Monday, March 22, 2010

DOD CONTRACTS for March 22, 2010

DOD CONTRACTS for March 22, 2010
March 22, 2010

NAVY

Raytheon Co., Marlborough, Mass., is being awarded a $28,144,958 firm-fixed-price modification to a previously awarded contract (N00039-08-C-0115) for eight Submarine High Data Rate Antenna Systems. Work will be performed in Marlborough, Mass. (69 percent) and St. Petersburg, Fla. (31 percent), and is expected to be completed by December 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because Raytheon developed the submarine antenna under contract N00039-04-D-0033, which was competitively awarded Oct. 23, 1996. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $24,147,757 modification under previously awarded contract (N00030-07-C-0100) for the Trident II (D5) life extension commonality parts procurement. This effort is to provide procurement and testing of commonality parts necessary for the Trident II (D5) life extension program. The total contract value after award of this effort will be $1,159,319,749. Work will be performed in Bloomington, Minn. (93.24 percent); Sunnyvale, Calif. (4.15 percent); Fairview, N.C. (2.46 percent); Marionville, Mo. (0.10 percent); and Clearwater, Fla. (0.05 percent), and work is expected to be completed May 31, 2012. Contract funds in the amount of $11,000,000 will expire at the end of the current fiscal year. Strategic Systems Program, Arlington, Va., is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., is being awarded a $21,900,000 cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contract for engineering and logistic services in response to obsolescence and operational and/or technical issues for the P-3 aircraft. Services are in support of the Navy and Foreign Military Sales customers, which include all members of the P-3 airframe sustainment international working group, including the governments of Australia, Canada, Germany and Norway. Work will be performed in Marietta, Ga., and is expected to be completed in March 2013. 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-D-0015).

Accord MACTEC JV*, Santa Ana, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineering services to provide comprehensive environmental response, Compensation and Liability Act/Resource Conservation and Recovery Act/underground storage tanks environmental studies and other support services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). Work will be performed at Navy and Marine Corps installations and other Department of Defense installations within the NAVFAC Southwest AOR including, but not limited to, Calif. (90 percent), Ariz. (2 percent), Nev. (2 percent), N.M. (2 percent), Colo. (2 percent), and Utah (2 percent). The contract is expected to be completed by Mar. 2015. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) small business set-aside via the Navy Electronic Commerce Online website, with 12 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-D-0814).

General Dynamics – Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded $19,961,049 for delivery order under previously awarded firm-fixed-price contract (M67854-05-D-6014) for the Production Lot 3 (PL3) procurement of 20 full rate production Expeditionary Fire Support Systems (EFSS) together with their corresponding basic issue item kits, additional authorization list hardware. The EFSS provides all-weather, ground-based, close supporting, accurate, immediately responsive, and lethal indirect fires. The EFSS is defined as a launcher, mobility platform (prime mover), ammunition (not included in this order), ammunition supply vehicle, and technical fire direction equipment necessary for orienting the weapon on to an azimuth of fire and accurately computing firing data. Work will be performed in St. Aubin, France (63 percent), Robbins, N.C. (20 percent), and Forest, Va. (17 percent), and work is expected to be completed by April 22, 2012. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Maritime Systems & Sensors, Baltimore, Md., is being awarded a $14,078,054 modification to previously awarded contract (N00024-09-C-2303) for Littoral Combat Ship (LCS) class design services. These LCS class design services provide necessary engineering, program, and technical support for LCS class ships. This includes class baseline design services, class configuration management services, class documentation services, ship interim support, ship systems development, and other technical and engineering analyses. Work will be performed in Norfolk, Va. (41 percent), Moorestown, N.J. (16 percent), Baltimore, Md. (15 percent), Marinette, Wis. (14 percent), Washington, D.C. (8 percent), Arlington, Va. (6 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.

Ecology and Environment, Inc., Lancaster, N.Y., is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for design and/or engineering services for base development planning and engineering services for Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ) and other encroachment-related studies at various Navy and Marine Corps facilities and other government facilities worldwide. The preponderance of documents to be prepared under this contract are AICUZ documents including the following: detailed analysis of aircraft noise, accident potential, land use compatibility, operations alternatives, and potential solutions to both existing and potential incompatible land use problems. RAICUZ documents include the following: quantify range compatibility zones, aircraft noise zones and blast noise zones, develop strategies for lands affected by potential weapon impacts or noise impacts, and develop a strategy to promote compatible development on land within these areas. Work will predominantly be performed in Md. (25 percent), Va. (20 percent), N.C (20 percent), Fla. (20 percent) and Calif., (10 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 Mar. 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 nine proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (contract number N62470-10-D-2024).

Contingency Response Services, LLC, Fort Worth, Texas, was awarded a $9,615,384 cost-plus-award-fee task order #JN09 on March 12, 2010, under a previously awarded indefinite-delivery/indefinite-quantity global contingency services contract (N62742-06-D-1113) for debris removal in Haiti. The work to be performed provides for removing concrete and organic rubble and debris and other selected material from right of way within the Turgeau area of Haiti or surrounding areas. Work will be performed in Turgeau, Haiti, and is expected to be completed by Apr. 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a maximum $14,073,970 firm fixed price, sole source contract for inertial navigation units and common cockpit spare parts. 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 31, 2013. The contracting activity is the Defense Logistics Agency Procurement Operations, Philadelphia, Pa., (SPRPA1-09-G-002Y-0001).

AIR FORCE

Burnett Equipment, Inc., of Birmingham, Ala., was awarded a $12,497,882 contract which will provide Louden Crane System items to Tinker AFB, Oklahoma. At this time, no money has been obligated. OC-ALC/PKEA at Tinker Air Force Base, Oklahoma is the contracting activity. (FA8100-10-D-0003)

Technorati Tags:
,



No comments: