DOD Contracts Over $5 Million—March 3, 2010 Through March 9, 2010

dodNo. 182-10 March 09, 2010

NAVY

Ecology and Environment, Inc., Lancaster, N.Y., is being awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity contract for environmental planning and engineering services for National Environmental Policy Act and Executive Order 12114, Environmental Effects Abroad of Major Federal Actions – Aircraft Homebasing Issues. Work will predominantly be performed in Virginia (25 percent), North Carolina (25 percent), Florida (15 percent), California (15 percent), and Washington (15 percent). Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the continental United States, the Caribbean, Europe, and North Africa (5 percent). However, tasks associated with this contract may be assigned anywhere in the world.  The term of the contract is not to exceed 60 months, with an expected completion date of March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-3003).

CKY, Inc.*, Honolulu, Hawaii (N62742-10-D-1805); EATC, JV*, Honolulu, Hawaii (N62742-10-D-1806); FOPCO, Inc.*, Kapolei, Hawaii (N62742-10-D-1807); and WCP-Zapata, JV, LLC*, Honolulu, Hawaii (N62742-10-D-1808), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract in support of the Environmental Remedial Action Program at various sites in the Naval Facilities Engineering Command (NAVFAC), Pacific area of responsibility (AOR). The maximum dollar value, including the base period and four option years, for all four contracts combined is $30,000,000.  Work will be performed at various sites predominantly in Oahu, Hawaii (55 percent); however, work may also be performed at any site within the NAVFAC Pacific AOR, including Guam (15 percent), Japan (5 percent), Okinawa (15 percent), Diego Garcia (5 percent), and other areas in the Pacific and Indian Oceans (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2015. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 10 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

BAE Systems Technology Solutions & Services, Inc., Rockville, Md., is being awarded a $23,237,133 modification to a previously awarded cost-plus-fixed-fee term, level of effort contract (N00421-06-C-0085) to exercise an option for maintenance, logistics, and life cycle services in support of communication-electronic equipment/systems and subsystems for various Navy, Army, Air Force, special operations forces and other federal agencies. The estimated level of effort for this option period is 342,000 man-hours.  These services are in support of the Special Communications Requirements Division of the Naval Air Warfare Center Aircraft Division. Work will be performed in Chesapeake, Va. (32 percent); Fayetteville, N.C. (28 percent); California, Md. (22 percent); San Diego, Calif. (6 percent); Fort Bliss, Texas (4 percent); Fort Walton Beach, Fla. (2 percent); Panzer Kaserne, Germany (2 percent); Homestead, Fla. (2 percent); Tampa, Fla. (1 percent); and the District of Columbia (1 percent).  Work is expected to be completed in March 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

DCK Pacific Guam, LLC, Barrigada, Guam, is being awarded an $18,394,000 firm-fixed-price contract for design and construction of the Guam Army National Guard Readiness Center at the Guam Army National Guard Complex. The work to be performed provides for the design and construction of a permanent masonry type construction, with standing seam roof, concrete floors, and mechanical and electrical equipment with emergency power generator backup. Work will be performed in Barrigada, Guam, and is expected to be completed by Jan. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command E-solicitation Web site, with seven proposals received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-10-C-1335).

CATLIN Engineers and Scientists, Inc.*, Wilmington, N.C., is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for civil A-E services at Marine Corps installations at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. The work to be performed provides for civil design projects that include, but are not limited to, providing/replacing/upgrading sanitary collection and treatment systems; installation of security fencing and entry control facilities; design of new and resurfacing of existing airfields, roads and parking lots; and facility site work to include demolition, etc. Work will be performed in Jacksonville, N.C. (85 percent), and Havelock, N.C. (15 percent), and is expected to be completed by March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through the Navy Electronic Commerce Online Web site, with 20 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-D-5303).

U.S. TRANSPORTATION COMMAND

Presidential Airways, Inc., an Aviation Worldwide Services Co., Camden, N.C., is being awarded a $39,084,532 task order for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan and the task order will start March 5, 2010, to be completed by Nov. 30, 2010. This contract was a competitive acquisition. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-09-D-0021).

Canadian Commercial Corp., subcontracting services to Canadian Helicopters, Ltd., Toronto, Canada, is being awarded a $20,472,000 task order for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan and the task order will start March 5, 2010, to be completed by Nov. 30, 2010. This contract was a competitive acquisition. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-09-D-0022).

Evergreen Helicopters, Inc., McMinnville, Ore., is being awarded a $20,094,000 task order modification for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan and the task order will start March 5, 2010, to be completed by Nov. 30, 2010. This contract was a competitive acquisition. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-09-D-0023).

*Small business

No. 178-10 March 08, 2010

AIR FORCE

McDonnell Douglas Corp., St. Louis, Mo., was awarded a $148,668,470 contract which will provide for 6,565 Lot 14 guided vehicle kits procured for Joint Direct Attack Munition (JDAM) purposes. At this time, the entire amount has been obligated.  678 ARSS/PK, Eglin Air Force Base, Fla., is the contracting activity (FA8681-10-C-0072, P00003).

Boeing Co., St Louis, Mo., was awarded a $69,702,919 contract which will provide for the QF-16 full scale aerial target basic contract. At this time, $950,000 has been obligated. 691 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8678-10-C-0100).

Science Applications Technology Services Co., San Diego, Calif., was awarded a $50,841,636 contract which will provide for Option 3 for system engineering and integration contract. This will provide proactive technical management to enable more effective program execution. At this time, $25,578,521 has been obligated.  GPSW/PK, El Segundo, Calif., is the contracting activity (FAA807-07-C-0002, P00046).

DRS Sustainment Systems, Inc., St. Louis, Mo., was awarded a $23,102,651 contract which will provide the Tunner 60K loader is an air cargo transporter/loader designed to transport and load up to six pallets with a total combined weight of 60 thousand pounds.  At this time, $15,401,767 has been obligated. 542 CSW/PKBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-04-D-0006).

United Launch Services, Littleton, Colo., was awarded a $6,502,811 contract which will provide new capabilities, tools, or resources required to increase the Evolved Expendable Launch Vehicle. At this time, the entire amount has been obligated. SMC/LR, El Segundo, Calif., is the contracting activity (FA8816-06-C-0003).

NAVY

Force Protection Industries, Inc., Ladson, S.C., is being awarded $26,192,014 for firm-fixed-priced delivery order #0012 under previously awarded contract (M67854-07-D-5031) for the purchase of extending the performance of 216 field service representatives, life support, and vehicle and equipment rental in support of the TAK-4 Independent Suspension System installation on Mine Resistant Ambush Protected (MRAP) Cougar Vehicles. Work will be performed at the MRAP Sustainment Facility in Kuwait, and is expected to be completed by June 30, 2010. Contract funds will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Oceaneering International, Inc., Hanover, Md., is being awarded an $8,230,478 cost-plus-fixed-fee contract for worldwide rapid non-nuclear engineering, production, planning, and yard support; Navy sponsored deep ocean search, research escape and rescue, and recovery services; and support for underwater and surface systems in support of the Deep Submergence System Program Office, Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine (20 percent); Hanover, Md. (20 percent); Chesapeake, Md. (35 percent); Pearl Harbor, Hawaii (15 percent); Diego Garcia (5 percent); and Guam (5 percent). Work is expected to be completed by March 2015. Contract funds in the amount of $250,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Electronics Commerce Online, Federal Business Opportunities, and Naval Sea Logistics Center Web sites, with one offer received. The Naval Sea Logistics Center, Mechanicsburg, Pa., is the contracting activity (N65538-10-D-0001).

No. 173-10 March 05, 2010

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $117,401,603 modification to a previously awarded fixed-price incentive fee V-22 multi-year production contract (N00019-07-C-0001) to provide two additional MV-22 tiltrotor aircraft. Pursuant to the variation in quantity clause, this procurement will bring the number of MV-22 aircraft on this contract from 141 to 143. Work will be performed in Ridley Park, Pa. (50 percent); Fort Worth, Texas (35 percent); and Amarillo, Texas (15 percent), and is expected to be completed in May 2014. Contract funds in the amount of $117,401,603 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

RiverHawk Fast Sea Frames, LLC, Tampa, Fla., is being awarded a $70,140,000 firm-fixed-price letter contract for the detail, design, and construction of two offshore support vessels and associated equipment and services for the Iraqi Navy. This contract involves Foreign Military Sales to Iraq. Work will be performed in Houma, La., and is expected to be completed by December 2011.  Contract funds in the amount of $47.6 million will expire at the end of the current fiscal year. This contract was not competitively procured based on the terms of a Foreign Military Sales case which the Government of Iraq specified RiverHawk Fast Sea Frames, LLC, as the source for this effort. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2222).

General Dynamics Advanced Information Systems, Bloomington, Minn., is being awarded a $30,602,134 firm-fixed-price contract for the full-rate production of 118 Type 3 advanced mission computers for the F/A-18 and E/A-18G aircrafts.  Work will be performed in Bloomington, Minn., and is expected to be completed in December 2011. Contract funds in the amount of $6,480,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0014).

Atlantic Marine Philadelphia, LLC, Philadelphia, Pa., is being awarded a $12,771,174 firm-fixed-price contract for a 70-calendar day regular overhaul of Military Sealift Command fleet replenishment oiler USNS Joshua Humphreys. The ship’s primary mission is to provide fuel to Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. Humphreys, which deactivated and joined the Navy’s Inactive Ships program in 1996, is being reactivated this summer by the direction of U.S. Fleet Forces Command to support counter-piracy and global war on terrorism operations in the U.S. 5th Fleet area of operations where the ship will serve as a duty oiler to U.S. and coalition warships. Work performed will include tank inspections; ballast tank preservation; main engine cylinder head inspection and overhaul; underwater hull cleaning; and paint and propeller system maintenance. This contract includes options which, if exercised, would bring the cumulative value of this contract to $15,492,209. Work will be performed in Philadelphia, Pa., and is expected to be completed by May 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an unrestricted solicitation and four offers were received. The solicitation was posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities Web sites. The U.S. Navy’s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting activity (N40442-10-C-1001).

Lockheed Martin Corp., Moorestown, N.J., is being awarded a $10,232,032 cost-plus-fixed-fee task order # 0002 under previously awarded contract (N00014-09-D-0702) for the Integrated Topside program. This task order supports the technology development phase of a Navy acquisition program to develop a satellite communication prototype/advanced development model system suitable for integration into Navy submarines. This contract contains options which, if exercised, will bring the value of the contract to $32,003,899. Work will be performed in Moorestown, N.J., and work is expected to be completed March 2011. With options exercised, the completion date is July 2013. Contract funds will not expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Va., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $7,111,723 cost-plus-fixed-fee modification to a previously awarded firm-fixed-price contract (N00019-07-C-0008) for 12 months of AIM-9X Sidewinder missile support for the U.S. Navy, U.S. Air Force, and the governments of Australia, Denmark, Finland, Korea, Saudi Arabia, Singapore, Turkey and Switzerland. Work will be performed in Tucson, Ariz. and is expected to be completed in December 2011. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($2,678,281; 38 percent), U.S. Air Force ($2,578,282; 36 percent), and the governments of Australia ($438,658; 23 percent); Denmark ($202,358; 11 percent); Finland ($202,357; 11 percent); Korea ($202,357; 11 percent); Saudi Arabia ($202,358; 11 percent); Singapore ($202,358; 11 percent); Turkey ($202,357; 11 percent); and Switzerland ($202,357; 11 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Sealaska Environmental Services, LLC*, Juneau, Alaska, is being awarded a $6,832,006 firm-fixed-price contract modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N44255-09-D-4005) for the operation, maintenance, and long term monitoring environmental services at various locations within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for operation and maintenance of various remediation sites, systems, wellsm and long-term monitoring in order to ensure compliance with environmental agency requirements. After award of this modification, the total cumulative contract value will be $34,913,885. Work will be performed in the NAVFAC Northwest AOR, including, but not limited to, Washington (78 percent), Alaska (18 percent), Oregon (1 percent), Idaho (1 percent), Montana (1 percent), and Wyoming (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Kalman & Co., Inc., Virginia Beach, Va., is being awarded $6,624,698 to exercise task order #0023 option under previously awarded contract (M67854-03-A-5158). The scope of this effort is to provide business and analytical support to the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) systems.  Objectives of this initiative include risk analyses supporting enterprise-wide efforts and current programs of record, leading to concise business case analyses that identify cost and performance projections, schedule impacts, and sustainment/lifecycle considerations.  This effort will require applied use of decision support tools to conduct comparative analyses of costs, quantify benefits and attendant risks, and fully vet each alternative through appropriate stakeholder business forums.  The expected outcome of this effort is to assist the JPEO-CBD in continuing best business practices and effective course of action selection criteria for the management of their portfolio of acquisition programs, efforts, and initiatives. Ancillary efforts will include subject matter expertise representation at stakeholder sponsored forums, program objectives memorandum and budget planning, preparing Congressional testimony and briefings, and ensuring a comprehensive program of technology insertion (e.g., research-and-development-based investment) is established and maintained. Work will be performed in Marine Corps Command organizations in Falls Church, Va., and is expected to be completed in September 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.

General Dynamics Advanced Information Systems, Fairfax, Va., is being awarded a $6,165,000 modification to previously awarded contract (N00024-05-C-5100) for system integrator/design agent for Open Architecture Track Manager. As the systems integrator design agent, the contractor assists in developing and maintaining architecture and requirements; modifies government-furnished information to implement and maintain the open architecture track manager; and integrates open architecture track manager onto Navy-specific platforms. Work will be performed in Fairfax, Va. (98 percent), and San Diego, Calif. (2 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, D.C., is the contracting activity.

ARMY

Northrop Grumman Corp., Apopka, Fla., was awarded on March 1, 2010, a $79,000,624 fixed-price indefinite-delivery/indefinite-quantity contract.  This contract is for the lightweight laser designator rangefinders.  Work is to be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2014.  Bids were solicted on the World Wide Web with two bids received.  U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0061).

General Dynamics Land Systems, Sterling Height, Mich., was awarded on March 1, 2010, a $62,123,818 firm-fixed-price contract.  This contract is for the award program Year Four Increment 2 of the Abrams multi-year contract for a quantity of 22 M1A2 systems enhancement package, Version 2 upgrade vehicles.  Work is to be performed in Lima, Ohio (75 percent); Tallahassee, Fla. (10 percent); Anniston, Ala. (9 percent); Scranton, Penn. (3 percent); and Sterling Heights, Mich. (3 percent), with an estimated completion date of Nov. 30, 2012.  One bid was solicted with one bid received. TACOM, Warren, Mich., is the contracting activity (W56HZV-06-G-0006).

Northrop Grumman Corp., Apopka, Fla., was awarded on March 1, 2010 a $46,172,662 fixed-price indefinite-delivery/indefinite-quantity contract.  This contract is for the lightweight laser designator rangefinders.  Work is to be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2014.  Bids were solicted on the World Wide Web with two bids received.  U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0061).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded on March 3, 2010, a $34,416,000 firm-fixed-price contract.  This contract is for a requirement to procure a minimum of 144, maximum of 326, upturned exhaust systems to be installed in UH/HH 60M production line aircraft and retrofit of aircraft that will be deployed in support of Operation Iraqi Freedom and Operation Enduring Freedom.  Work is to be performed in Stratford, Conn., with an estimated completion date of Feb. 28, 2015.  One bid was solicited with one bid received.  U.S. Army Contracting Command, CCAM-BH-A, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-D-0001).

Oshkosh Corp, Oshkosh, Wis., was awarded on March 2, 2010, a $29,735,676 requirements contract for the purchase of 79 new Heavy Expanded Mobility Tactical Truck, M978A4 trucks on the existing HEMTTA4 contract along with ancillary items.  Work is to be performed in Oshkosh, Wis., with an estimated completion date of Sept. 30, 2012.  One bid was solicted with one bid received.  TACOM , Warren, Mich., is the contracting activity (W56HZV-09-D-0024).

BAE Systems Technology Solutions & Services, Inc., Rockville, Md., was awarded on March 2, 2010, a $22,365,515 cost-plus-award-fee contract for logistical support and services consisting of the three major functional areas of maintenance, transportation, and supply on the islands of Oahu and Hawaii.  Work is to be performed in the island of Oahu (96.4 percent) and island of Hawaii (3.6 percent), with an estimated completion date of Feb. 28, 2018.  54 bids were solicited with seven bids received. Regional Contracting Office, Hawaii, Fort Shafter, Hawaii, is the contracting activity (W912CN-08-C-0085).

Northrop Grumman Corp., Apopka, Fla., was awarded on March 1, 2010, a $17,615,004 fixed-price indefinite-delivery/indefinite-quantity contract. This contract is for the lightweight laser designator rangefinders. Work is to be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2014. Bids were solicted on the World Wide Web with two bids received. U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0061).

Shaw Environmental and Infrastructure, Inc., Edgewood, Md., was awarded in Feb. 26, 2010, a $16,933,000 firm-fixed-price contract.  This contract is to provide all labor, personnel, supervision, administration, materials, equipment, tools, and transportation necessary to perform public works functions at the following general locations in the state of Alaska:  Fort Wainwright and the Donnelly, Yukon, and Black Rapids training areas.  Work is to be performed in Fort Wainwright; the Donnelly, Yukon, and Black Rapids training areas; and Seward campground, with an estimated completion date of Feb. 28, 2014.  Bids were solicited on the World Wide Web with three bids received. U.S. Expeditionary Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912CZ-09-D-0004).

FN Manufacturing, Columbia, S.C., was awarded on March 3, 2010, a $10,326,020 firm-fixed-price contract for a 5 year indefinite-delivery/indefinite-quantity contract for the FN303 firing device.  The FN303 firing device is a non-lethal launcher used for riot control and training purposes. Work is to be performed in Columbia, S.C., with an estimated completion date of March 1, 2015.  One bid was solicted with one bid received. TACOM Rock Island CCTA-AR-SR-SC, Rock Island, Ill., is the contracting activity (W52H09-10-D-0125).

SUMO-NAN, LLC, Honolulu, Hawaii, was awarded on March 2, 2010, a $10,260,010 firm-fixed-price contract for an upgrade air support operations center complex, Wheeler Administration Annex, Wheeler Army Airfield, Oahu, Hawaii.  Work is to be performed in Wheeler Army Airfield, Hawaii, with an estimated completion date of Dec. 5, 2011.  Bids were solicited on the World Wide Web with four bids received. U.S. Army Corps of Engineers, Honolulu District, Fort Shafter, Hawaii, is the contracting activity (W9128a-10-C-0004).

Creative Times Day School, Inc., dba as Creative Times, Inc., Ogden, Utah, was awarded on March 1, 2010, a $9,023,000 firm-fixed-price contract for construction of a training support center at Fort Riley, Kan.  Work is to be performed in Fort Riley, Kan., with an estimated completion date of July 10, 2011.  Bids were solicted on the World Wide Web with nine bids received. U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-10-C-4010).

Rockwell Collins Simulation & Training, Sterling, Va., was awarded on March 1, 2010, an $8,704,479 firm-fixed-price contract for the procurement of one transportable Blackhawk operations simulator US Device 8.  Work is to be performed in Sterling, Va., with an estimated completion date of Sept. 30, 2013.  One bid was solicted with one bid received. U.S. Army Contracting Command, CCAM-BH-C, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0257).

DEFENSE LOGISTICS AGENCY

GE Datex-Ohmeda, Inc., Madison, Wis., is being awarded a maximum $19,847,688 fixed-price with economic price adjustment contract for patient monitoring systems, subsystems, accessories, parts, and training. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally 17 proposals solicited with nine responses.  Contract funds will not expire at the end of the current fiscal year. This contract is exercising the first option year period. The date of performance completion is March 5, 2011. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2D1-10-D-8348).

*Small business

No. 170-10 March 04, 2010

AIR FORCE

Wyle Laboratories, Inc., West Huntsville, Ala., was awarded an $8,917,289 contract which will provide for the Reliability Information Analysis Center which will research, test, develop, and deliver data analysis and interoperability testing results. At this time, $273,000 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005).

NAVY

Lockheed Martin, MS2 Division, Syracuse, N.Y., is being awarded a $24,168,312 modification to previously awarded contract (N00024-07-C-5201) to exercise FY 10 options for 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 percent), Syracuse, N.Y. (25 percent), and Eagan, Minn. (25 percent). Work is expected to be completed by August 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.

Northrop Grumman Space & Mission Systems Corp., Reston, Va., is being awarded a $17,437,358 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, cost-plus-fixed-fee and firm-fixed-price contract for the Consolidated Afloat Networks and Enterprise Services (CANES) common computing environment. The primary goals of the CANES program are to build a secure afloat network required for naval and joint operations, and consolidate and reduce the number of afloat networks through the use of mature cross domain technologies and common computing environment infrastructure.  This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $775,339,532. Work will be performed in San Diego, Calif., and is expected to be completed by April 2011. If all options are exercised, work could continue until September 2014.  Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with unlimited proposals solicited and four offers received via the Commerce Business Daily’s Federal Business Opportunities Web site, and the SPAWAR e-Commerce Central Web site. The Space and Naval Warfare System Command in San Diego is the contracting activity (N00039-10-D-0028).

Lockheed Martin MS2 Tactical Systems, San Diego, Calif., is being awarded a $14,999,994 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, cost-plus-fixed-fee and firm-fixed-price contract for the Consolidated Afloat Networks and Enterprise Services (CANES) common computing environment. The primary goals of the CANES program are to build a secure afloat network required for naval and joint operations, and consolidate and reduce the number of afloat networks through the use of mature cross domain technologies and common computing environment infrastructure. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $936,902,393. Work will be performed in San Diego and is expected to be completed by April 2011. If all options are exercised, work could continue until September 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with unlimited proposals solicited and four offers received via the Commerce Business Daily’s Federal Business Opportunities Web site, and the SPAWAR e-Commerce Central Web site. The Space and Naval Warfare System Command in San Diego is the contracting activity (N0039-10-D-0027).

No. 166-10 March 03, 2010

AIR FORCE

MultiLingual Solutions, Rockville, Md., was awarded a $62,000,000 contract which will provide personnel, equipment, tools, materials, supervision, and other items and services necessary to provide foreign language linguist and analyst services in support of operations. At this time, $11,266,581 has been obligated.  AF ISR Agency/A7KA, San Antonio, is the contracting activity (FA7037-10-D-0002).

Boeing Service Co., Richardson, Texas, was awarded a $46,041,245 contract which will provide broadband satellite data service to include uninterrupted and seamless connectively to all networks, data, and video capabilities as needed.  At this time, $46,041,245 has been obligated. AMC/A7KQC, Scott Air Force Base, Ill., is the contracting activity (FA4452-10-C-0002).

Boeing Co., Wichita, Kan., was awarded a $36,358,553 contract which will provide for C-130 Avionics Modernization Program low rate initial production Lot 1 modification. At this time, $8,178,272 has been obligated. 656 Aeronautical System Squadron, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-08-C-6481,PZ0010).

DRS Sustainment Systems, Inc., St. Louis Mo., was awarded a $7,661,103 contract which will provide the overhaul of Tunner aircraft cargo loaders in support of the Tunner 60K loader program. At this time, the entire amount has been obligated. 542 Combat Sustainment Wing/PKBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-04-D-0006).

NAVY

Canadian Commercial Corp., General Dynamics Land Systems – Canada, London, Ontario, is being awarded a $41,481,000 modification to delivery order #0007 under previously awarded firm-fixed-priced, indefinite-delivery/indefinite-quantity contract (M67854-07-D-5028) for procurement of authorized spares list, prescribed load list, and battle damage repair kits to support the 250 LRIP, 17 MRAP, and RG-31A2 vehicles ordered. Work will be performed in Fairfield, Ohio, Buffalo, N.Y., and Ogdensburg N.Y. Work is expected to be completed no later than Dec. 2010. This contract delivery order was a sole-source procurement. Contract funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

ERAPSCO, Columbia City, Ind., is being awarded a $34,043,325 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 7,500 AN/SSQ-101A sonobuoys in support of Navy antisubmarine forces for the mission of detection, classification, and localization of adversary submarines during peacetime and combat operations. Work will be performed in De Leon Springs, Fla. (61 percent), and Columbia City, Ind. (39 percent), and is expected to be completed in March 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-10-D-0010).

DCK-ECC Pacific Guam Construction, LLC, Harmon, Guam, is being awarded a $21,386,549 firm-fixed-price contract for the construction of a complete working substation, distribution feeders, and switching stations at Andersen Air Force Base. The contract also contains nine unexercised options which, if exercised, would increase cumulative contract value to $24,520,000. Work will be performed in Yigo, Guam, and is expected to be completed by Jan. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with seven proposals received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-10-C-1337).

DEFENSE LOGISTICS AGENCY

Allen-Vanguard, Inc.*, Ogdensburg, N.Y., is being awarded a maximum $24,506,533 firm-fixed-price, total set-aside contract for advanced bomb suit and components. There are no other locations of performance. Using services are Army and Air Force. 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 March 2011. The Defense Supply Center Philadelphia, is the contracting activity (SPM1C1-10-C-0012).

*Small business