Monday, May 3, 2010

DOD CONTRACTS for May 3, 2010

DOD CONTRACTS for May 3, 2010
May 3, 2010

U.S. SPECIAL OPERATIONS COMMAND
CACI-WGI Inc., Chantilly, Va.; SRA International, Inc., Fairfax, Va.; Jacobs Technology, Inc., Tampa, Fla.; and Booz Allen Hamilton, McLean, Va., were awarded Global Battlestaff and Program Support Services (GBPS) contracts on April 30. The contracts are indefinite-delivery/indefinite-quantity with a $2,500 minimum guarantee per prime contract award and a $1.5 billion maximum ceiling. Under the GBPS contracts, the contractors will provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform the services and provide support to all mission areas of USSOCOM as specified in the performance work statement and ordered under individual task orders. The objective of this contract action is to acquire global, non-personal services unique to special operation forces, and expertise to provide intellectual capital to assist with day-to-day business operations. In addition, the contractors shall provide subject matter expertise in areas of, but not limited to: time sensitive planning; interagency support; intelligence operations; military planning; intelligence, surveillance and reconnaissance program analysis; biometrics, socio-cultural analysis, geospatial analysis, signals intelligence, and human terrain initiatives with ISR support; administrative support; public affairs; training; accounting; budgeting; joint planning, budget and resource management; readiness planning and reporting; personnel reporting; acquisition and life cycle program management; procurement support; engineering support including research, development, science, technology, and systems engineering; graphics support and other business for USSOCOM. The anticipated period of performance is a three-year base period with one two-year option period, for a total contract period of performance not to exceed five years. The place of performance is multiple locations in the United States and overseas. USSOCOM is the contracting activity. The contract numbers are H92222-10-D-0016, H92222-10-D-0017, H92222-10-D-0018, and H92222-10-D-0019.

NAVY
Navistar Defense, LLC, Warrenville, Ill., is being awarded a $102,324,363 firm-fixed- priced delivery order #0013 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of various kits and parts for the Mine Resistant Ambush Protected vehicles. Parts include 937 gunner restraints; 3,251 120V wiring harnesses; 5,716 air conditioning circulation switches; 5,722 rear ramp hydraulics, rear ramp hydraulic - non-reoccurring equipment (NRE); 3,251 rear ramp storage; 2,630 fire support systems kits, fire support systems kits - NRE; and 822 heating, ventilation, and air conditioning kits. The objective of these vehicle systems is to support operations in Afghanistan. Work will be performed in West Point, Miss., and is expected to be completed by the end of October 2010. Contract funds in the amount of $102,324,363 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-07-D-5032).

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a $91,300,000 firm-fixed-price not-to-exceed modification to a previously awarded contract for advance procurement of the consolidated bill of material and associated labor to support beryllium oxide resistors, phase shifters, surface mount work center production and engineering services support of production of the DDG 114 and 115 Aegis weapon system. Work will be performed in Moorestown, N.J. (85 percent), and Clearwater, Fla. (15 percent), and is expected to be completed by December 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 (N00024-09-C-5110).

Research and Engineering Development, Inc.*, Lexington Park, Md., is being awarded a $49,712,139 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract to provide acquisition, engineering, analysis, development, and integration services in support of irregular warfare efforts sponsored by the Naval Air Systems Command's Human Systems Department (AIR-4.6). The estimated level of effort for this contract is 237,720 man-hours. Work will be performed in Patuxent River, Md. (80 percent), Fallon, Nev. (10 percent), and various locations outside the United States (10 percent). Work is expected to be completed in May 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-10-D-0001).

Heco Pacific Manufacturing*, Union City, Calif.; American Equipment, Inc.*, Salt Lake City, Utah; Advanced Crane Technologies, LLC*, Reading, Pa.; American Monorail of California*, Santa Fe Springs, Calif.; Crane Technologies Group, Inc.*, Rochester Hills, Mich.; and American Crane & Equipment Corp.*, Douglassville, Pa., are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new and overhauling existing weight handling equipment located primarily within Navy, Marine Corp, and other federal activities worldwide. The maximum dollar value, including the base period and four option years, for all six contracts combined, is $30,000,000. Work will be performed at Navy, Marine Corps, and other federal activities worldwide, including work on existing or installation of new weight handling equipment. Manufacturing or crane fabrication includes sites in California (30 percent), Pennsylvania (30 percent), Utah (20 percent), and Michigan (20 percent). Work is expected to be completed by May 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 six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Navy Crane Center, Portsmouth, Va., is the contracting activity (N62470-10-D-8000/8001/8002/8003/8004/8005).

Barbour Well, Inc., Henderson, Nev., is being awarded a $28,315,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the drilling of geothermal test holes. Efforts under this American Recovery and Reinvestment Act award will obtain geophysical data for determining potential geothermal resources. Work will be performed in Fallon, Nev. (50 percent), El Centro, Calif. (18 percent); Twentynine Palms, Calif. (16 percent), and the Hawthorne Army Depot, Hawthorne, Nev. (16 percent). Work is expected to be completed in August 2011. Contract funds in the amount of $12,077,858 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-10-D-0021).

R. A. Burch Construction Co., Inc., Ramona, Calif., is being awarded a $15,917,288 firm-fixed price task order 0002 under a multiple award construction contract for the design and construction of the mess hall expansion at Marine Corps Recruitment Depot San Diego. The task order also contains one planned modification which, if issued, would increase the cumulative contract value to $20,617,288. Work will be performed in San Diego, Calif., and is expected to be completed by November 2011. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8613).

Lockheed Martin-MS2, Liverpool, N.Y., is being awarded a $10,226,726 modification to a previously awarded contract for low cost conformal array production (LCCA) units and engineering and technical services for the LCCA systems. Work will be performed in Syracuse, N.Y. (97.5 percent), Walpole, Mass. (1 percent), Forest Hill, Md. (1 percent), and Millersville, Md. (0.5 percent). Work is expected to be completed by June 2013. 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 (N00024-08-C-6283).

ARMY
MPRI, a division of L-3 Services, Inc., Alexandria, Va., was awarded on April 29 a $53,003,000 time-and-material contract for the extension of support services for professional mentoring and training support services with reforming the Afghanistan Ministry of Defense and their subordinate organizations, policies, and procedures. Work is to be performed in Alexandria, Va., with an estimated completion date of Oct. 30, 2010. One bid was solicited with one bid received. Research Development & Engineering Command Contracting Center, Aberdeen Contracting Division, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0014).

MPRI, a division of L-3 Services, Inc., Alexandria, Va., was awarded on April 29, 2010 a $32,241,459 cost-plus-fixed-fee contract for the extension of support services for professional mentoring and training support services with reforming the Afghanistan Ministry of Interior and Afghan National Police, and their subordinate organizations, policies, and procedures. Work is to be performed in Alexandria, Va., with an estimated completion date of April 29, 2011. One bid was solicited with one bid received. Research Development & Engineering Command Contracting Center, Aberdeen Contracting Division, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-10-C-0100).

Tip Top Construction Corp., Christiansted, Virgin Islands, was awarded on April 29 a $18,312,480 firm-fixed-price contract for the construction of a regional training institute, Virgin Islands, National Guard, St. Croix, Virgin Island. Work is to be performed in St. Croix, Virgin Islands, with an estimated completion date of Jan. 15, 2012. Bids were solicited via the Federal Business Opportunities Web site with six bids received. National Guard Bureau, USPFO-Virgin Islands, Kingshill, Virgin Islands, is the contracting activity (W9127P-10-C-0001).

Project Times & Cost, Inc., Atlanta, Ga., was awarded on April 29 a $15,000,000 firm-fixed-price contract for the architect-engineering services nationwide cost engineering support for the Walla Walla District Directory/Center of Expertise. Work is to be performed in Atlanta, Ga., with an estimated completion date of April 5, 2014. Bids were solicited on the World Wide Web with four bids received. U.S. Army Corps of Engineers, Walla Walla District, Walla Walla, Wash., is the contracting activity (W912EF-09-D-0002).

Alatec, Inc., Huntsville, Ala., was awarded on April 29 a $13,480,400 firm-fixed-price contract. The contractor shall provide personnel expertise and skills required to support the Training and Doctrine Command Analysis Center (TRAC) White Sands Missile Range mission related to analysis, studies, modeling, simulation, and information technology. TRAC supports the Training and Doctrine Command by providing the analytical capabilities required to support Army decisions. Work is to be performed at White Sands Missile Range, N.M., with an estimated completion date of May 2, 2012. Four bids were solicited with four bids received. Mission & Installation Contracting Command Directorate of Contracting, White Sands Missile Range, N.M., is the contracting activity (W91QF-07-D-0004).

Technorati Tags:
,



No comments: