed Martin Javelin, were awarded on Jul. 28, 2008, a $103,413,788, contract for missile rounds, Command Launch Units, Battery Coolant Units, Field Tactical Trainers – Student Stations, Authorized Stockage Lists and Enhanced Productibility Basic Skills Trainers (EPBSTs); and Missile Rounds for United Arab Emirates and Oman. Work will be performed in Tucson, Ariz., and Orlando, Fla., and is expected to be completed by Feb. 29, 2012. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Jul. 31, 2007, and 1 bid was received. US
Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0136).

Navy

ALFAB, Inc.*, Enterprise, Ala., is being awarded a $43,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of three types of AM-2 matting packages, F-71, F-72, and F-73, which include end frames, stampings/markings, end sheets, and locking bars. AM-2 Matting is utilized for aircraft launch and recovery. The initial delivery order will include 1,675 F-71 AM-2 matting packages. Work will be performed in Enterprise, Ala., and is expected to be completed in July 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-D-0025).

Psomas and Associates,
Costa Mesa, Calif., is being awarded a maximum $7,500,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect/engineering contract for engineering services for surveying and mapping in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for surveying and mapping services such as cadastral surveys, topographic surveys, aerial surveys, geodetic surveying, construction surveys, Alta surveys, hydrographic surveys, special studies, title searches, civil site improvements drawings and specifications and GIS (geographic information system) database/mapping. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to Calif., (87 percent); Ariz., (5 percent), Nev., (5 percent), Colo., (1 percent), N.M., (1 percent) and Utah, (1%), and work is expected to be completed Jul. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation websitewith 13 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8640).

Architects Hawaii, Limited, Honolulu, Hawaii, is being awarded a not-to-exceed $7,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer services for preparation of plans and specifications for bachelor quarters and other architectural projects. The scope of work is to procure design and engineering services for preparation of engineering studies and/or project design consisting of contract documents for construction, cost estimates, design analysis, prepare request for proposal documents for design-build, geotechnical investigation, topographic survey, post construction award services, and architect-engineer quality assurance plan. Work will be performed in various locations throughout Hawaii, and the expected date of completion is Jul. 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with 15 proposals solicited and 10 offers received. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-08-D-5003).

DEFENSE LOGISTICS AGENCY

Akima Corp., Charlotte, N.C., is being awarded a maximum $18,701,847 firm fixed price contract for operation and maintenance services of bulk fuel facilities. Other locations of performance are Calif., Nev., Ariz., and N.M. Using service is
Air Force. This proposal was originally Web solicited with nine responses. This is a five-year multiyear contract. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept., 1, 2013. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SPO600-08-C-5839).

No comments: