Tuesday, April 27, 2010

DOD CONTRACTS for April 27, 2010

DOD CONTRACTS for April 27, 2010
April 27, 2010

NAVY
Baldi Bros., Inc.*, Beaumont, Calif. (N62473-10-D-5479); Dynalectric Co., San Diego, Calif. (N62473-10-D-5480); NEI Contracting and Engineering, Inc.*, San Diego, Calif. (N62473-10-D-5481); RQ-Berg, JV, Carlsbad, Calif. (N62473-10-D-5482); Stronghold Engineering, Inc., Riverside, Calif. (N62473-10-D-5483); Syska Hennessey Group Construction, Inc., Los Angeles, Calif. (N62473-10-D-5484); and Watts Constructors, LLC, Honolulu, Hawaii (N62473-10-D-5485), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and repair of dry utilities construction at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value for all seven contracts combined is $300,000,000. The work to be performed provides for new construction, addition, repair, or upgrade of electrical distributions, lighting systems, cable television lines, airfield lighting, and communication transmission lines. Work will be performed at various federal sites within the NAVFAC Southwest AOR, including but not limited to: California (83 percent), Arizona (12 percent), Nevada (2 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of April 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 26 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Orbital Sciences Corp., Greenbelt, Md., is being awarded a $94,713,285 cost-plus-fixed-fee level of effort contract for spacecraft and airborne systems research analysis and prototype development. This includes the analysis, design, development, test, operation demonstration, and transition of these prototype systems and subsystems. Work will be performed in Washington, D.C. (87 percent), and Greenbelt, Md. (13 percent), and will be completed April 2015. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. The contract was competitively procured under Request for Proposal Number N000173-00-R-KS03 for which one offer was received. The Naval Research Laboratory, Washington, D.C., is the contracting facility (N000173-10-C-2026).

Satterfield & Pontikes Construction, Inc., Houston, Texas, is being awarded a $22,540,000 firm-fixed-price contract for construction of a 202-room combat systems officer bachelor housing at Naval Air Station Pensacola. Work will be performed in Pensacola, Fla., and is expected to be completed by June 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 21 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-10-C-0754).

Capstone Corp., Alexandria, Va., is being awarded a $17,362,431 modification under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00189-07-D-Z006) for studies, analyses, logistics support, and specialized program support for the U.S. Joint Forces Command. Work will be performed in Norfolk, Va., and is expected to be completed by January 2011. Contract funds will not expire by the end of the current fiscal year. This contract was not competitively procured. The Fleet and Industrial Supply Center Norfolk, Philadelphia Division, Philadelphia, Pa., is the contracting activity.

Ocean Systems Engineering Corp., Oceanside, Calif., is being awarded $10,373,686 for task order #0073 under previously awarded firm-fixed-price contract (M67854-02-A-9020). The scope of this effort is to provide Marine Corps Systems Command Systems engineering, interoperable, architectures and technology staff the detailed technical and analytical support required to define, integrate, certify, plan, and oversee the development and delivery of Marine Air-Ground Task Force (MAGTF) systems. This effort consists of four domain areas: MAGTF systems engineering and integration; systems engineering and technology; joint certification; and architecture design and development. Work will be performed in Quantico, Va., and is expected to be completed in April 2011. Contract funds in the amount of $9,373,686 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

L-3 Communications Vertex Aerospace, LLC, Madison, Miss., is being awarded a $10,300,000 modification to a previously awarded indefinite-delivery/indefinite-quantity delivery order contract (N68936-06-D-0024) to provide specialized technical services in support of depot level maintenance work (DLM) performed at the Fleet Readiness Center, Southwest (FRC-SW) on aircraft and rework of associated components and materials. Services to be provided include modifications, in-service repairs, and all other categories of service associated with aircraft DLM and its planning. The estimated level of effort for this modification is 260,100 man-hours. Work will be performed at FRC-SW, San Diego, Calif. (78 percent); the Marine Corps Air Station (MCAS), Camp Pendleton, Calif. (9 percent); the Naval Air Station (NAS), Lemoore, Calif. (4 percent); the Naval Air Warfare Center Weapons Division, Point Mugu, Calif. (2 percent); NAS Whidbey Island, Bremerton, Wash. (2 percent); MCAS Kaneohe Bay, Hawaii (2 percent); MCAS Yuma, Ariz. (2 percent); and MCAS Miramar, Calif. (1 percent), and is expected to be completed in July 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Suffolk Construction Co., Inc., Sarasota, Fla., is being awarded a $9,498,000 firm-fixed-price contract for design and construction of a data center at Naval Weapons Station Charleston. Work will be performed in Charleston, S.C., and is expected to be completed by June 2011. 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 28 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-10-C-1762).

DEFENSE LOGISTICS AGENCY
Husky Marketing and Supply Co., Dublin, Ohio, is being awarded a maximum $84,737,520 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for aviation fuel. Other location of performance is in Lima, Ohio. Using service is Defense Energy Support Center. The original proposal was Web solicited with 27 responses. The date of performance completion is April 30, 2011. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0477).

AGE Refining, Inc.*, San Antonio, Texas, is being awarded a maximum $84,635,512 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for aviation fuel. Other location of performance is in Lima, Ohio. Using service is Defense Energy Support Center. The original proposal was Web solicited with 27 responses. The date of performance completion is April 30, 2011. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0462).

Alon USA, LP, Dallas, Texas, is being awarded a maximum $70,772,090 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for aviation fuel. Other location of performance is in Big Spring, Texas. Using service is Defense Energy Support Center. The original proposal was Web solicited with 27 responses. The date of performance completion is April 30, 2011. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0461).

Metals USA, dba I-Solutions Group, Fort Washington, Pa., is being awarded a maximum $48,000,000 fixed-price with economic price adjustment, prime-vendor contract supporting customer direct deliveries to locations within the central United States region. Other location of performance is in Pennsylvania. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were originally five proposals solicited with four responses. The date of performance completion is April 23, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM8EG-10-D-0002).

*Small business

Technorati Tags:
,



No comments: