Monday, June 01, 2009

MILITARY CONTRACTS June 1, 2009

NAVY
Lockheed Martin Integrated Systems, Inc., Bethesda, Md., (N00189-09-D-Z042); General Dynamics Advanced Information Systems, Suffolk, Va., (N00189-09-D-Z043) and N00189-09-D-Z045); Science Applications International Corp., Suffolk, Va., (N00189-09-D-Z044); and Northrop Grumman Space and Mission Systems Corp., Virginia Beach, Va., (N00189-09-D-Z046), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract to provide core mission and business sustainment support services to the U.S. Joint Forces Command's Joint Concept Development and Experimentation Directorate. For Lockheed Martin Integrated Systems, the base amount is $25,630,821, and the estimated value if all options are exercised is $135,330,781. For General Dynamics Advanced Information Systems, the base year amount is $23,294,517 and the value if all options are exercised is $122,799,339. For General Dynamics Advanced Information Systems, the base year amount is $42,722,271 and the value if all options are exercised i! s $224,7 09,611. For Science Applications International Corp., the base amount is $54,081,703, and the estimated value if all options are exercised is $283,968,495. For Northrop Grumman Space and Mission Systems Corp., the base amount is $50,147,494, and the estimated value if all options are exercised is $262,821,754. Work will be performed in Suffolk, Va., and work is expected to be complete July 2010. Contract funds will not expire at the end of the fiscal year. This requirement was awarded competitively through Navy Electronic Commerce Online, with six offers received. The Fleet and Industrial Supply Center Norfolk, Contracting Department, Philadelphia Division, is the contracting activity.

Lockheed Martin Services, Inc., Greenville, S.C., is being awarded a $138,299,754 ceiling-priced modification to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity multiple award contract (N00019-05-D-0013) to exercise an option for the P-3C Sustainment, Modification and Installation Program. Work will be performed in Greenville, S.C., and is expected to be completed in June 2010. 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.

Navistar Defense LLC, Warrenville, Ill., is being awarded a $44,679,769 firm-fixed-priced modification to a previously awarded contract (M67854-07-D-5032), delivery order #0004, for the renewal of OCONUS Field Service Representatives in support of OIF and OEF sustainment in Theater. Work will be performed in Iraq and Afghanistan, and the final deliveries associated with this delivery order are expected to be completed by Sept. 30, 2010. Contract funds will not expire by the end of the current fiscal year. The Basic contract was competitively awarded and the new requirements were sole source additions to the contract. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY
Raytheon Co., McKinney, Texas, is being awarded a maximum $13,903,050 firm fixed price contract for improved Bradley acquisition subsystem procurement. Using service is Army. Contract funds will not expire at the end of the current fiscal year. There was originally two proposal solicited with two responses. The date of performance completion is Jan. 31, 2012. The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPRRA2-09-C-0008).

U.S. SPECIAL OPERATIONS COMMAND
Aerovironment Inc. of Monrovia, Calif., is being awarded a $7,000,000 modification to an existing Indefinite Delivery Indefinite Quantity contract increasing the contract maximum to $10,000,000 for updated DDL compliant Raven B Small Unmanned Aerial Vehicle spares and retrofit kits 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 expected to be completed by Aug. 6, 2011. This contract modification was awarded under Exception to Full and Open Competition as implemented by FAR 6.302-1(a)(2). The contract modification number is Modification P00001 to H92222-08-D-0001.

No comments: