Thursday, July 03, 2008

MILITARY CONTRACTS July 1, 2008

ARMY

Kiewit Building Group, Inc., Omaha, Neb., was awarded on Jun. 30, 2008, a $60,836,828 firm fixed price contract for a new medical and dental clinic. Work will be performed at Fort Carson, Colo., and is expected to be completed by Jan. 26, 2010. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Oct. 17, 2007, and six bids were received. U.S.
Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-08-C-0012).

Great Lakes Dredge & Dock Co, LLC, Oak Brook, Ill., was awarded on Jun. 27, 2008, a $52,438,000 firm fixed price contract for Kill Van Kull channels in N.Y. and N.J. Harbor and channels navigation improvement. Work will be performed in Kill Van Kull Channel, N.Y. and N.J. Harbor. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Mar. 3, 2008, and three bids were received. U.S.
Army Corps of Engineers, N.Y., N.Y., is the contracting activity (W912DS-08-C-0016).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Jun. 30, 2008, a $46,310,832 firm fixed price contract for four UH-60M helicopters, material inspection and installation of auxiliary power unit kits. Work will be performed in Stratford, Conn., and is expected to be completed on Dec. 31, 2012. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Oct. 20, 2005. U.S.
Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0003).

General Atomics Aeronautical System,
San Diego, Calif., was awarded on Jun. 27, 2008, a $33,619,359 cost plus fixed fee contract for logistics support for I-GNAT, Warrior Alpha and Sky Warrior Unmanned Aircraft systems at multiple locations. Work will be performed in San Diego, Calif., and is expected to be completed by Jan. 31, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Dec. 14, 2007. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0082).

Roebbelen Contracting, Inc., El Dorado Hills, Calif., was awarded on Jun. 30, 2008, a $27,031,600 firm fixed price contract for construction of a multi-story general instruction building. Work will be performed in
Monterey County, Calif., and is expected to be completed by Jul. 23, 2010. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Mar. 3, 2008, and four bids were received. U.S. Army Engineer District, Sacramento, Calif., is the contracting activity (W91238-08-C-0010).

Comstock Construction, Inc., Wahpeton, N.D., was awarded on Jun. 27, 2008, a $16,672,700 firm fixed price contract for construction of a dormitory. Work will be performed in Minot
Air Force Base, N.D., and is expected to be completed by Jan. 4, 2010. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Jan. 23, 2008, and four bids were received. U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-08-C-0011).

Bristol Design Build Services, LLC, Anchorage, Ala., was awarded on Jun. 30, 2008, a $12,677,928 firm fixed price contract for construction of the
Army Growth Complex 2 – a standard small tactical maintenance shop and a standard medium tactical equipment maintenance shop. Work will be performed at Fort Lewis, Wash., and is expected to be completed by Dec. 26, 2009. Contract funds will not expire at the end of the current fiscal year. Six bids were solicited on Sept. 27, 2007, and four bids were received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-D-0027).

Peregrine Pharmaceuticals, Inc., Tustin, Calif., was awarded on Jun. 30, 2008, a $22,336,307 cost plus fixed fee contract for research on anti-phosphatidylserine antibodies. Work will be performed in locations across the nation, as well as the United Kingdom, and is expected to be completed by Jun. 29, 2013. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Dec. 1, 2006, and 50 bids were received. Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-08-C-0003).

Dawson Environet JV LLC, Honolulu, Hawaii was awarded on Jun. 27, 2008, a $9,467,466 firm fixed price contract for commercial environmental remediation service, munitions and explosives of concern removal action. Work will be performed at the former Waikoloa area, Waimea, Big Island, Hawaii, and is expected to be completed by Aug. 16, 2009. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Apr. 24, 2008, and one bid was received. U.S.
Army Engineer District, Fort Shafter, Hawaii, is the contracting activity (W9128A-08-C-0012).

Lockheed Martin Systems Integration, Owego, N.Y., was awarded on Jun. 30, 2008, a $6,569, 712 cost plus fixed fee contract for redesign of the light armored vehicle and command and control upgrade configuration. Work will be performed in Owego, N.Y., and is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Feb. 20, 2008. U.S.
Army TACOM, Warren, Mich., is the contracting activity (WHZV-05-C-0383).

Better Built Construction Services, Inc., Middletown, Ohio, was awarded on Jun. 30, 2008, a $6,103,006 firm fixed price contract for infrastructure upgrades to gates 22 and 24. Work will be performed at Aberdeen, Md., and is expected to be completed by Jul. 15, 2009. Contract funds will not expire at the end of the current fiscal year. Forty-one bids were solicited and 11 were received. U.S.
Army Engineer District, Philadelphia, Pa., is the contracting activity (W912BU-08-C-0026).

USSOCOM

AeroVironment, Inc., has been awarded a Not to Exceed $200,000,000.00, one year (four option year periods), indefinite delivery indefinite quantity contract for all environment capable variant small unmanned aircraft systems in support of the U.S. Special Operations Command Program Executive Office – Fixed Wing. The work will be performed in
Simi Valley, Calif., and is for one year from date of contract award. This contract was awarded through full and open competition. This contract number is H92222-08-D-0048.

NAVY

Force Protection Industries, Inc., Ladson, S.C., is being awarded a $43,028,803 modification to previously awarded contract (M67854-07-D-5031 Delivery Order 0006) for the purchase of Mine Resistant Ambush Protected Vehicle Integrated Logistic Support sustainment parts, Training Equipment, Training Material, Tool Sets, Outside the Continental United States Instructors and Field Service Representatives. Work will be performed in Ladson, S.C., and in the OIF/OEF Area's of responsibilities, and work is expected to be completed Dec. 2009. Contract funds will not expire at the end of the current fiscal year. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

General Electric Aviation, Lynn, Mass., is being awarded a $30,750,000 three month extension of a previously awarded requirements contract (N00383-03-D-011M) for repair or replacement components and program support for the F404 engine used on the F/A-18 A-D aircraft. This award combines an effort between the U.S.
Navy (90 percent) and the Governments of Spain (1 percent); Canada (1 percent); Australia (1 percent); Kuwait (1 percent); and Switzerland (1 percent) under the Foreign Military Sales Program. Work will be performed in Jacksonville, Fla., (90 percent) and Lynn, Mass., (10 percent), and work is expected to be completed by Sep. 2008. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

Bath Iron Works Corp., (a General Dynamics Company), Bath, Maine is being awarded a $20,753,902 modification under previously awarded contract (N00024-06-C-2307) to exercise an option for 233,426 man-hours for Lead Yard Class Services for the DDG 51 Class AEGIS Destroyer Program. This work will provide technical assistance to the Follow Yard in the interpretation and application of the detailed design developed by BIW Corp., the Lead Yard contractor. DDG 51 Class services include: liaison for follow ship construction, general class services, class logistic services, class design agent services and class change design services for follow ships. Work will be performed in Bath, Maine, and is expected to be completed by Jul. 2009. 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.

The W. F. Magann Corp., Portsmouth, Va., was awarded a $12,760,000 firm fixed price contract on Jun 30, 2008, for repairs to Berth 20 wharf structure at Norfolk Naval Shipyard to safely support anticipated loads due to waterfront activities. Work will be performed in Portsmouth, Va., and is expected to be completed by Jun. 2010. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the
Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-08-C-9683).

The Kollmorgen Corp., Northampton, Mass. is being awarded an $8,883,526 modification to previously awarded contract (N00024-05-C-4310) for 4 MK 20 Electro-Optical Sensor Systems (EOSS) for the Navy's CG 47 Class Cruiser Modernization Program (CMP), 2 EOSS's for the U.S.
Coast Guard WMSL 750 Class Cutters, and 1 EOSS for the Surface Warfare Engineering Facility at NSWC Port Hueneme, Calif. The MK 20 Electro-Optical Sensor System (EOSS) is an element of the MK 34 Gun Weapon System. The EOSS interfaces with the MK 160 Mod 11 Gun Computer System and is operated from a Gun Weapon System Q-70 Control & Display Console to perform safety checksighting of gunnery fire, to aid with identification of surface/air contacts, and to provide quality track data for surface gun engagements. Work will be performed in Northampton, Mass., and is expected to be completed in Jun. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C. is the contracting activity.

Northrop Grumman Sperry Marine, Charlottesville, Va., is being awarded a $6,998,383 firm fixed price contract for three Integrated Bridge and Navigation System (IBN) shipsets for the DDG-51 modernization efforts. The IBNS is a Hull, Mechanical and Electrical (HM&E) upgrade and part of a comprehensive plan to modernize the DDG-51 Class to ensure the ships remain combat relevant and affordable throughout their life. The focus of the IBNS upgrade is to automate many manual functions to reduce manning levels and watch stander requirements. This contract includes options and engineering services which, if exercised, would bring the cumulative value of this contract to $34,539,279. Work will be performed in Charlottesville, Va., and is expected to be completed by Dec. 2009. Contract funds will not expire at the end of the current fiscal year. This contract wascompetitively procured via Federal Business Opportunities, with two offers received. The Naval Sea Systems Command, Washington
Navy Yard, D.C., is the contracting activity (N00024-08-C-4215).

Terex Corp., Stafford, Va., is being awarded a $6,503,949 modification to a previously awarded firm fixed priced contract (N68335-06-C-0459) to exercise an option for 20 heavy maintenance crane production units, to include Reliability Centered Maintenance (RCM) Analysis for each of the units in support of the AV-8, C-130, CH-53, V-22, E-6, P-3 and H-46 aircrafts. Work will be performed in Waverly, Iowa, and is expected to be completed in September 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity.

TEC, Inc., Charlottesville, Va., is being awarded a $6,449,487 firm fixed price, indefinite-quantity contract for environmental planning and engineering services for National Environmental Policy Act (NEPA) and Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions. This contract contains options which if exercised would bring the contract to a not-to-exceed value of $10,000,000. Work will be performed in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility Northeast Region including, but not limited to, N.C., (45 percent); Maine, (15 percent); Va., (10 percent); N.H., (5 percent); Conn., (5 percent); N.Y., (5 percent); N.J., (5 percent); Mass., (2 percent); Pa., (2 percent); R.I., (2); Del. (2 percent); and Vt., (2 percent). Tasks could also be assigned anywhere in the Continental U. S. The term of this contract is not to exceed 60 months, with an expected completion date of Jun. 2009 (Jun. 2013 with options exercised). Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the NAVFAC e-solicitation website with 12 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-08-D-1403).

Burns & Roe Services Corp., Virginia Beach, Va., was awarded a $5,571,729 modification on Jun. 30, 2008, under a previously awarded firm fixed price, indefinite-quantity contract (N62470-06-D-4614) to exercise Option 2 for utilities and maintenance services at U.S. Naval Base, Guantanamo Bay, Cuba. After exercise of this option, the total cumulative contract amount will be $28,407,003. This contract contains seven additional one-year option periods which if exercised, will bring the total contract value to a not to exceed amount of $66,915,462. Work will be performed at U.S. Naval Station Guantanamo Bay, Cuba, and is expected to be completed by Jun. 2009. 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.

Correction: Contract awarded Jun. 30, 2008, to Harry Pepper & Associates, Inc.,
Jacksonville, Fla., (N69450-08-C-0759) for $13,985,658 should have stated that the expected completion date is Jan. 2010.

AIR FORCE

The
Air Force is modifying a firm fixed price contract with Raytheon Co., Missile Systems of Tucson, Ariz., for $87,604,532. This action will provide 130 Advanced Medium Range Air-to-Air Missiles (AMRAAM) Foreign Military Sales Air Intercept Missile 120-C7s- Greece and six Non-Developmental Item Airborne Instrumentation Units (NDI-AIUs) – Germany. This effort support foreign military sales to Greece and Germany. This action is a modification to the AMRAAM Production Lot 21 contract. At this time all funds have been obligated. 695 ARSS, Eglin AFB, Fla., is the contracting activity (FA8675-07-C-0055 P00011).

Signal Engineering Inc. of
San Diego, Calif., is being awarded a firm fixed price contract for an estimated $17,596,323. This action provides for personnel locator beacons: 36 each Configuration A, and 18 each Configuration B. The Optional CLINs to be awarded on a case-by-case basis. At this time $615,200 has been obligated. 77 AESG/PSK, Brooks City-Base, Texas, is the contracting activity (FA8902-08-C-1003).

The
Air Force is modifying a cost plus fixed fee contract with Raytheon Co. of Tucson, Ariz., for $13,186,604. The Processort Replacement Program, Phase I, begins the effort to replace data processor module common to the AMRAAM and Standard Missile 6 (SM-6). Two microelectronics parts, the AMRAAM Data Processor (ADP) and the Input-Output (IO) application specific integrated circutes (ASIC), in the guidance section electronics are no longer manufactured. The purpose of the Processor Replacement Program is to replace these obsolete parts within the guidance section data Processor module and modify the supporting missile hardware and software architecture as required to continue production of the AMRAAM and SM-6. This effort supports foreign military sales to Greece and Taiwan. At this time all funds have been obligated. 695 ARSS, Eglin AFB, Fla., is the contracting activity (FA8675-07-C-0055, P00012).

The
Air Force is modifying a firm fixed price, cost plus fixed fee contract with Lockheed Martin Systems Integration of Owego, N.Y. for $8,806,875. This contract action will provide Preprocessor Avionics Control Unit Replacement Computer Production for the AN/ALQ-161A System. At this time all fund have been obligated. 542 CBSG/PKS, Robins AFB, Ga., is the contracting activity (FA8523-07-C-0007-P00001).

No comments: