Saturday, August 02, 2008

MILITARY CONTRACTS August 1, 2008

DEFENSE LOGISTICS AGENCY

Red Star Enterprises Limited, Gibraltar is being awarded a maximum $720,568,375 fixed price with economic price adjustment, sole source contract for fuel deliveries. Other location of performance is Bagram Air Base Afghanistan. Using service is
Army. This was proposal was originally Web solicited with one response. This contract is for a period of two years with a one year option. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 1, 2011. The contracting activity is Defense Energy Support Center, Fort Belvoir, Va., (SP0600-08-D-1017).

Army

BMI Defense Systems, Inc., College Station, Texas, was awarded on Jul. 31, 2008, a $6,995,365.20 firm fixed price, contract for driver protection package, ballistic blanket kit for light armored vehicles. Work will be performed in College Station, Texas, and is expected to be completed by Mar. 31, 2009. Contract funds will not expire at the end of the current fiscal year. There was one bids solicited on Jun. 10, 2008, and one bid was received. U.S.
Army TACOM Office of the Program Management for Light Armored Vehicles, Warren, Mich., is the contracting activity (W56HZV-08-C-0488).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded on Jul. 31, 2008, a $24,171,854.00 FFP/CPFF production contract, contract for production of vehicles to meet anticipatory war loss requirements. Work will be performed in Ontario, Canada, and is expected to be completed by Dec. 31, 2009. Contract funds will not expire at the end of the current fiscal year. There was one bids solicited on Mar. 17, 2008, and 1 bid was received. TACOM, LCMC, Warren, Mich., is the contracting activity (W56HZV-06-C-0255).

Inglett and Stubbs, International, Smyrna, Ga., was awarded on Jul. 31, 2008, a $34,975,000.00 firm fixed price, contract for construction of a power plant for Bagram Airfield, Afghanistan. Work will be performed in Afghanistan, and is expected to be completed by Oct. 31, 2009. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Jul. 18, 2008, and one bid was received. Corps of Engineers,
Philadelphia, Pa., is the contracting activity (W912BU-05-D-0004).

Clark/Hunt, Joint Venture,
Tampa, Fla., was awarded on Jul. 31, 2008, a $126,101,402 firm fixed price task Order, contract for construction at Brooke Army Medical Center, San Antonio, Texas. Work will be performed in San Antonio, Texas, and is expected to be completed by Jul. 15, 2011. Contract funds will not expire at the end of the current fiscal year. Two bids were received on Dec. 21, 2007. US Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-08-C-0036).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Jul. 30, 2008, a $68,950,208 firm fixed price and cost plus fixed fee, contract for guided multiple launch rocket systems. Work will be performed in Dallas, Texas; East Camden, Ark.; and
Orlando, Fl., and is expected to be completed by Nov. 30, 2010. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on May 31, 2007, and one bid was received. US Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0021).

Navistar Defense LLC, Warrenville, Ill., was awarded on Jul. 30, 2008, an $11,310,971 firm fixed price, contract for heavy equipment tractor truck tractors and spare parts. Work will be performed in Sunnyvale, Texas, and is expected to be completed by Aug. 31, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was received on April 3, 2008. TACOM, Warren, Mich., is the contracting activity (W56HZV-08-C-0435).

BAE Systems, Anniston, Ala., was awarded on Jul. 31, 2008, a $21,561,457.21 cost reimbursement, contract for long lead items for the reset of M113 vehicles. Work will be performed in Anniston, Ala., and is expected to be completed by Oct. 31, 2008. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Jun. 23, 2008, and one bid was received. TACOM, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

Parsons Infrastructure &
Technology Group, Pasadena, Calif., was awarded on Jul. 31, 2008, a $15,072,345 cost-plus award fee, modification for balance of the closure of the Newport Chemical Agent Disposal Facility. Work will be performed in Newport, Ind., and is expected to be completed by May 31, 2009. Contract funds will not expire at the end of the current fiscal year. There were 32 bids solicited on Mar. 9, 2008, and two bids were received. US Army Sustainment Command, Rock Island Arsenal, Rock Island, Ill., is the contracting activity (original contract DAAA09-99-C-0016; Modification P00166).

BAE Systems Analytical Solutions,
Huntsville, Ala., was awarded on Jul. 30, 2008, a $12,733,800 cost-plus-fixed-fee, IDQ, task order, level of effort, contract for support for the Training and Doctrine Command Deputy Chief of Staff, G-2 in strategic, operational and tactical program analysis. Work will be performed in Huntsville, Ala., and across the continental United States, and is expected to be completed by Jul. 24, 2009. Contract funds will not expire at the end of the current fiscal year. Two bids were received on Jun. 12, 2008. US Army Space & Missile Defense Command, Peterson Air Force Base, Colorado, is the contracting activity (W91260-06-D-0005).

Veterans Enterprises
Technology Services, LLC, was awarded on Jul. 31, 2008, a $19,100,000 firm fixed price, contract for designing and building dining facilities at Fort Leonard Wood, Mo. Work will be performed in Fort Leonard Wood, Mo., and is expected to be completed by Jul. 31, 2010. Contract funds will not expire at the end of the current fiscal year. There were six bids received on Nov. 4, 2007. US Army Corps of Engineers, Norfolk, VA., is the contracting activity (W91236-08-D-0055).

Navy

Navistar Defense LLC, Warrenville, Ill., is being awarded a $29,355,367 firm-fixed-priced modification to delivery order #0007 under previously awarded contract (M67854-07-D-5032) for sustainment items needed to support Category I Mine Resistant Ambush Protected (MRAP) Low Rate Initial Production (LRIP) vehicles in theater. This order will also be used to support several Engineering Change Proposals to increase the vehicles' capabilities. Work will be performed in West Point, Miss., and work is expected to be completed Apr. 2009. Contract funds will not expire by the end of the current fiscal year. This contract was competitively procured. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Navistar Defense LLC, Warrenville, Ill., is being awarded a $27,394,820 firm-fixed-priced modification to delivery order #0002 under previously awarded contract (M67854-07-D-5032) for sustainment items needed to support Category I Mine Resistant Ambush Protected Low Rate Initial Production vehicles in theater. This order will also be used to support several Engineering Change Proposals to increase the vehicles' capabilities. Work will be performed in West Point, Miss., and work is expected to be completed Apr. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Complex Solutions, Inc., Kailua, Hawaii, is being awarded an $18,091,192 time and materials, indefinite-delivery modification to previously awarded contract (N00244-07-D-0035) to exercise an option for technical and educational support services to the Naval Postgraduate School's Center for
civil military relations education and training program. Work will be performed in Kailua, Hawaii, (6 percent); Monterey, Calif., (8 percent); various locations in the United States (24 percent); and various locations outside the Continental United States (62 percent), and work is expected to be completed by Jul. 2009. Contract funds will not expire at the end of the current fiscal year. This offer was awarded competitively through Navy Electronic Commerce Online, with two offers received. The Fleet and Industrial Supply Center, San Diego, Calif., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Keyport, Wash., is being awarded a $5,965,173 modification to previously awarded contract (N00024-04-C-6101) to provide cost growth funding for the P2U NRE (Producibility 2nd Year Upgrade) completion efforts and to convert the effort to Firm-Fixed Price (FFP). This effort is a continuation of MK48 ADCAP, MK48 CBASS and MK54 torpedo programs under contracts N00024-98-C-6107, N00024-00-C-6100, N00024-00-C-6102 and N00024-03-C-6104. Work will be performed in Keyport, Wash., (50 percent) and Portsmouth, R.I., (50 percent), and is expected to be completed by Sept. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Land Systems, operating through its division General Dynamics Amphibious Systems, Woodbridge, Va., is being awarded a $766,816,525 cost-plus-incentive-fee contract for the development and manufacture of System Development and Demonstration two (SDD-2) Expeditionary Fighting Vehicle (EFV) prototypes. In addition, the contractor will modify existing EFV prototypes, procure preliminary spares and repair parts, long lead materials for the SDD-2 prototypes, and conduct systems engineering, studies and analysis, logistics support and test support. Work will be performed in Va., (55 percent), Ind., (10 percent), Mich., (9 percent), Germany, (9 percent), Ohio, (4 percent), and various other states (13 percent), and work is expected to be completed Sept. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively awarded. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-08-C-0003).

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $91,805,665 modification to a previously awarded cost-plus-fixed-fee contract (N00019-08-C-0025) for Phase II of the CV-22 aircraft Block 20 Upgrade consisting of follow-on efforts to the CV-22 Block 20 Phase I, effort including the design, development, integration, and testing of the CV-22 Block 20 improvements and enhancements. The modification includes performance upgrades to enhance the CV-22 aircraft, such as Terrain Following (below 50 knots), Terrain Following Logic Improvements, Communication Co-Site Interference, Advanced Mission
Computer (AMC) Thru-put, flight test engineering support, and logistics and supply support. Work will be performed in Hulbert Field, Fla., (70 percent); Ridley Park, Pa., (15 percent); and Amarillo, Texas, (15 percent), and is expected to be completed in Sept. 2012. 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.

Bell Helicopter Textron, Inc.,
Fort Worth, Texas, is being awarded a $12,639,173 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0086) for H-1 Upgrade logistics products and services. This modification includes logistic management support, technical material for maintenance planning, design interface, supply /material support, support of support equipment, technical data, distribution and inventory management/packaging, handling, storage & transportation, configuration management, supportability analysis, aircraft acceptance discrepancies, and contractor logistics support/technical liaison. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 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.

Raytheon Co.,
Tucson, Ariz., is being awarded a $9,979,205 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0569) for the procurement of 22 each Tomahawk Block IV Mid-body Range Safety System (M-RSS) kits and Flight Test Kits (FTKs) for the U.S. Navy, (20) and the United Kingdom, (2). In addition, this modification provides for one set of RSS components for the U.S. Navy. Work will be performed in Tucson, Ariz. (25 percent); San Diego, Calif., (14.5 percent); Bristol, Pa., (10.7 percent); Westminster, Colo., (10 percent); Largo, Fla. (5.8 percent); Middletown, Conn., (5.3 percent); Lancaster, Pa., (1.8 percent); Los Angeles, Calif., (1.1 percent); and various locations within the United States (25.8 percent), and is expected to be completed in Jun. 2010. Contract funds in the amount of $6,773,166 will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy, ($9,090,171; 91 percent) and the United Kingdom, ($889,034; 9 percent) under the Foreign military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

SFA Inc, Crofton, Md., is being awarded a $9,910,834 cost-plus-fixed-fee contract for the research, development and applications-oriented activities in the generation of sensing systems, integrated optics and communication systems. The contract is for "Optical Techniques, Devices, and Measurements." This contract contains options, which if exercised, will bring the total contract value to $52,879,393. Work will be performed in Washington, D.C., and work is expected to be completed Jul. 2009 (Jul. 2013 with options exercised). Contract funds in the amount of $1,475,232 will expire at end of current fiscal year. This contract was competitively procured under a Request for Proposal No N000173-08-R-JR03, with one offer received. Naval Research Laboratory, Washington, D.C., is the contracting activity (N000173-08-R-JR03).

WareOnEarth Communications, Inc.*, North Charleston, S.C., is being awarded a $9,452,343 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract (with provisions for firm-fixed price orders) to provide technical services supporting U.S. tactical and strategic operations with emphasis on Information Assurance (IA) and automated sensor systems for
military health systems and require expertise in the full range of the IA disciplines, architecture development, requirements management, vulnerability management, electronic key management, IA and sensor security logistic and life cycle management, certification and accreditation, risk management, security awareness, training and education and security engineering. This contract includes options, which, if exercised, will bring the total cumulative value of the contract to the estimated amount of $48,815,599. Work will be performed in Charleston, S.C., and is expected to be completed by Jul. 2009 (July 2013 with options exercised). Contract funds will not expire at the end of the fiscal year. This contract was competitively procured and nine offers were received via the Space and Naval Warfare Systems Center E-commerce website. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-08-D-6809).

Seyer Industries, Inc.*, St. Peters, Mo., is being awarded a $7,051,226 firm-fixed-price contract for the manufacture of various pieces of Peculiar Support Equipment for the U.S.
Marine Corps, (332 pieces) and the U.S. Air Force, (218 pieces), to support the V-22 Aircraft at the Organizational and Intermediate (I&O) levels of maintenance. Work will be performed in St. Peters, Mo., and is expected to be completed in Jun. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured by electronic request for proposals, with two firms solicited and one offer received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-C-0346).

Gyrocam Systems, LLC, Sarasota, Fla., is being awarded a $6,665,204 firm-fixed-priced delivery order #0002 under a previously awarded contract (M67854-07-D-5075) for the purchase of sustainment services, parts, training, and the replacement of six camera systems due to battle loss. Work will be performed in Sarasota, Fla., and is expected to be completed by Aug. 2009. Contract funds in the amount of $6,665,204 will expire by the end of the current fiscal year. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Bell Helicopter Textron, Inc.,
Fort Worth, Texas, is being awarded a $6,515,699 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0086) for non-recurring engineering necessary to build, install and test of the combining Gearbox Test Stand in support of the H-1 Upgrades Aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in Jun. 2011. 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.

Z Corp,* Norfolk, Va., is being awarded a $5,695,000 firm-fixed-price contract for design and construction of MP (
military Police) Co., Operations Complex, Marine Corps Base, Camp Lejeune, N.C. The work to be performed includes the design and construction of multi-story and single-story operations facilities for the MP Co., 2D Marine Logistics Group. Construction will include administrative space, storage space, drive-through equipment maintenance bays, communications/electronic equipment repair; secure weapons armory, dedicated NMCI telecommunication rooms, showers and locker areas and all incidental related work. Work will be performed in Jacksonville, N.C., and is expected to be completed by August 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured among the four contractors on the eight (a) Multiple Award Contract with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N62470-05-D-6832).

General Dynamics Land Systems, Sterling Heights, Mich., is being awarded a $5,500,493 cost-plus-fixed-fee contract for research and development for applications of Intelligent Machining (IM) of Advanced Defense Materials at the Joint Systems Manufacturing Center (JSMC) Lima, Ohio. Work will be performed in Lima, Ohio, and is expected to be completed by Jul. 2010. Contract funds in the amount of $2,914,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity for contract (M67854-08-C-0009).

Air Force

BAE Systems Advanced Information Technologies of Burlington, Mass., is being awarded a cost plus fixed fee contract for $21,490,727. This effort will develop, demonstrate and deliver a single platform and multiple platform software system that enables long term maritime and ground target tracking. The effort will involve development in
Technology areas including advance radar sensor networking and communication. The performance of the single platform and multiple platform configurations will be evaluated and demonstrated in a laboratory simulation environment utilizing real and simulated data. The software system will also be used and evaluated during a series of flight tests and demonstrations. At this time $7,688,926 has been obligated. Air Force Research Laboratory/RIKF, Rome, N.Y., is the contracting activity (FA8750-08-C-0217).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded cost plus fixed free contract for $11,494,519. This action will provide technical and analytical support to the Program Executive Office Combat Support and the Tank and Automotive Research and Development Team. At this time $135,266 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, DO 0264).

Entereza Network Solution, Inc., of Albuquerque, N.M., is being awarded a firm fixed, cost reimbursement contract for a maximum of $6 million. The overall objective of the work effort under this training services contract as defined in Performance Work State of Word dated Mar. 4, 2008, is to effectively and efficiently meet the
Air Force Operational Test and Evaluation Center (AFOTEC) mission. AFOTEC is responsible for planning, executing, and reporting independent Operational Test and Evaluations (OT&E). AFOTEC supports Air Force (AF), Department of Defense (DoD), and other government agencies by evaluating operational capabilities and limitations to meet warfighter mission needs. The mission of AFOTEC is to assess the capability of new systems and provide operational effectiveness, operational suitability, and operational impact expertise from concept through system employment in the battlespace environment, AFOTEC's Test and Evaluation University (T&EU) was formed to provide in-house course development, updates, and instruction to support the technical training needs of the OT&E workforce. The contractor will provide subject matter experts (SME) to instruct, develop courses, and maintain/update course materials using Instructional Systems Development (ISD) methodology. In addition to performing instructional duties, the contractor will up existing courses as required, as well as develop, instruct, and update emerging courses and associated courseware. Instructional staff may, within the discretion of the Government, include augmentation from Government SMEs. At this time $284,529 has been obligated. Headquarters, Air Force Operational Test and Evaluation Center, HQ AFOTEC/A7K, Contracting Division, Kirtland AFB, N.M., is the contracting activity (FA7046-08-D-0002).

Science Applications International Corporation (SAIC), of
San Diego, Calif., is being awarded a cost plus fixed fee contract for $5,913,886. The action will provide for Air Force Research laboratory/RYZT requires the use of R&D support contract to accomplish specialized research, analysis, test, and development for combat identification work. At this time $1.5 million has been obligated. AFRL/PKSR, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-08-C-1373).