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

dodNo. 090-10 February 03, 2010

NAVY

Oshkosh Corp., Oshkosh, Wis., is being awarded $158,382,797 for fixed-price delivery order #0064 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028).  This delivery order is issued against exercised priced options for the purchase of 388 logistic vehicle system replacement production cargo vehicles and 15 tractors.  Work will be performed in Oshkosh, Wis., and for this delivery order, work is expected to be completed by July 31, 2011.  Contract funds will not expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

Cape Environmental Management, Inc., dba CAPE, Inc.*, Atlanta, Ga., is being awarded a maximum $60,000,000 cost-plus-award-fee contract for remedial action services at various sites within the Naval Facilities Engineering Command (NAVFAC), Pacific area of responsibility (AOR).  The work to be performed provides for remediation of any media contaminated by solvents, petroleum, oils, lubricants, metals, acids, bases, reactives, polychlorinated biphenyls, and pesticides.  Work will be performed at various sites predominantly in Hawaii (70 percent) and Guam (25 percent), and other areas within the NAVFAC Pacific AOR including Japan, Okinawa, Diego Garcia and other areas in the Pacific and Indian Oceans (5 percent).  The term of the contract is not to exceed five years with an expected completion date of January 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the NAVFAC e-solicitation Web site with five proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-10-D-1804).

Computer Sciences Corp., San Diego, Calif., is being awarded an $11,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee and firm-fixed price contract for the OCONUS Naval Enterprise Network (ONE-NET) server farm refresh designed to provide integrated data services to the fleet users overseas.  The contract includes four one-year option periods which, if exercised, would bring the cumulative value of the contract to an estimated $25,000,000.  Work will be performed in San Diego, Calif. (25 percent); Yokosuka, Japan (25 percent); Manama, Bahrain (25 percent); and Naples, Italy (25 percent).  Work is expected to be completed by February 2011.  If all options are exercised, work could continue until February 2015.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured via the Federal Business Opportunities Web site and the Space and Naval Warfare Systems Command E-commerce Web site, with an unlimited number of proposals solicited and two offers received.  The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-10-D-5826).

Triton Marine Construction Corp., Bremerton, Wash., is being awarded $8,186,057 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62478-09-D-4018) for repair of wharves B22-B24 at Naval Station Pearl Harbor.  This project will repair the wharves which have deteriorated through years of use and exposure to the marine environment.  The work includes selective removal work, concrete rehabilitation, marine concrete, refurbishment of marine hardware, metal fabrications, coating of waterfront steel structures, pavement markings, oil-spill containment booms, low pressure compressed air, water distribution, sanitary sewer, exterior salt water distribution system, electrical work, and incidental related work.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed September 2011.  Contract funds will expire at the end of the fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Arete Associates, Northridge, Calif., is being awarded a $6,000,000 modification to a previously awarded cost-plus-incentive-fee contract (N68335-08-D-0012) for a Phase III Small Business Innovation Research project under Topic N06-002, entitled “Sea Surface Slope and Elevation Statistics to Support Radar Performance Modeling.”  This modification provides for the development of a capability to extract ocean surface wave slopes over a sizeable patch at a high spatial resolution using passive polarimetric sensors.  Work will be performed in Washington, D.C., and is expected to be completed in March 2014.  Contract funds will not expire at the end of the current fiscal year.  This Phase III contract was not competitively procured.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

AIR FORCE

Spaceport Systems International, Lompoc, Calif., was awarded a $48,000,000 contract which will provide for future launch spaceport services for the Launch Test Squadron within the Space and Missile Systems Center/Space Development and Test Wing.  At this time, $300,000 has been obligated.  SMC/PKN, Kirtland, N.M., is the contracting activity (FA8818-10-D-0022).

Lockheed Martin Corp., Marietta, Ga., was awarded a $9,419,947 contract which will exercise an option for installation of a quantity of eight C-5 aircraft with C-5 avionics modernization program kits and 1 lot of step van maintenance under a firm fixed price effort; and under a time and material effort, Installation of the consolidated load panel avionics modernization program.  At this time, the entire amount has been obligated.  716 AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-98-C-0006,P00233).

NorthWest Florida Contractors, Inc., Fort Walton Beach, Fla., was awarded an $8,096,083 contract which will provide all plant, materials, labor, equipment, and all operations in connection with the construction of various reinforced concrete targets on specified test areas as shown on contract drawings, at Eglin Air Force Base, Fla.  At this time, the entire amount has been obligated.  96 CONS/PKA, Eglin Air Force Base, Fla., is the contracting activity (FA2823-10-D-0006).

*Small business

No. 094-10 February 04, 2010

DEFENSE LOGISTICS AGENCY

Otis Products Inc.*, Lyon Falls, N.Y., is being awarded a maximum $176,056,609 firm-fixed-price, sole-source contract for parts. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Jan. 31, 2011. The Defense Supply Center Columbus, Columbus, Ohio, is the contracting activity (SPM7LX-10-D-7026).

NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $52,484,004 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to provide additional funding for maintenance services in support of the MV-22 and CV-22 AE1107C engines. Work will be performed in Indianapolis, Ind., and is expected to be completed in February 2011. Contract funds in the amount of $52,412,454 will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($48,234,204; 92 percent) and the Air Force ($4,249,800; 8 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Rolls-Royce Engine Services, Oakland, Calif. (N00019-09-D-0013); StandardAero (San Antonio), Inc., San Antonio, Texas (N00019-09-D-0014); and Wood Group Turbopower, LLC, Miami Lakes, Fla. (N00019-09-D-0012) are each being awarded modifications to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to exercise options for depot-level repair for the T56 Series III engine. The award for Rolls-Royce Engine Services is $34,465,472; for StandardAero, Inc., $41,193,248; and for Wood Group Turbopower, LLC, $44,600,663. Depot-level repair of the T56 Series III engine modules is required to support fielded P-3 and derivative aircraft, as well as T56 powered C-130 and C-2 aircraft. The three major modules of the engine to be maintained and repaired under these options will be a maximum annual quantity of 160 power sections, 180 reduction gear assemblies, and 140 torquemeters. Depot-level repair of T56 Series III engine modules is required to support fielded P-3 and derivative aircraft, as well as T56-powered C-130 and C-2 aircraft. Place of performance for Rolls-Royce Engine Services is Oakland, Calif.; for StandardAero, Inc., San Antonio, Texas; and for Wood Group Turbopower, LLC, Miami Lakes, Fla.  Efforts under these options are expected to be completed in February 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.

Swish Data Corp., Warwick, N.Y., is being awarded an $11,977,511 firm-fixed-price contract to provide network appliance hardware, software and training for the Marine Corps Networks Operations and Security Center Early Transition Activity Program. Work will be performed in Sunnyvale, Calif., and is expected to be completed by March 6, 2010. Contract funds will expire at the end of the current fiscal year. This requirement was competitively procured as a small business set-aside with 21 proposals solicited and four offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-10-C-4040).

L-3 Services, Inc., Mount Laurel, N.J., is being awarded $11,701,417 for task order #0090 under a previously awarded firm-fixed-price contract (M67854-02-A-9010) to provide acquisition, logistics and administrative support as program management assistance for the Program Manager for Training Systems (PM TRASYS) located at the Central Florida Research Park, Orlando, Fla. PM TRASYS continues to support Marine Corps Systems Command (MCSC) and Training Education Command (TECOM) requirements to identify, develop and field material and non-material solutions as the training systems manager. This support task includes work across the live training systems functional and project teams, live training systems integrated program management, military operations on urban terrain systems, range instrumentation systems, range training aides devices and simulations, field operations, and emerging hybrid live-simulated training environments. The focus for live training systems efforts responds to requirements requested by TECOM to support pre-deployment training/alternate training venues and the Marine Corps’ operational force capabilities. This includes providing program, logistics and administrative support for mapping MCSC product groups systems acquisition to training requirements, determination of most efficient training methodologies, and implementation and technical documentation for acquisition of training systems and training support. Work will be performed in Orlando, Fla., and is expected to be completed in February 2011. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

OASYS Technology, LLC*, Manchester, N.H., is being awarded a $10,623,581 cost-plus-fixed-fee contract for the development of an unmanned airborne multispectral sensor suite for more advanced imaging technology in unmanned aerial vehicles. Work will be performed in Manchester, N.H., and is expected to be completed in February 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0064).

General Dynamics, Bath Iron Works, Bath, Maine, is being awarded a $9,000,000 modification to previously awarded contract (N00024-06-C-2303) to provide additional systems engineering services associated with the detail design and construction of the DDG 1000 Zumwalt Class destroyer. Systems engineering efforts include detail design excursions, shock qualification, production process prototype manufacturing, and life cycle support services prior to post shakedown availability. Work will be performed in Bath, Maine, and is expected to be completed by April 2010. 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.

*Small business

No. 095-10 February 05, 2010

ARMY

GM GDLS Defense Group, LLC, JV, Sterling Heights, Mich., was awarded on Jan. 28, 2010, a $253,329,165 cost-plus-fixed-fee contract.  This action is for a new follow-on contractor logistics support delivery order 0019 Mod DS.  The contractor shall provide contractor logistics support for Stryker Family of Vehicles in both garrison and deployment locations.  The period of performance is from March 1, 2010, through Feb. 28, 2011.  Work is to be performed in various locations with an estimated completion date of Feb. 28, 2011.  One bid was solicited with one bid received.  TACOM Contracting Center, CCTA-IL, Warren, Mich., is the contracting activity (W56HZV-07-D-M112).

The Boeing Co., Mesa, Ariz., was awarded on Feb. 1, 2010, a $108,550,867 firm-fixed-price requirement contract to support Corpus Christi Army Depot in the overhaul, repair and recapitalization of the AH-64/H-47 weapon systems.  Work is to be performed in Corpus Christi, Texas, with an estimated completion date of Jan. 31, 2015.  One bid solicited with one bid received.  Aviation and Missile Command Contracting Center, CCAM-AL-D, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-D-0027).

The Boeing Co., Mesa, Ariz., was awarded on Jan. 28, 2010, a $99,270,307 firm-fixed-price contract to exercise the option for 13 aircraft in Lot 14.  Work is to be performed in Mesa, Ariz., with an estimated completion date of Dec. 31, 2013.  One bid was solicited with one bid received.  U.S. Army Contracting Command, Aviation and Missile Command Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0093).

DRS Sustainment Systems, Inc., St. Louis, Mo., was awarded on Feb. 3, 2010, a $93,694,518 firm-fixed-price contract to award delivery order 0002, which is an order of 275 M1000 trailers.  Work is to be performed in St. Louis, Mo., with an estimated completion date of May 30, 2012.  One bid was solicited with one bid received.  U.S. Army Contracting Command, TACOM, Warren, Mich., is the contracting activity (W56HZV-09-D-0107).

Oshkosh Corp., Oshkosh, Wis., was awarded on Feb. 1, 2010, an $84,739,677 firm-fixed-price contract for the partial exercise of the option for 627 explosively formed penetrator kits on the Mine Resistant Ambush Protected All Terrain Vehicle.  Work is to be performed in Oshkosh, Wis., with an estimated completion date of May 31, 2012.  Five bids were solicited with five bids received.  TACOM, AMSCC-TAC-ADCA, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

AIR FORCE

Boeing Co., Seal Beach, Calif., was awarded a $75,939,504 contract which will provide for Global Positioning Satellite GPS IIF Space Vehicle, sustainment and operational control segment support for calendar year 2010.  At this time, $25,000,000 has been obligated.  GPSW/PK, El Segundo, Calif., is the contracting activity (F04701-96-C-0025, P00532).

Northrop Grumman System Corp., San Diego, Calif., was awarded a $5,935,099 contract which will provide performance for engineering, manufacturing and development activities in support of the Global Hawk program.  At this time, the entire amount has been obligated.  303 AESG/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600,P00349).

NAVY

Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $70,004,000 cost-plus-fixed-fee repair contract for repairs in support of the V-22 aircraft.  Work will be performed in Ridley Park, Pa. (50 percent), and Fort Worth, Texas (50 percent), and is expected to be completed by June 2012.  Contract funds will not expire before the end of the fiscal year.  This contract was not competitively awarded.  The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity (N00383-10-D-003N).

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded an undefinitized advance acquisition contract with an estimated value of $50,394,000 for long lead materials and components associated with the manufacture and delivery of 18 Lot 8 UH-1Y build new aircraft, eight Lot 8 AH-1Z remanufactured aircraft, and two Lot 8 AH-1Z build new aircraft.  Work will be performed in Fort Worth, Texas (60 percent), and Amarillo, Texas (40 percent), and is expected to be completed in January 2014.  Contract funds will not 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-0015).

Nova Group, Inc., Napa, Calif., is being awarded $8,175,000 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62473-06-D-1005) for construction of an aircraft direct fueling station and the installation of one emergency generator set at the Naval Air Facility El Centro.  Work will be performed in El Centro, Calif., and is expected to be completed by January 2011.  Contract funds will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

RD Buie Enterprises, Boerne, Texas (SPM8E6-10-D-0003); Middle Atlantic Wholesale Lumber, Owings Mills, Md. (SPM8E6-10-D-0004); Sylvan Forest Products, Portland, Ore. (SPM8E6-10-D-0005); and S&S Forest Products, Boerne, Texas, are each being awarded a maximum $10,248,249 firm-fixed-price, total set-aside, tailored logistics support contract for wood products for the eastern region.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  The original proposal was Web solicited with 16 responses.  Contract funds will not expire at the end of the current fiscal year.  This contract includes a two-year base and three one-year options.  The date of performance completion is Feb. 4, 2012.  The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM8E6-10-D-0006).