Thursday, September 18, 2008

MILITARY CONTRACTS September 18, 2008

DEFENSE LOGISTICS AGENCY

SupplyCore, Inc., Rockford, Ill. is being awarded a maximum $525,000,000 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for Maintenance, Repair and Operation for Supplies. There are no other locations of performance. Using services are
Army, Navy, Air Force, Marine Corps, federal civilian agencies and Defense Logistics Agency. This proposal was originally Web solicited with 11 responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Sept. 18, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM500-02-D-0122).

Valero Marketing & Supply Co.,
San Antonio, Texas is being awarded a maximum $381,048,496 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel. There are no other locations of performance. 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-0502).

Tesoro Hawaii Corp., Kapolei, Hawaii is being awarded a maximum $198,914,133 fixed price with economic price adjustment, partial set-aside, indefinite delivery and indefinite quantity contract for aviation fuel. There are no other locations of performance. Using service is Defense Energy Support Center. This proposal was originally Web 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-0512).

Petro Star Inc., Anchorage, Ala., is being awarded a maximum $158,669,053 fixed price with economic price adjustment, indefinite delivery and indefinite quantity for aviation fuel. Other location of performance is Valdez, Ala. 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-0507).

U.S. Oil Trading LLC, Tacoma, Wash., is being awarded a maximum $103,462,873 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel. There are no other locations of performance. 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-0501).

Chevron Global Aviation, Houston,
Texas is being awarded a maximum $87,998,492 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for aviation fuel. Other location of performance is Salt Lake City, Utah. 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-0505).

Sinclair Oil Corp., Salt Lake City, Utah is being awarded a maximum $59,710,349 fixed price with economic price adjustment, partial set-aside, indefinite delivery and indefinite quantity contract for jet fuel. There are no other locations of performance. Using service is Defense Energy Support Center. This proposal was originally Web solicited with 16 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Oct. 31, 2009. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-08-D-0511).

Sargent & Greenleaf, Inc., Nicholasville, Ky., is being awarded a maximum $25,000,000 fixed price with economic price adjustment, indefinite quantity contract for high security padlocks. There are no other locations of performance. Using services are
Army, Navy, Air Force, Marine Corps and federal civilian agencies. This proposal was originally Web solicited with one response. This contract has two year base period and three one-year option periods. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 17, 2010. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM5L5-08-D-0264).

ConocoPhillips, Bartlesville, Okla., is being awarded a maximum $7,121,381 fixed price with economic price adjustment, partial set-aside, indefinite delivery and indefinite quantity contract for jet fuel. Other location of performance is Commerce City, Colo. Using service is Defense Energy Support Center. This proposal was originally Web 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, 2008. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-08-D-0509).

Caterpillar Inc., Mossville, Ind., is being awarded a maximum $6,681,190 firm fixed price contract for backhoe loaders. Other location of performance is N.C. Using service is
Marine Corps. There were originally four proposals solicited with three responses. Contract funds will not expire at the end of the current fiscal years. The date of performance completion is Apr. 24, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM500-01-D-0059-0215).

Air Force

AAR Manufacturing, Inc., DBA AAR Mobility Systems, of Cadillac, Mich., is being awarded a firm fixed price contract for a maximum of $137,959,200. This action will provide depot-level repair of 463L pallets. A maximum quantity for 120,000 each for the two year basic plus three option years with a maximum quantity of 60,000 each per year. At this time no funds have been obligated. 642 CBSG/GBKBA, Robins AFB, Ga., is the contracting activity (FA8519-08-D-0008).

The
Air Force is modifying a cost plus award fee contract with Lockheed Martin Space Systems Co., of Littleton, Colo., not to exceed $30.7 million. The purpose of this modification is to provide a program for the development and implementation of a Global Position System metric tracking to include a detailed program acquisition/execution plan and Integration Master Schedule supporting a Sept. 2011 IOC (Atlas configurations) and 2012 (Delta configuration) availability. Identified milestones will be evaluated at the time the individual Statements of work are resubmitted. This is an initial study that will lay the foundation for the actual development of the launch requirements. At this time $17,320,801 has been obligated. Space and Missile Systems Center, Space Launch and Range Systems Material Wing, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002, P00097).

The
Air Force is modifying a cost plus fixed fee contract with Boeing Launch Services of Huntington Beach, Calif., for $6,279,686. Launch Services for NASA Kepler mission. This contractor will plan, organize, control, integrate, and execute the Medium Launch Vehicle (MLV) III program to meet the requirements, as defined in the MLV III Statement of Work and Kepler SOW. At this time all funds have been obligated. Space and Missile Systems Center (SMC), Launch and Range Systems Wing, Los Angeles AFB, El Segundo, Calif., is the contracting activity (F04701-93-C-0004, P00377).

Wyle Laboratories, Inc., of Huntsville, Ala., is being awarded a cost plus fixed fee contract for an estimated $38,647,319. This contract action is for the Reliability Information Analysis Center to research, develop, review, and evaluate data lists and technical data packages as well as develop specialized prototypes of integrated avionics, Integrated Weapon Systems, and aircraft platform systems/subsystems. At this time $289,855 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (HC1047-05-D-4005, DO: 0080).

The
Air Force is modifying a firm fixed price contract with the Boeing Co., Integrated Defense System, of Wichita, Kan., for an estimated $35,660,000. This modification is to provide additional contract funding in support of the fourth year of a five-year Contractor Logistics Support contract for the VC-25A aircraft. 727 ACSG/PKB, Tinker AFB, Okla., is the contracting activity (FA8106-04-C-0006 / P00086).

Honeywell
Technology Solutions Inc., of Colorado Springs, Colo., is being awarded a firm fixed price contract for $29,772,521. This delivery order will procure the Transportable Remote Tracking Station, part of the Satellite Contact Network. The Transportable will be designed to operate in three scenarios: 1) a stand-alone satellite tracking station that can completely replace a fixed site tracking station; 2) a stand-alone antenna subsystem that can replace a fixed site's antenna (only); and 3) a stand-alone computer electronics subsystem that can replace a fixed site's computer electronics suite (only). This ability to split the Transportable into separate stand-alone parts will give the Air Force the flexibility to fix specific problems at specific satellite tracking sites simultaneously. The Transportable will also be used to provide extra satellite communications support in "hot spots" around the world without having to build costly permanent satellite tracking sites. At this time $16,375,782 has been obligated. Space and Missile Systems Center Satellite Control Network Group/PK, El Segundo, Calif., is the contracting activity (F04701-02-D-0006; DO: 0127).S

Navy

Bechtel Marine Propulsion Corp.,
San Francisco, Calif., is being awarded a cost plus fixed fee contract for Naval Nuclear Propulsion work. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $9,723,700,000. Work will be performed in Schenectady, N.Y. (30 percent); Idaho Falls, Idaho, (15 percent); and Pittsburgh, Pa., (55 percent). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with three offers received via the U.S. Department of Energy's Industry Interactive Procurement System. No work completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-08-C-2103).

Parsons Infrastructure &
Technology Group, Inc., Pasadena, Calif., is being awarded $59,923,547 for firm-fixed price task order #WE01 under a previously awarded multiple award Seaport-e contract for engineering and program support for Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic. The work to be performed provides for technical, project management and data management support services to the Capital Improvements Business Line Government workforce at NAVFAC Mid-Atlantic. Work will be performed in Va., (70 percent) and N.C., (30 percent), and is expected to be completed by Sept. 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, Mid-Atlantic, Norfolk, Va., is the contracting activity (N00178-05-D-4487).

DCK Pacific Guam, LLC, Barrigada, Guam, is being awarded a $15,399,603 firm fixed price contract for repair and alteration of existing facilities to administrative offices for the Joint Region Marianas Headquarters at Nimitz Hill. The work to be performed provides for the repair and alteration of existing reinforced concrete facilities to administrative offices for the Joint Region Marianas Headquarters. Work includes repair and alteration of administrative buildings and a generator building. The facilities will include administrative spaces, operations center, and conference rooms for approximately 300 personnel. The contract also contains one option, which if exercised, would increase cumulative contract value to $18,649,630. Work will be performed in Nimitz Hill, Guam, and is expected to be completed by Mar. 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, Marianas, Guam, is the contracting activity (N40192-08-C-1316).

McDonnell Douglas Corp., St. Louis, Mo., is being awarded a $14,580,005 ceiling-priced delivery order contract for spares in support of the E/A-18 G Growler aircraft. Work will be performed at St. Louis, Mo., and work is expected to be completed by Mar. 2011. The contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

McDonnell Douglas Corp., St. Louis, Mo., is being awarded a $13,000,000 ceiling priced modification to delivery order #0004 under previously awarded contract (N00383-06-D-001J) for support equipment and engineering support for the E/A-18 G Growler aircraft. Work will be performed at St. Louis, Mo., and work is expected to be completed by Apr. 2010. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

Northrop Grumman Corp., Integrated Systems Western Region, San Diego, Calif., is being awarded a $12,629,951 modification to a previously awarded cost-plus fixed fee contract (N00019-05-C-0057) for operations and maintenance support for the Global Hawk Maritime Demonstration (GHMD), including operation and sustainment, logistics support and sustaining engineering throughout the demonstration. Work will be performed in Patuxent River, Md., (90 percent) and San Diego, Calif., (10 percent), and is expected to be completed in Sept. 2009. Contract funds in the amount of $12,629,951 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

J. Kokolakis Contracting, Inc., Rocky Point, N.Y., is being awarded an $11,412,000 firm-fixed-price construction contract for renovations at U. S. Merchant Marine Academy, Kings Point. The work to be performed provides for the renovation of Murphy Hall, a three-story dormitory, and includes demolition and replacement of all interior finishes, mechanical, plumbing, electrical, intercommunication and
fire protection systems. The work will be performed in Nassau County, N.Y., and is expected to be completed by Sept. 2009. Contract funds will not 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-2103).

Goodrich ISR Systems (formally Recon/Optical Inc.) Barrington, Ill., is being awarded a $10,350,998 firm-fixed-price contract for seven CA-247 cameras to be deployed in Iraq. The existing camera system, CA-247 is currently being tested and is scheduled to transition to the
Marine Corps in Sept. 2008. The development of the CA-247 camera was to develop special optics, special housings, and special software in support of adapting their current line of barrel sensors to the sensor with appropriate imaging capabilities and an appropriately large field of view to be capable of wide area persistent surveillance. Work will be performed in Barrington, Ill., and work is expected to be completed in Sept. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was procured under an other than full and open competition. The Naval Research Laboratory, Washington D.C., is the contracting activity (N00173-08-C-2134).

JKT/PCL, A Tribal 8(A) Joint Venture*, Bellevue, Wash., is being awarded a $10,281,916 firm fixed price contract for design and construction of a new Fleet Region Readiness Center at Naval Station Everett. The work to be performed provides for construction of a new facility, renovation of administrative support spaces in building 2000, and a new parking lot. The new facility will include instructor offices, classrooms, laboratories, and support spaces. Work will be performed in Everett, Wash., and is expected to be completed by Mar. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, limited to eligible eight (a) firms located in Small Business Administration Region X, via the
Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-08-C-6008).

Databuoy, LLC*, Vienna, Va., is being awarded a $10,000,000 ceiling amount, indefinite delivery indefinite-quantity contract for a Phase III Small Business Innovative Research (SBIR) contract under Small Business
Technology Transfer Topic N06-T004 for Embedded Systems Command and Control (EC2) low-power, self-exploiting, netted sensor capability utilizing a collaborative network of sensor components. Work will be performed in Vienna, Va., and is expected to be completed in Sept. 2013. Contract funds in the amount of $4,344,970 will expire at the end of the current fiscal year. This SBIR Phase III contract was not competitively procured, pursuant to FAR 6.302-5. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-08-D-0012).

Bell-Boeing Joint Program Office, Amarillo,
Texas, is being awarded a $9,751,814 not-to-exceed modification to a previously awarded cost plus incentive fee contract (N00019-03-C-0067) to exercise an option for interim contractor support for the CV-22 operational flight at Hurlburt Field, Ft. Walton Beach, Fla., and potential deployed locations. This modification also provides for operational training support at Kirtland Air Force Base, N.M. Work will be performed at Hurlburt Air Force Base, Fort Walton Beach, Fla., (60 percent) and Kirtland Air Force Base, Albuquerque, N.M., (40 percent), and is expected to be completed in Jan. 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.

The Boeing Co., St. Louis, Miss., is being awarded an $8,571,775 modification on a previously awarded firm-fixed-price contract (N00019-08-C-0019), to exercise an option for the Phase II study and analysis to develop innovative solutions to be used in mission requirements for the Affordable Weapons System (AWS). This weapon system is being designed to fill a sea-based land attack and strike mission, to operate from ships, with potential for a sea-based
Navy and Marine Corps aircraft launch capability. Work will be performed in St. Louis, Miss., 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 Systems Command, Patuxent River, Md., is the contracting activity.

Furniture By Thurston *, Grass Valley, Calif., is being awarded a $6,353,483 firm fixed price supply contract for furnishing and installing furniture under the Whole Room Furniture Concept in nine barracks located throughout
Marine Corps Base, Camp Pendleton, Calif. Work will be performed in Camp Pendleton, Calif., and work is expected to be completed Jan 2009. Contract funds will expire at the end of the current fiscal year. The Request For Quote was sent to the contractors listed under the Fleet Industrial Supply Center, Norfolk, Va., Blanket Purchase Agreement for Barracks Furniture. USMC Regional Contracting Office Southwest, Marine Corps Installations West, Marine Corps Base, Camp Pendleton, Calif., is the contracting activity (N00189-07-A-0058) (NG-01).

Digital Sandbox Inc.,* McLean, Va., is being awarded a $5,707,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for systems architecture, model refinement, data gathering, analysis and processing validation and verification. Work will be performed in Washington, D.C., and is expected to be completed by Sept. 2009. Contractfunds in the amount of$1,400,000willexpire at the end of the current fiscal year. This contract was not competitively awarded. Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-08-D-6019).

Sauer Incorporated, Jacksonville, Fla., is being awarded $5,622,420 for firm-fixed price task order #0005 to build a new conference center at the Naval Air Station, Patuxent River. The work to be performed provides for a full service restaurant and three ballrooms each with projection systems, pull down screens, internet connectivity and video teleconference capabilities. Work will be performed at Patuxent River, and is expected to be completed by September 2009. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Public Works Department, Patuxent River, Md., is the contracting activity (N62477-04-D-0036).

Army

BAE Systems National Security Solutions, Burlington, Mass., was awarded on Sept. 16, 2008, a $7,165,136 cost plus fixed fee price contract. The objective of this work is to develop an analyst exploitation tool to rapidly search through video archives based on content. Work will be performed in Burlington, Mass., Cambridge, Mass., and Los Angeles, Calif., with an estimated completion date of Mar. 16, 2010. Bids were solicited via Broad Agency Announcement and twenty bids were received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-08-C-0134).

General Atomics Aeronautical System, San Diego, Calif., was awarded on Sept. 17, 2008, a $37,158,705 cost plus incentive fee price contract for incremental funding for systems development and demonstration (including integration of the Hellfire Missile) for the extended range multi-purpose unmanned aerial vehicle. Work will be performed in San Diego, Calif., Adelanto, Calif., Palmdale, Calif., Salt Lake City, Utah, Hunt Valley, Md., and Huntsville, Ala., with an estimated completion date of Aug. 31, 2009. One hundred and twenty bids were solicited and three bids were received. U.S.
Army Aviation and Missile Command, Arsenal Redstone, Ala., is the contracting activity (W58RGZ-05-C-0069).

Cazador, Anchorage, Ala., was awarded on Sept. 17, 2008, $11,768,865 firm fixed fee price contract. The project provides for purchase and installation of furniture in the Sustainability Centers of Excellence, Fort Lee, Va. Work will be performed in Fort Lee, Va., with an estimated completion date of Mar. 30, 2009. One bid was solicited and one bid was received. U.S.
Army Engineering District, Norfolk, Va., is the contracting activity (W91236-08-C-0063).

ECC International LLA, (ECCI), Burlingame Calif., was awarded on Sept. 17, 2008, a $7,950,041 firm fixed price contract. The project consists of the design & construction of the Counter Narcotics Police of Afghanistan Forwarding Operating Base. Work will be performed in Heart, Afghanistan, with an estimated completion date of Oct. 30, 2009. Bids were solicited via the Web and three bids were received. U.S.
Army Engineering District, Afghanistan, is the contracting activity (W917PM-07-D-0015).

American Science & Engineering, Billerica, Mass., was awarded on Sept. 16, 2008, a $22,123,830 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, with an estimated completion date of Sept. 27, 2011. One bid was solicited and one bid was received. TACOM-Rock Island, Rock Island, Ill., is the contracting activity (W52H09-08D-0393).

Whiting Turner, Baltimore, Md., was awarded on Sept. 17, 2008, $19,773,000 firm fixed fee price contract Co., Operations Facility (COF), Fort Eustis, Va., Design & Construct a standard unit operations facility. The project includes a (COF), classrooms, arms vault, nuclear, biological and chemical equipment storage. Work will be performed in Fort Lee, Va., with an estimated completion date of Aug. 1, 2011. Three bids were solicited and two bids were received. U.S.
Army Engineering District, Norfolk, Va., is the contracting activity (W91236-08-D-0069).

No comments: