Wednesday, April 22, 2009

MILITARY CONTRACTS April 21, 2009

DEFENSE LOGISTICS AGENCY
Hess Corp., Woodbridge, Va., is being awarded a maximum $610,118,406 fixed price with economic price adjustment contract for electrical services. Other locations of performance are in Maryland, and New Jersey. Using services are Army, Navy, Air Force and Federal Civilian Agencies. There were originally 195 proposals solicited with 11 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is June 30, 2014. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-8016).

Bmsco Inc., Salt Lake City, Utah*, is being awarded a maximum $23,620,091 fixed price with economic price adjustment, total set aside contract for landing gear equipment. There are no other locations of performance. Using service is Army. There were originally three proposals solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is April 30, 2014. The contracting activity is the Defense Logistics Agency (DSCR-ZDA), Redstone Arsenal, Ala., (SPRRA1-09-D-0014).

L-3 Communications Corp., San Carlos, Calif., is being awarded a maximum $11,475,000 firm fixed price, sole source contract for BD4 output traveling wave tubes. There are no other locations of performance. Using service is Navy. This is an undefinitized contractual action. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 31, 2011. The contracting activity is the Defense Logistics Agency (DSCR-ZC), Philadelphia, Pa., (N00383-07-G-075B-THA1).

NAVY

Dimensions Construction, Inc.*, San Diego, Calif., Halbert Construction Co., Inc.*, El Cajon, Calif., Hal Hays Construction, Inc.*, Riverside, Calif., I.E. Pacific, Inc.*, San Diego, Calif., K.O.O. Construction, Inc.*, West Sacramento, Calif., Peter Vander Werff Construction*, El Cajon, Calif., and Souza Construction, Inc.*, Farmersville, Calif., are each being awarded a firm fixed price, indefinite delivery, indefinite quantity multiple award construction contract HUBZone and Service Disabled Veteran Owned Small Business set-aside for new construction and renovation of general building construction at various locations within the NAVFAC Southwest area of responsibility including but not limited to southern Calif., (83 percent), Ariz., (16 percent), and New Mexico, (1 percent). The total contract amount for all seven contracts is not to exceed $750,000,000 for all contracts combined. The terms of the contracts are not to exceed 60 months, with an expected completion date of April 2014. Contract funds will not expire at the end of the current fiscal year.

Dimensions Construction, Inc. is being awarded task order #0001 in the amount of $6,124,000 for the design and construction of a mail handling facility at the Marine Corps Base Camp Pendleton, Oceanside, Calif. Work for this task order is expected to be completed by September 2010. The task order includes one unexercised option which, if exercised, would increase the cumulative value of the task order to $6,194,000. Contract funds for task order #0001 will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 28 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (contract numbers N62473-09-D-1614/1615/1616/1617/1618/1619/1620.

Walton Construction Co. LLC, Harahan La., is being awarded an $18,807,667 modification under a previously awarded design-build firm fixed price contract (N69450-08-C-1759) to exercise option 2 which provides for the design and construction of a barracks, Recruit Drill Grinder and a Physical Training Circuit at the Marine Corps Recruit Depot Parris Island, S.C. The work to be performed under this option is for the design and build of one barracks, Recruit Drill Grinder and a Physical Training Circuit. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to be performed. After exercise of this option, the total cumulative contract amount will be $78,410,407. Work will be performed at Beaufort, S.C., and is expected to be completed by April 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

RiskAware LTD,* Bristol, United Kingdom, is being awarded a $6,214,104 indefinite delivery, indefinite quantity, time and materials contract for research and development services to develop techniques for performance improvements and science and technology integration risk reduction for the Joint Effects Modeling Program. Work will be performed in the United Kingdom, and is expected to be completed by April 2012. Initial contract funds will be obligated in the amount of $299,743 and will expire at the end of the current fiscal year. This contract was competitively solicited and one offer was received via the Commerce Business Daily's Federal Business Opportunities website, and the SPAWAR e-Commerce Central website. The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-09-D-0023).

ARMY
James G. Davis Construction Corp., Rockville, Md., was awarded on Apr. 20, 2009 a $75,000,000 firm fixed price contract for the Command Control/ Communication Network Transport (C2/CNT) Facility East, APG, Md. Work is to be performed in Aberdeen Proving Ground, Md., with an estimated completion date of Dec. 31, 2010. Two-Hundred and six (206) bids were solicited and ten bids received. U.S. Army Corps of Engineers District, Philadelphia, Pa., is the contracting activity (W912BU-09-C-0018).

Resonant Microsystems, Inc Eau Claire, Wis. was awarded on Apr. 20, 2009 a $7,477,863 cost plus fixed fee contract. With this contract the government requires engineering and technical services to integrate all components of standard military fuses into a single electronic chip, to provide an order of magnitude or better reduction in size and cost. Work is to be performed in Eau Claire, Wis. with an estimated completion date of Apr. 19, 2010. Bids were solicited on the World Wide Web and five bids received. TACOM Picatinny, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-09-C-0080).

L-3 Communications Corp EOS Division, Garland, Texas was awarded on Apr. 20, 2009 a $6,657,200 firm-fixed-price contract for 2200 each 22MM Gen II Image Intensifier Tube AN/PVS-4 NVS 700, P/N 510-3882-300 Foreign Military Sales, sole source directed by Egypt for L-3 Communications, EOS Division, Garland, Texas. Work is to be performed in Garland, Texas with an estimated completion date of Jan. 31, 2011. One sole source bid solicited and one bid received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-09-P-D018).

Alliant Ammunition and Powder Co., LLC Radford, Va., was awarded on Apr. 17, 2009 a $20,284,957 firm fixed price contract for NSN: 1376-00-628-3333 Item: TRINITROTOLUENE (TNT), Type I, Flake Quantity: 4,717,432. Work is to be performed in Redford, Va., with an estimated completion date of Sept. 30, 2012. Bids were solicited on the World Wide Web and three bids received. Army Contracting Command, Rock Island Contracting Center, CCRC-AR, Rock Island, Ill is the contracting activity (W52P1J-09-D-0017).

AIR FORCE
The Air Force is awarding a fixed price incentive firm contract to Northrop Grumman Systems Corp., of San Diego, Calif., for $21,600,000. This contract will provide advance procurement of LRIP Lot nine selected long lead items required to meet the production schedule of two Global Hawk Block 30 and three Global Hawk Block 40 Air Vehicles as well as the selected long lead items for the ASIP sensors. At this time, $21,600,000 has been obligated. 303 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8620-09-C-4001).

No comments: