Wednesday, February 18, 2009

MILITARY CONTRACTS February 18, 2009

NAVY

Oshkosh Corp., Oshkosh, Wis., is being awarded a $23,330,730 fixed price delivery order #0039 under previously awarded indefinite delivery, indefinite quantity contract (M67854-06-D-5028) for the purchase of 60 Logistic Vehicle System Replacement (LVSR) production cargo vehicles, and 30 production weapons mount kits. Work will be performed in Oshkosh, Wis., and work is expected to be completed by Mar. 31, 2010. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

The Lockheed Martin Space Systems Co., Space and Strategic Missiles, Cambridge, Mass., is being awarded a $20,517,264 modification (P00002) under previously awarded contract (N00030-08-C-0100) for the Alternate Release Assembly. This modification increases the total contract value to $760,800,560. Work will be performed in Sunnyvale, Calif., (87.85 percent); Cocoa Beach, Fla., (7.30 percent); St. Mary's, Ga., (2.51 percent); Bremerton, Wash., (2.09 percent); other locations (.25 percent), and work is expected to be completed Aug. 30, 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting agency.

Baldi Bros., Inc.*, Beaumont, Calif., is being awarded a $12,269,942 modification under a previously awarded firm fixed price contract (N62473-08-C-2206) to exercise Options 0002 and 0003 which provides for repairs to Runway 21L-03R and Assault Landing Zone Lighting at Travis Air Force Base. The work to be performed provides for repairs to runway 21L-03R including the construction of an assault landing zone lighting pattern on runway 21L-03R and the construction of a new C-17 Southwest Landing Zone Runway. The total contract amount after exercise of these two options will be $56,558,155. Work will be performed in Fairfield, Calif., and is expected to be completed by Mar. 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Sierra Nevada Corp., Sparks, Nev., is being awarded an $8,555,300 modification to a previously awarded firm fixed price, indefinite delivery, indefinite quantity contract (N00421-08-D-0032) to exercise an option for the procurement of 100 AN/APN-245 Radio Beacon Sets in support of the AN/SPN—46 Automatic Carrier Landing System capability and the F/A-18-E/F/G series aircraft. Work will be performed in Sparks, Nev., and is expected to be completed in Feb. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

ARMY

General Atomics Technologies Corp., San Diego, Calif., was awarded on Feb. 13, 2009, a $30,156,316 cost plus fixed fee contract for 25 months of operation and sustainment support of the Highlighter change detection system in Operation Iraqi Freedom locations. Work is to be performed in Iraq, (97 percent), at San Diego, Calif., (2 percent), and at Arlington, Va., (1 percent), with an estimated completion date of Feb. 28, 2011. Bids were solicited by sole source and one bid was received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-09-D-T202).

CB&I CONSTRUCTION CO., Alpharetta, Ga., was awarded on Feb. 13, 2009, a $27,778,000 firm fixed price contract to design/build for repair Turbine Engine Dry Air Capability (TEDAC) – Phase I, Arnold Air Force Base, Tenn., (Coffee County). The work shall consist of the following: Design and construction of Desiccant Drying System including Desiccant Dryers, foundations, duct supports, hot bypass line, cooler bypass lines, spools and isolation spools, values and expansion joints. Work is to be performed at Arnold Air Force Base, Tenn., with an estimated completion date of Dec. 23, 2011. Bids were solicited on FedBizOpps with one bid received. U.S. Army Corps of Engineers Mobile District, Mobile, Ala., is the contracting activity (W91278-09-C-0018).

WATTERSON/DAVIS JV, Anchorage, Alaska, was awarded on Feb. 13, 2009, a $20,074,250 firm fixed price construction contract for a project that includes design and construction of an Operations Facility at Fort Wainwright, Ala., with an estimated completion date of Jul. 28, 2010. Bids were solicited on the Web with three bids received. U.S. Army Corps of Engineers District Ala., Elmendorf Air Force Base, Ala., is the contracting activity (W911KB-07-C-0013).

TEXTRON MARINE & LAND SYSTEMS, DIVISION OF TEXTRON INC., New Orleans, La., was awarded on Feb. 17, 2009, a $10,936,905 firm fixed price contract in which the U.S. Army Tank and Automotive Command (TACOM) Contracting Center is exercising the option to purchase 10 each Armored Security Vehicles (ASV) from Textron Marine and Land Systems. Work is to be performed at New Orleans, La., with an estimated completion date of Jun. 30, 2009. One bid was solicited and one bid received. U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-05-C-0470).

DEFENSE LOGISTICS AGENCY

Seagoing Uniforms, Marshville, N.C.*, is being awarded a maximum $7,528,666 firm fixed price, total set aside contract for Navy utility uniform items. Other locations of performance are in Prospect Hill, N.C. and Pelham, Ga. Using service is Navy. The proposal was originally Web solicited with two responses. Contract funds will expire at the end of the current fiscal year. This contract is exercising fourth option year. The date of performance completion is Feb. 21, 2010. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SP0100-04-D-0457).

No comments: