No. 043-10 January 20, 2010
AIR FORCE
Lockheed Martin Corp., of Orlando, Fla., was awarded a $245,000,000 contract, which will provide for lot 8 production contract for approximately 160 missiles comprised of both baseline and extended range missiles to support the Air Force and Foreign Military Sales customers. 308 ARSG/PK is the contracting activity (FA8682-10-C-0016).
The Boeing Co., was awarded a $6, 449,135 contract which will incorporate AN/AAR-47AV(2) (Missile Warning System) changes to the C-130 Avionic Modernization Program. At this time the entire amount has been obligated. 656 AESS, Wright-Patterson Air Force Base, Ohio is the contracting activity (F33657-01-C-0047, P00173).
NAVY
Milkor USA, Inc., Tucson, Ariz., is being awarded a $42,200,000 indefinite-delivery-indefinite-quantity contract for the production, delivery, and associated support of the Marine Corps’ Multi-Shot Grenade Launcher (MSGL). The MSGL is a lightweight, shoulder fired grenade launcher capable of being carried and employed by one operator over rough terrain or in urban environments. It was specifically designed to meet the requirement for an area fire weapon with a high rate of fire and a maximum range of 400m. It can also be employed with greater accuracy at ranges up to 150m. All elements of the system are suitable for transportation by land, sea, and air. The weapons system is not a replacement for the 1960s era M203 grenade launcher. Rather, the MSGL will be an additive capability to the receiving units. Work will be performed in Tucson, Ariz., and work is expected to be completed Jan. 19, 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, with three offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-10-D-1038).
Optics 1 Inc., Manchester, N.H., is being awarded a $37,836,616 firm-fixed-price, indefinite-delivery/indefinite/quantity contract for a minimum of 10 each, maximum of 6600 each, Clip on Thermal Imager (COTI) systems, non-warranty repairs, spares and associated data. The COTI clips onto the AN/PVS-15A (night vision goggle) to give our special operation forces an optically fused device providing a thermal image into either the right or left side of the PVS-15A goggle. Work will be performed in Manchester, N.H., and is expected to be completed by January 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via federal business opportunities, with two offers received. The Naval Surface Warfare Center, Crane Ind., is the contracting activity (N00164-10-D-JQ48).
Forward Slope Inc., San Diego, Calif., is being awarded an $18,018,847 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for command and control (C2) technologies, capabilities, and C2-related capabilities in the areas of research, systems engineering, architecture, design, development, integration, test, experimentation, and implementation. Work will support C2 Net-Centric Operations, information management and decision support operations dealing with Joint, Navy, Marine Corps, Army, Air Force efforts and their interfacing with civil and non-Government components and capabilities. This contract is one of three contracts awarded: all awardees will compete for task orders during the ordering period. This five-year contract does not include any options. Work will be performed at government and contractor sites in the San Diego area, and work is expected to be Jan. 19, 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the SPAWAR e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Center Pacific (SSC Pacific) is the contracting activity (N66001-10-D-0014).
G2 Software Systems Inc., San Diego, Calif., is being awarded a $16,551,496 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for command and control (C2) technologies, capabilities, and C2-related capabilities in the areas of research, systems engineering, architecture, design, development, integration, test, experimentation, and implementation. Work will support C2 Net-Centric Operations, information management and decision support operations dealing with Joint, Navy, Marine Corps, Army, Air Force efforts and their interfacing with civil and non-Government components and capabilities. This contract is one of three contracts awarded: all awardees will compete for task orders during the ordering period. This five-year contract does not include any options. Work will be performed at government and contractor sites in the San Diego area. The period of performance of the contract is from Jan. 20, 2010 through Jan. 19, 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the SPAWAR e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Center Pacific (SSC Pacific) is the contracting activity (N66001-10-D-0015).
Techflow Inc., San Diego, Calif., is being awarded a $16,366,410 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for command and control (C2) technologies, capabilities, and C2-related capabilities in the areas of research, systems engineering, architecture, design, development, integration, test, experimentation, and implementation. Work will support C2 Net-Centric Operations, information management and decision support operations dealing with Joint, Navy, Marine Corps, Army, Air Force efforts and their interfacing with civil and non-Government components and capabilities. This contract is one of three contracts awarded: all awardees will compete for task orders during the ordering period. This five-year contract does not include any options. Work will be performed at government and contractor sites in the San Diego area. The period of performance of the contract is from Jan. 20, 2010 through Jan. 19, 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the SPAWAR e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Center Pacific (SSC Pacific) is the contracting activity (N66001-10-D-0016).
Db Control*, Fremont, Calif., is being awarded a $13,184,508 firm-fixed-fee, indefinite-delivery-indefinite-quantity contract for the procurement of up to 300 500 watt and 2 watt amplifiers, including one lot of engineering, technical and repair support services. The amplifiers are integrated with other countermeasures modules to complete required system configurations for airborne threats. The amplifiers are installed in systems that are used to evaluate U.S. weapons systems and train fleet operators. These systems are used throughout a weapons systems life cycle, from rack units to use in laboratories and hardware in the loop facilities during development, to airborne pods for use on manned aircraft, or ground based applications, and for testing and fleet training. Work will be performed in Fremont, Calif., and is expected to be completed in January 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set aside; two offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-10-D-0010).
Juno Technologies,* Rancho Santa Fe, Calif., is being awarded a $10,048,864 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N65236-09-D-5822) for Integrated Shipboard Network Systems and Combined Enterprise Regional Information Exchange System support services. The contract includes four one-year options which, if exercised, would bring the cumulative value of the contract to $30,245,402. Work will be performed in Rancho Santa Fe, Calif., and is expected to be completed by March 2010. If all options are exercised, work could continue until March 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively awarded. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Merkel & Associates, Inc.*, San Diego, Calif., is being awarded a maximum $10,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity services contract for marine habitat services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for eelgrass surveying, mapping, transplanting, and monitoring; aerial photography; general in-water survey and mapping; and exotic marine vegetation and alga surveys for NAVFAC Southwest and its customer commands. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, Calif. (85 percent), Hawaii (5 percent), Wash. (5 percent), Alaska (2 percent), Guam, (2 percent), and Ore. (1 percent). The contract is expected to be completed by January 2015. 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 two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-D-0805).
DEFENSE LOGISTICS AGENCY
Union Distributing Co., of Tucson, Phoenix, Ariz.*, is being awarded a minimum $11,145,763 fixed price with economic price adjustment contract regular unleaded gasohol. Other locations of performance are throughout Arizona. Using services are Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies. The original proposal was Web solicited with 48 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is September 30, 2012. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-10-D-4521).
Patten Energy, Phoenix, Ariz.**, is being awarded a minimum $5,463,128 fixed price with economic price adjustment, total set aside contract for regular unleaded gasoline and ultra low sulfur diesel fuel. Other locations of performance are throughout California. Using services are Federal civilian agencies. The original proposal was Web solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Aug. 31, 2012. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-10-D-4518).
*Small Business
**Small Disadvantaged Business
No. 052-10 January 21, 2010
MISSILE DEFENSE AGENCY
The Missile Defense Agency is pleased to announce the award of advisory and assistance services contracts to three small business concerns: a.i. solutions, Inc., Launch Services Division, Lanham, Md. (HQ0147-10-D-0027); A-P-T Research, Inc., Huntsville, Ala. (HQ0147-10-D-0028); and Bastion Technologies, Houston, Texas (HQ0147-10-D-0029), are each being awarded an indefinite-delivery/indefinite-quantity contract to provide advisory and assistance services to the Quality, Safety and Mission Assurance Directorate, Missile Defense Agency. The contractors will assist the Quality, Safety and Mission Assurance Directorate in assessing the engineering, technology, production and programmatic practices/processes used to develop and operate the Ballistic Missile Defense System. These contracts are being competitively awarded under the small business set aside request for proposal HQ0147-09-R-0001. This procurement is managed by the Missile Defense Agency engineering and support services program office. This program office is responsible for centrally managing the acquisition of advisory and assistance services for the agency. Each contract has a not to exceed ordering ceiling of $209,600,000. The companies will have the opportunity to bid on each individual task order. Work under these contracts will be performed in Huntsville, Ala., and other Missile Defense Agency locations. The performance period is through December 2014. Obligations will be made by task orders using research, development, test and evaluation funds.
NAVY
General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $118,161,229 modification to previously awarded contract (N00024-09-C-2100) to exercise options for continued engineering, technical services, concept studies and design of a common missile compartment for the United Kingdom Successor SSBN and the Ohio Replacement SSBN. This contract action exercises an existing option that provides for continuation of common missile compartment design, common missile compartment concept studies, ship concept studies, engineering, and technical services, and whole ship integration engineering and concept studies to determine key ship attributes that impact common missile compartment design. Additionally, this contract action will support completion of studies and design work including completion of a preliminary design review, a missile tube critical design review, and a missile module critical design review. Work will be performed in Groton, Conn. (89 percent); Newport News, Va. (7 percent); Quonset, R.I. (3 percent); and Newport, R.I. (1 percent), and is expected to be completed by December 2010. 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.
Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $7,035,212 modification to a previously awarded indefinite-delivery requirements contract (N00019-06-D-0017) to provide aircraft maintenance and logistics support for the T-34C, as well as manage the aircraft’s service life extension and service life maintenance management programs. Additionally, the contractor will provide all required support to enter T-6 aircraft flight data into the Training Information Management System and Organizational Optimized Maintenance Activity software systems. Work will be performed at the Naval Air Station (NAS) Corpus Christi, Texas (50 percent), and NAS Whiting Field, Fla. (50 percent), and is expected to be completed in September 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.
Intelagard, Inc., Broomfield, Colo., is being awarded a $7,000,600 firm-fixed-priced contract to procure man-portable backpacks which will be used for fire suppression and extraction from wheeled vehicles. Work will be performed in Broomfield, Colo., and is expected to be completed April 8, 2010. Contract funds will not expire at the end of the current fiscal year. This contract award was a sole-source procurement. Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-10-C-5047).
AIR FORCE
CymSTAR LLC, Broken Arrow, Okla., was awarded a $6,101,030 contract which will provide boom operator weapons system trainers for Air Mobility Command, KC-135 aircrew training systems. At this time, the entire amount has been obligated. 558 ACSG/PK, Hill Air Force Base, Utah, is the contracting activity (FA8223-10-C-0002).
DEFENSE LOGISTICS AGENCY
Sopakco, Inc., Mullins, S.C.*, is being awarded a maximum $14,333,760 firm-fixed-price, indefinite-quantity contract for first strike ration. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally 38 proposals solicited with three responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Aug. 31, 2010. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM3S1-08-D-Z101).
Carter Enterprises, LLC, Brooklyn, N.Y.*, is being awarded a maximum $9,180,000 firm-fixed-price, total set-aside contract for mechanic’s coveralls. There are no other locations of performance. Using services are Army, Navy and Air Force. There were originally four proposals solicited with four responses. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Oct. 5, 2010. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-10-C-0009).
*Small business
No. 057-10 January 22, 2010
AIR FORCE
Boeing Co., Seattle, Wash., was awarded a $323,945,933 contract which will provide the French airborne warning and control system mid-life upgrade. At this time, the entire amount has been obligated. 551 IA/PKA, Hanscom Air Force Base, Mass., is the contracting activity (F19628-01-D-0016/DO 0067).
Vinnell Brown and Root, LLC, Herndon, Va., was awarded a $37,535,776 contract which will provide consolidated base operations and maintenance contract for base facilities located in Turkey and Spain. At this time, the entire amount has been obligated. 700 CONS, APO, AE, is the contracting activity (FA5613-10-C-5400).
Raytheon Co., McKinney, Texas, was awarded a $27,537,127 contract which will provide 17 Multi-Spectral Targeting Systems Model B production units. At this time, $4,444,490 has been obligated. 703’d ASG, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-06-G-4041).
Lockheed Martin Corp., Marietta, Ga., was awarded a $16,712,105 contract which will provide full complete funding of the non-recurring effort for delivery of an engineering change proposal for the replacement of the C-130J Star VII mission computer. At this time, the entire amount has been obligated. 657 AESS, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456).
NAVY
Wright’s Engineering and Design, Portsmouth, Va.* (N50054-10-D-1007); LPI Technical Services, Chesapeake, Va.* (N50054-10-D-1008); and Virtual Technology Services, LLC, Midwest City, Okla.* (N50054-10-D-1009), are each being awarded a combined maximum value $24,330,000 time-and-material, indefinite-delivery/indefinite-quantity multiple award contract to furnish the necessary firewatch in support of work performed by Norfolk Naval Shipyard on-board various Navy vessels. Work will be performed in Norfolk, Va., and is expected to be completed by January 2011. Contract funds in the amount of $153,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site with six offers received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Norfolk Ship Support Activity, formerly the Mid-Atlantic Regional Maintenance Center, Portsmouth, Va., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a maximum $15,899,702 firm-fixed-price, sole-source, undefinitized contract for audio management computer and inertial navigation units. There are no other locations of performance. Using service is Navy. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 2013. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-002Y-5003).
Agland, Inc., Lucerne, Colo.*, is being awarded a minimum $14,726,369 fixed-price with economic price adjustment contract for fuels. Other locations of performance are New Mexico, Oklahoma and Colorado. Using services are Army, Air Force and federal civilian agencies. There were originally 48 proposals solicited with 25 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is June 30, 2012. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-09-D-4526).
Grove U.S., LLC, Shady Grove, Pa., is being awarded a maximum $6,355,346 fixed-price with economic price adjustment contract for material handling cranes. There are no other locations of performance. Using service is Army. There were originally seven proposals solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Sept. 30, 2010. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM500-01-D-0101-0052).
*Small business
No. 065-10 January 25, 2010
AIR FORCE
Aerospace Testing Alliance, Tullahoma, Tenn., was awarded an $86,697,018 contract which will provide for the operation, maintenance, information management and support of the Arnold Engineering Development Center for fiscal year 2010. At this time, no money has been obligated. AEDC/PK, Arnold Air Force Base, Tenn., is the contracting activity (F40600-03-C-0001,P00192).
NAVY
Patriot Contract Services, LLC, Walnut Creek, Calif., is being awarded a $13,665,935 firm-fixed-price contract for the operation and maintenance of four government-owned large, medium-speed roll-on/roll-off ships, also called LMSRs. Two of the ships are Gordon-class, $6,823,958 for one year, and two of the ships are Shughart-class, $6,841,977 for one year. This contract includes options which, if exercised, would bring the cumulative value of this contract to $111,130,732; $55,519,108 for the Gordon-class and $55,611,624 for the Shughart-class. The contract includes four one-year option periods and five six-month award term periods. Work will be performed at East Coast, Gulf Coast and West Coast ports where the ships will be primarily maintained in reduced operating status. The contract is expected to be completed in February 2011. If all option periods are exercised, the contract is expected to be completed by September 2017. Contract funds will expire at the end of the current fiscal year. This contract was a small business set-aside, with more than 50 companies solicited and six offers received. The solicitation was posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities Web sites. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-10-C-5301).
Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded an $11,200,000 not-to-exceed modification to previously awarded contract (N00024-05-C-5346) for changes to software development efforts due to revised missile interface control documents and related power density implementation for the DDG 1000 Zumwalt-class destroyer program. The purpose of this modification is to incorporate the combat system and dual band radar related software changes associated with the MICDs Rev B+ and related power density implementation changes to the current requirements of total ship computing environment software development. Work will be performed in Tewksbury, Mass., and is expected to be completed by March 2012. 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.
No. 067-10 January 26, 2010
ARMY
Oshkosh Corp., Oshkosh, Wisc., was awarded on Jan. 20, 2010 a $258,201,196 firm-fixed-price contract to exercise the option for 90 lots authorized stockage list kits, 90 lots of prescribed load list kits, 23 each deprocessing spare kits, and 132 lots battle damage repair kits for the mine resistant ambush protected all terrain vehicle. Work is to be performed in Oshkosh, Wisc., (50 percent) and McConnellsburg, Pa., with an estimated completion date of May 31, 2012. Five bids were solicited with five bids received. TACOM, CCTA-ADC-A, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).
Oshkosh Corp., Oshkosh, Wisc., was awarded on Jan. 20, 2010 a $67,448,554 firm-fixed-price contract for the partial exercise the option for 2 lots authorized stockage list kits, 2 lots of prescribed load list kits, and 65 lots battle damage repair kits for the mine resistant ambush protected all terrain vehicle. Work is to be performed in Oshkosh, Wisc., (50 percent) and McConnellsburg, Pa., with an estimated completion date of May 31, 2012. Five bids were solicited with five bids received. TACOM, CCTA-ADC-A, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).
BAE Systems Inc., Anniston, Ala., was awarded on Jan. 20, 2010 a $29,247,535 firm-fixed-price contract for the Centralized and National Level RESET of a total of 417 M113 Family of Vehicles. Work is to be performed in Anniston, Ala., with an estimated completion date of Dec. 31, 2010. One bid was solicited with one bid received. TACOM, CCTA-AHLA, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).
Lockheed Martin Corp, Missiles and fire control, grand prairie, Texas, was awarded on Jan. 22, 2010 a $44,875,596 firm-fixed-price and cost-plus-fixed-fee for PATRIOT advanced capability – 3 (PAC-3) United Arab Emirates requirement quantities are 16 launcher mod kits and 16 motor control units. Work is to be performed in Dallas, Texas, (82.8 percent), Camden, Ark., (0.2 percent), Lufkin, Texas, (10.9 percent), Ocala, Fla., (6.1 percent). One bid was solicited with one bid received. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0002).
Vetco Contracting Service, LLC., Watertown, N.Y., was awarded on Jan. 20, 2010 a $15,000,000 firm-fixed-price contract to design and construct a child development center. Work is to be performed at in Fort Belvoir, Va., with an estimated completion date of Aug. 30, 2011. Four bids were solicited with three bids received. U.S. Army Corps of Engineer District-Baltimore District, Baltimore, Md., is the contracting activity (W912DS-09-D-0007-DA01).
Watterson/Davis JV., Anchorage, Ark., was awarded on Jan. 22, 2010 a $11,231,012 firm-fixed-price contract for the construction of an F22A weapons loading crew training facility, Elmendorf AFB, Ark. Work is to be performed at Elmendorf Air Force Base, Ark., with an estimated completion date of Sept. 13, 2011. Seven bids were solicited with three bids received. U.S. Army Corp of Engineers, Alaska District, Elmendorf Air Force Base, Ark., is the contracting activity (W911KB-07-D-0013).
Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Dec. 31, 2009 a $8,219,728 firm-fixed-price contract for the UH-60 (BLACKHAWK) for 22 each, transmission, mechanical, NSN: 1615-01-542-7514, part number: 70400-06641-201. Work is to be performed in Stratford, Conn., with an estimated completion date of Dec. 31, 2011. One bid was solicited with one bid received. U.S. Army Contracting Command, Aviation & Missile Command Contracting Center, CCAM-AL-A, Redstone Arsenal, Ala., is the contracting activity (N00383-06-G-006F)
Northstar Huffman JV, North Olmsted, Ohio, was awarded on Jan. 22, 2010 a $6,258,000 firm-fixed-price contract to remove 400,000 cubic yards of dredged material from consolidated disposal facility 10B. Work is to be performed in Cleveland, Ohio, with an estimated completion date of Dec. 14, 2010. Bids were solicited on the World Wide Web with 10 bids received. U.S. Army Corp of Engineers, Buffalo District, Buffalo, N.Y., is the contracting activity (W912P4-10-C-0001).
Great Lakes Dredge & Dock Co., LLC., Oak Brook, Ill., was awarded on Jan. 22, 2010 a $6,233,200 firm-fixed-price contract for Jacksonville Harbor maintenance dredging, 40-foot project, Bar Cut 3 through Bar Cut 45, Duval County, Fla. Work is to be performed in Duval County, Fla., with an estimated completion date of Sept. 1, 2010. Six bids were solicited with three bids received. U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-10-C-0016).
Raytheon Co., Marlborough, Mass., was awarded on Jan. 19, 2010 a $5,912,675 firm-fixed-price contract for air traffic navigation integration and coordination system hardware, sustainment support, II spares and engineering services. Work is to be performed in Marlborough, Mass., with an estimated completion date of Dec. 11, 2011. One bid was solicited with one bid received. U.S. Army Contracting Aviation and Missile Contracting Center, Huntsville, Ala., is the contracting activity (W31P4Q-06-C-0323).
DEFENSE LOGISTICS AGENCY
Metals USA, (DBA) 1-Solutions Group, Fort Washington, Pa., is being awarded a maximum $124,500,000 fixed price with economic price adjustment, prime vendor contract for customer direct meals deliveries. Other locations of performance are throughout Pennsylvania. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies in the Western United States. There were originally five proposals solicited with two responses. This contract consists of a two year base with three one-year option periods. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is January 26, 2012. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM8EG-09-D-0013)
United Technologies, East Hartford, Conn., is being awarded a maximum $110,138,427 firm fixed price, indefinite quantity, sole source, corporate contract for engine lines. There are no other locations of performance. Using services are Navy and Air Force. There was originally one proposal solicited with one response. This modified contract is exercising the seventh option period. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Feb. 14, 2011. The contracting activity is the Defense Supply Center Richmond, Richmond, Va., (SPM400-01-D-9405).
Propper International Inc., Mayaguez, Puerto Rico is being awarded a maximum $19,461,168 firm fixed price contract for men’s and women’s airman battle uniform, coats and trousers. Other locations of performance are throughout Puerto Rico. Using service is Air Force. The original proposal was Web solicited with six responses. This contract includes a base and four one-year options and represents the third option year period. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Jan. 31, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-07-D-0008).
American Apparel, Inc., Selma, Ala., is being awarded a maximum $14,046,480 firm fixed price contract for men’s and women’s airman battle uniform, coats and trousers. Other locations of performance are in Texas and Mississippi. Using service is Air Force. The original proposal was Web solicited with six responses. This contract includes a base and four one-year options and represents the third option year period. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Jan. 31, 2011. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-07-D-0009).
AIR FORCE
CSC Applied Technologies LLC of Fort Worth, Texas was awarded a $29,513,871 contract which will provide for base operating support service at Keesler Air Force Base, Miss. At this time, $25,427,428 has been obligated. 81 CONS, Keesler Air Force Base, Miss., is the contracting activity (FA3002-08-C-0001, A0024)
NAVY
Argon ST, Inc., Fairfax, Va., is being awarded a $23,838,548 firm-fixed-price contract for 28 Cerberus units and associated spares for deployment in support of operational forces abroad. Cerberus is a portable, self sustaining, integrated tower developed to provide persistent ground surveillance system for perimeter defense for the Forward Operating Bases. Work will be performed in Newington, Va., (90 percent) and Orlando, Fla., (10 percent) and is expected to be completed in December 2011. Contract funds in the amount of $20,371,498 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.3. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0110).
Northrop Grumman Systems Corp., Integrated Systems Sector, San Diego, Calif., is being awarded an $11,000,000 not-to-exceed modification to a previously awarded cost-plus-incentive-fee contract (N00019-07-C-0055) for autonomous aerial refueling technology maturation and demonstration activities in support of the Navy Unmanned Combat Air System Demonstration. Work will be performed in El Segundo, Calif., (60 percent) and Rancho Bernardo, Calif., (40 percent), and is expected to be completed in November 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.
Lockheed Martin, MS2 Division, Syracuse, N.Y., is being awarded an $8,817,539 modification to previously awarded contract (N00024-07-C-5201) to exercise Fiscal Year 2010 options for upgrade kits for the Navy’s AN/SQQ-89A(V)15 Undersea Warfare System. The AN/SQQ-89A(V)15 is a surface ship combat system with the capabilities to search, detect, classify, localize and track undersea contacts; and to engage and evade submarines, mine-like small objects, and torpedo threats. Work will be performed in Lemont Furnace, Pa., (50 precent); Syracuse, N.Y., (25 percent); and Eagan, Minn., (25 percent) and is expected to be completed by September 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity.
DEFENSE INFORMATION SYSTEMS AGENCY
Intelsat General Corp., 6550 Rock Spring Drive, Suite 450, Bethesda, MD 20817-1112, was awarded a contract for the guaranteed minimum of $10 million, firm-fixed-price, Indefinite Delivery/Indefinite Quantity contract for the Space and Naval Warfare Systems Command’s Commercial Broadband Satellite Program on Jan. 25, 2010. The contract, with a not-to-exceed ceiling of $542.7 million, provides worldwide commercial telecommunications services to include: C, Ku, and X-band satellite resources, land earth stations, terrestrial backhauls, and bandwidth management services. The period of performance is Jan. 26, 2010 through Jan. 25, 2015 (a one-year base with four one-year options). Performance will be at various locations around the world. The solicitation was issued as a full and open competitive action. Solicitation was posted to FEDBIZOPPS. Five offers were received. The Defense Information Technology Contracting Organization, Scott AFB Ill., is the contracting activity. Contracting point of contact is Karen E. Kincaid at 618-229-9451 (HC1013-10-D-2000).