Monday, February 27, 2012

Contracts.

M2 PRESSWIRE-26 April 2002-US DOD: Contracts (C)1994-2002 M2 COMMUNICATIONS LTD

RDATE:04252002

NAVY

National Technologies Associates Inc.,* Alexandria, Va.; ManTech System Engineering Corp., Fairfax, Va.; Eagan, McAllister Associates Inc.,* Lexington Park, Md.; ARINC Inc., Annapolis, Md.; J.F. Taylor, Inc.,* Lexington Park, Md.; Titan Systems Corp., Mount Laurel, N.J.; and Veridian Engineering, Inc., Buffalo, N.Y., are each being awarded a cost-plus-award-fee, indefinite-delivery and indefinite-quantity multiple award contract. The contracts being awarded to these seven companies provide for approximately 917,739 hours in the base year for test and evaluation support for the Naval Air Systems Command, Naval Air Warfare Center Aircraft Division, Test and Evaluation Engineering Department. National Technologies Associates Inc. is being awarded a base year ceiling amount of $1,385,361; ManTech System Engineering Corp. is being awarded a base year ceiling amount of $6,272,909; Eagan, McAllister Associates Inc., is being awarded a base year ceiling amount of $10,941,195; ARINC Inc., is being awarded a base year ceiling amount of $17,773,947; J.F. Taylor, Inc., is being awarded a base year ceiling amount of $10,888,926; Titan Systems Corp. is being awarded a base year ceiling amount of $33,133,575; and Veridian Engineering Inc. is being awarded a base year ceiling amount of $30,509,733. Work will be performed in Patuxent River, Md., and is expected to be completed by April 2003. These contracts were competitively procured by a multiple award electronic request for proposals with 120 proposals solicited and eight offers received. The Naval Air Systems Command, Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-02-3175, N00421-02-3176, N00421-02-3177, N00421-02-3178, N00421-02-3179, N00421-02-3180 and N00421-02-3181, respectively).

Innovative Technical Solutions Inc.*, Walnut Creek, Calif.; Engineering Remediation Resources Group,* Concord, Calif; and TPA-CKY*, San Pedro, Calif., are being awarded an aggregate amount of $20,000,000, guaranteed minimum of $5,000 to each contractor, firm-fixed-price multiple award indefinite-delivery and indefinite-quantity contract for environmental remedial action services. The aggregate of $20,000,000 will potentially be shared among all three contractors. Work will be performed at various Navy and Marine Corps installations in Northern California (85 percent), Arizona, (five percent), Nevada (five percent), and New Mexico (five percent). The term of the contract is not to exceed five years with an expected completion date of April 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) Small Business Set Aside via the Naval Facilities Engineering Command e-solicitation Web site with nine proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest Division, San Diego, is the contracting activity (N68711-02-D-8303/8304/8310).

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $15,000,000 modification to previously awarded cost-plus-award-fee, indefinite-delivery and indefinite-quantity task order contract (N47408-01-D-8207) to exercise an option to perform environmental engineering services. The total contract amount is not to exceed $75,000,000 (base period and four option years). The work will be performed at various Navy and Marine Corps installations worldwide. The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites, Resource Conversation and Recovery Act, underground storage tanks and other sites, which might require remedial action. Term of contract is not to exceed five years with an expected completion date of April 2006; April 2003 is the expected completion date for the first option period. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with two proposals received and award made on April 30, 2001. The Naval Facilities Engineering Command Contracts Office, Port Hueneme, Calif., is the contracting activity.

SFA Inc., Largo, Md., is being awarded a $14,975,285 indefinite-delivery and indefinite-quantity, cost-plus-fixed-fee contract for engineering support services for Command, Control, Communications, Computers and Intelligence systems on board U.S. Government vessels and shore facilities. Work will be performed in Virginia Beach, Va. (70 percent); Norfolk, Va. (15 percent); San Diego, (10 percent); and Largo, Md. (five percent), and is expected to be completed by April 2007. Contract funds in the amount of $139,613 will expire at the end of the current fiscal year. The contract was competitively procured and advertised on the Internet with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting agency (N00164-02-D-8901).

Lockheed Martin Space Systems Co. (LMSS), Sunnyvale, Calif., is being awarded a $12,035,310 cost-plus-fixed-fee contract for support of the United Kingdom (U.K.) FY03 TRIDENT II (D5) Program. Work will be performed in Sunnyvale, Calif., and is expected to be completed by March 2003. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-02-C-0049).

Lockheed Martin Space Systems Co. (LMSS), Sunnyvale, Calif., is being awarded an $8,981,316 cost-plus-fixed-fee contract to provide research and development investigations for technology sustainment of the D5 missile system. The contractor will utilize the research findings of the previous years' Technology Sustainment Support Services (TSSS) efforts and develop a radiation hardening systems design software program and provide continued research and development investigations of missile structure dynamic response to rocket motor ignition events, as well as investigations of alternative missile drag reduction devices. Work will be performed in Sunnyvale, Calif. (94 percent) and Salt Lake City, Utah (six percent), and is expected to be completed by March 2005. Contract funds in the amount of $17,745 will expire by the end of the current fiscal year. The contract was not competitively procured. The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-02-C-0050).

FLIR Systems, Portland, Ore., is being awarded a $7,304,530 firm-fixed-price delivery order under previously awarded contract (N00164-01-D-0015) to provide the Next-Level Technological Upgrade of the AN/AAQ-22A Navigational Thermal Imaging System. Work will be performed in Portland, Ore., and is expected to be completed by December 2002. Contract funds will not expire at the end of the current fiscal year. This order is awarded on a sole source basis. The Naval Surface Weapon Station, Crane Division, Crane Ind., is the contracting activity.

Bell-Boeing Joint Program Office, Arlington, Va., is being awarded a $5,185,952 ceiling-priced order for the procurement of various low rate initial production spares for the V-22 Training Division. Work will be performed in Fort Worth, Texas (76 percent) and Ridley Park, Pa. ,(24 percent), and is expected to be completed by June 2004. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point, Philadelphia, is the contracting activity (N00383-97-G-002N) (Order 0031).

ARMY

On April 24, 2002, Dick Pacific Construction Co., Ltd., Barrigada, Guam, was awarded a $9,472,492 firm-fixed-price contract for construction of a 22,000 square feet, 315,000 cubic feet cold storage warehouse, having two freezer and five chilled rooms with racking, and a contiguous ice plant. Supporting facilities include utilities, fire protection and alarm systems; paving, walks, curbs and gutters; storm drainage; information systems; and site improvements. Work will be performed in U. S. Army Kwajalein Atoll, Marshall Islands, and is to be completed by Nov. 20, 2004. Funds will not expire at the end of the current fiscal year. There were 40 bids solicited on Dec. 7, 2001, and three bids were received. The U. S. Army Engineer District, Honolulu, Fort Shafter, is the contracting activity (DACA83-02-C-0003).

Griffin Services Inc., Atlanta, was awarded a $21,894,820.56 cost-plus-award-fee contract. The result of the cost comparison will be provided to all interested parties, including the affected employees, their unions, and the potential contractor. A final decision will not be made until any objections to the cost comparison have been evaluated. The report to Congress required by Title 10, Chapter 146, Sections 2461-68, will be made before the contractor is authorized to proceed under this conditionally awarded contract, if the final decision is to convert to contract performance. If the final decision is to retain the activities in-house, the contract will be canceled. Work will be performed in Illinois (four percent), Indiana (two percent), Iowa (two percent), Michigan (two percent), Minnesota (two percent), Nebraska (one percent), Ohio (two percent), Wisconsin (three percent), and Fort McCoy, Wis. (82 percent), and is to be completed by Oct. 31, 2003. Contract funds will not expire at the end of the current fiscal year. The number of bids solicited cannot be determined as it was posted electronically. There was one bid received. The Directorate of Contracting, Fort McCoy, Wis., is the contracting activity (DAKF61-02-C-0010).

AIR FORCE

TRW Intercontinental Ballistic Missile (ICBM) Systems, Clearfield, Utah, is being awarded a $15,476,809 (estimated) cost-plus-award-fee contract modification to provide for the Global Positions System Metric Tracking Program on the ICBM Prime Integration contract. At this time, $2,031,216 of the funds has been obligated. This work will be completed in September 2006. The Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

* Small Business

((M2 Communications Ltd disclaims all liability for information provided within M2 PressWIRE. Data prepared by named party/parties. Further information on M2 PressWIRE can be obtained at http://www.presswire.net on the world wide web. Inquiries to info@m2.com)).

No comments:

Post a Comment