Thursday, September 18, 2008

MILITARY CONTRACTS September 17, 2008

DEFENSE LOGISTICS AGENCY

Shell Oil Prod., U.S. Martinez,
Houston, Texas is being awarded a maximum $338,356,504 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel. Other location of performance is Martinez, California. Using service is Defense Energy Support Center. There were originally 69 proposals solicited with 16 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Oct. 30, 2009. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va., (SP0600-08-R-0161).

Western Refining Co., L.P.,
El Paso, Texas is being awarded a maximum $177,749,226 fixed price with economic price adjustment, partial set-aside, indefinite delivery and indefinite quantity contract for jet fuel. Other location of performance is El Paso, Texas. Using service is Defense Energy Support Center. There were originally 69 proposals solicited with 16 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Oct. 30, 2009. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va., (SP0600-08-D-0504).

Science Applications International Corp. Fairfield, N.J., is being awarded a maximum $105,000,000 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for maintenance, repair and operations supplies. There are no other locations of performance. Using services are
Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies. The proposal was originally Web solicited with 11 responses. Contract funds will not expire at the end of the current fiscal year. This contract is exercising the 4th one-year option. The date of performance completion is Sept. 17, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM500-02-D-0121).

Navajo Refining Co., LLC,
Dallas, Texas*, is being awarded a maximum $32,620,478 fixed price with economic price adjustment, partial set-aside, indefinite delivery and indefinite quantity contract for aviation fuel. Other location of performance is New Mexico. Using service is Defense Energy Support Center. There were originally 69 proposals solicited with 16 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Oct. 30, 2009. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va., (SP0600-08-D-0503).

Friction Products Co., Medina, Ohio is being awarded a maximum $5,394,800 firm fixed price contract for HMMWV Brake shoe sets. There are no other locations of performance. Using service is
Army. There were originally three proposals solicited with three responses. Contract funs will expire at the end of the current fiscal year. The date of performance completion is Jan. 17, 2009. The contracting activity is Defense Supply Center Columbus, Columbus, Ohio (SPM7L3-08-M-2241).

Navy

Sundt – Williams Scotsman, a joint venture, Tempe, Ariz., is being awarded a $37,771,939 firm fixed price contract for site preparation and interim facilities at
Marine Corps Base and Marine Corps Air Station, Camp Pendleton. The work to be performed provides for design and construction of site improvements and utility infrastructure to support interim administration, billeting, armory, storage, and maintenance facilities over ten areas. The contract also contains ten unexercised options, which if all were exercised would increase cumulative contract value to $127,524,838. Work will be performed in Oceanside, Calif., and is expected to be completed by Sept. 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 nine proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-C-3511).

Lockheed Martin, Maritime Systems & Sensors, Mitchel Field, N.Y., is being awarded a $35,035,920 modification to a previously awarded cost plus incentive fee, cost plus fixed fee contract (N00030-08-C-0002) to exercise options to provide U.S., and U.K., Trident II (D5) Navigation Subsystem Engineering Support services requirements and Engineering Refueling Overhaul Support. The options increase the contract value to $112,088,003. Work will be performed in Mitchel Field, N.Y., and work is expected to be completed Sept. 2011. Contract funds will not expire by the end of the current fiscal year. The
Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $23,035,546 fixed-price-incentive-fee delivery order against a previously issued basic ordering agreement (N00019-07-G-0008) for non-recurring engineering effort for ECP-762 Pre-Block A to Block B Retrofit in support of the MV-22 Osprey aircraft. Work will be performed in Amarillo, Texas, (60 percent) and Philadelphia, Pa., (40 percent), and is expected to be completed in Sept. 2009. Contract funds in the amount of $15,000,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics Information
Technology, Inc., Fairfax, Va., is being awarded a $13,609,708 modification to a previously awarded cost plus fixed fee, indefinite delivery/indefinite quantity contract (N68936-00-D-0061) to exercise an option for 270,400 hours of Maintenance Planning and Design Interface support services for the Naval Aviation Depot, North Island in San Diego, Calif. Work will be performed in San Diego, Calif., and is expected to be completed in Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

General Dynamics Information
Technology, Fairfax, Va., is being awarded a $12,720,050 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-00-D-0328) to exercise an option for maintenance planning and design interface technical/management support services for the In-Service Support Center and Fleet Readiness Center Southeast, Jacksonville, Fla. These services include evaluating initial designs, evaluating proposed design changes, maintenance planning and sustaining maintenance plans. Work will be performed in Jacksonville, Fla., (90 percent), and Oklahoma City, Okla., (10 percent), and is expected to be completed in Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Navmar Applied Sciences Corp.,* Warminster, Pa., is being awarded a $9,968,424 cost plus fixed fee contract for a Phase III Small Business Innovative Research contract under topics N92-170 and N94-178 for near term and far term advanced surveillance, reconnaissance, and force protection systems. Work will be performed in Patuxent River, Md., (39 percent); Warminster, Pa., (24 percent); Yuma, Ariz., (16 percent); Afghanistan, (14 percent); and Iraq, (7 percent), and is expected to be completed in Sept. 2010. Contract funds in the amount of $1,530,406 will expire at the end of the current fiscal year. This SBIR Phase III contract was not competitively procured, under FAR 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-D-0470).

Lockheed Martin Corp., MS2, Syracuse, N.Y., is being awarded a $8,904,451 firm fixed price contract for spare parts in support of the AN/TPS-59(V) three radar system. Work will be performed in Syracuse, N.Y., and is expected to be completed by Jul. 2010. Contract funds will not expire at the end of the current fiscal year. This procurement was not competitively procured with one proposal solicited and one offer received via the
Navy Electronic Commerce Online website. The Marine Corps Logistics Command, Contracting Department, Albany, Ga., is the contracting activity (M67004-08-C-0024).

Group 70 International, Inc.,
Honolulu, Hawaii, is being awarded a maximum $7,500,000 firm-fixed-price, indefinite delivery/indefinite quantity architect/engineer (A/E) contract for facilities and land use planning studies, environmental impact documents, cultural resources management plans, natural resources management plans, and environmental studies and documents in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). Work will be performed at various locations under the NAVFAC Pacific AOR, and is expected to be completed by Sept. 2012. Contract funds in the amount of $10,000 will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website, with six offers received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-08-D-0200).

Moffatt & Nichol-Blaylock, San Diego, Calif., is being awarded a maximum $7,500,000 firm fixed price, indefinite delivery/indefinite quantity architect/engineering contract for Waterfront Facilities Projects in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of fully designed plans and specifications; design-build request for proposal packages; and other engineering designs, studies, inspections, surveys, planning documents (DD 1391), reports, cost estimates, evaluations, and construction support services for projects involving waterfront construction and repair. 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 percent), and is expected to be completed by Sept. 2013. Contract funds in the amount of $5,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with four offers received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8619).

Jacobs
Technology Inc., Fort Walton Beach, Fla., is being awarded a $7,400,000 task order #0018 under previously awarded contract (M67854-02-A-9017) to provide support of the transition from the NMCI environment to the next generation USMC IT environment. This includes financial planning, programming, budgeting and execution of the USMC enterprise budget throughout the Future Year Defense Plan; acquisition management supporting the next generation IT environment; program management activities; USMC representation and coordination with Navy Next Generation Enterprise Network office, the Secure Operational Network Infrastructure Capability, Program of Record activities as well as providing expertise in all other forums related to the delivery of this new IT environment. Work will be performed in Quantico, Va., and work is expected to be completed in Sept. 2009. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

J Squared, Incorporated, (dba: University Loft Co.), Greenfield, Ind., is being awarded a $5,776,800 firm fixed price contract for the Whole Room Concept Program barracks support, located at
Marine Corps Base, Camp Lejeune, N.C., Marine Corps Recruit Depot, Parris Island, S.C., and Marine Corps Air Station Beaufort, S.C. Included in the contract cost is the installation of the procured furniture. Work will be performed in Camp Lejeune, N.C., (85 percent); Marine Corps Air Station Beaufort, S.C., (10 percent) and Marine Corps Recruit Depot, Parris Island, S.C., (5 percent) and work is expected to be completed Feb. 28, 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via an unrestricted Request For Quote being forwarded to12 Federal Supply Schedule Holders. Seven offers were received in response to the RFQ. The Marine Corps Installations East, Marine Corps Base, Camp Lejeune, N.C., is the contracting activity (M67001-08-F-0060).

Army

University of Texas Health Science Center at
Houston, Houston, Texas, was awarded on Sept. 16, 2008, a $9,262,639 firm fixed price contract. The university will establish a data and coordinating center that provides the necessary infrastructure for conducting a collaborative trial to identify the optimal blood component resuscitation ratios for patients receiving massive transfusions. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 15, 2010. Nine bids were solicited and four bids were received. USA Medical Research Acquisitions Activity, Frederick, Md., is the contracting activity (W81XWH-08-C-0712).

Booz Allen Hamilton Inc., McLean, Va., was awarded on Sept. 12, 2008, a $7,772,624 firm fixed price contract. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform business intelligence services. Work will be performed in Raleigh, N.C., with an estimated completion date of Sept. 15, 2011. Seventeen bids were solicited and three bids were received. National Guard Bureau, Arlington, Va., is the contracting activity (W91QUZ-06-D-0019).

Science Applications International Corp., San Diego, Calif., was awarded on Sept. 15, 2008, $6,734,338 cost plus fixed fee contract. The primary objective of the Advanced Night Vision System program is to develop core technologies for improving our night vision capability in urban operations. Work will be performed in San Diego, Calif., Elk River, Minn., Bull Shoals, Ariz., Palo Alto, Calif., Watertown, Mass., and Aberdeen Proving Ground, Md., with an estimated completion date of Mar., 15, 2010. Bids were solicited via the Broad Agency Announcement and three bids were received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-08-C-0144).

MWH Americas Inc, Anchorage, Ala., was awarded on Sept. 15, 2008, a $9,417,100 firm/fixed/price contract. IDIQ design and contract upgrades to Arctic Utilidors, Phase IX (PH9), Eielson
Air Force Base, Ala. Work will be performed in Eielson Air Force Base, Ala., with an estimated completion date of Oct. 15, 2010. Two bids were solicited and two bids were received. U.S. Army Engineer District, Ala., is the contracting activity (W911KB-05-D-0013).

No comments: