UNITED24 - Make a charitable donation in support of Ukraine!

Military

U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contracts

FOR RELEASE AT No. 985-07
5 p.m. ET August 09, 2007

CONTRACTS

NAVY

TN & Associates*, Milwaukee, Wis.; Cape Environmental Management*, Costa Mesa, Calif.; ERS JV*, Elk Grove, Calif.; and SES-TECH Remediation Services*, San Diego, Calif., are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity environmental multiple award contract for environmental remediation services on Navy and Marine Corps installations at various locations in Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington and other DOD installations nationwide. The total amount for all contracts combined is not to exceed $100,000,000. Work will be performed at various federal sites within the Naval Facilities Engineering Command Southwest area of responsibility including, but not limited to, California (80 percent); Arizona (10 percent); Alaska (2 percent); Nevada (2 percent); Washington (2 percent); New Mexico (1 percent); Oregon (1 percent); Utah (1 percent), and nationwide (1 percent). Work is expected to be completed August 2008 (August 2012 with options). Contract funds will not expire at the end of the current fiscal year. This contract was issued as a small business set-aside, with two awards reserved for 8(a) small businesses and two awards for small business concerns on the Naval Facilities Engineering Command e-solicitation website with 11 proposals received. These four 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 (N62473-07-D-3217/3218/3219/3220).

Raytheon Co., Integrated Defense System, Sudbury, Mass., is being awarded an estimated $72,698,945 modification under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N65236-05-D-8837) to provide additional projected requirements surrounding the demonstration of Homeland Security related capabilities of a Relocatable Over the Horizon Radar (ROTHR) Two-dimensional (2-D) Receive Antenna Array. These additional requirements will add tasking to perform hardware engineering and a ROTHR Two-dimensional (2-D) Receive Antenna Array demonstration. The contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to an estimated $124,746,281. Work will be performed primarily in Tidewater area, Va. (50 percent); Premont, Texas (30 percent); Sudbury, Mass. (15 percent) and Viques, Puerto Rico (5 percent), and is expected to be completed by September 2007 (September 2010 with options). Contract funds will not expire at the end of the current fiscal year. The contract was awarded as a sole source. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (Mod P00004).

Del-Jen, Inc., Rolling Hills Estates, Calif., is being awarded a $23,171,209 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station Pensacola and surrounding areas (Saufley Field, Corry Station, Bronson Field and Choctaw Field). This contract contains options, which if exercised, would bring the total contract value to a not to exceed value of $206,943,688. Work will be performed in Pensacola, Fla., and work is expected to be completed September 2008 (September 2017 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with seven offers received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N62467-06-D-0077).

Capstone Corp.*, Alexandria, Va., is being awarded $7,706,768 for firm-fixed-priced Task Order EFE1 under previously awarded Seaport-E contract (N00178-05-D-4232) for Commander Navy Installations Command (CNIC) Regional Operations Center Manning Support which includes the base year core support and an additional 1,093 hours of surge support for the Hawaii region. The total task order amount including the base and two option years with all optional items for regional surge support is $35,705,602. Work will be performed equally at the following locations: Naval Station Great Lakes, Naval Station San Diego, Submarine Base Bangor, Naval Air Station Jacksonville, Naval Station Norfolk, Washington Navy Yard, and Naval Station Pearl Harbor. The term of the task order is not to exceed 36 months with an expected completion date of August 2008 (August 2010 with options). Contract funds will expire at the end of the current fiscal year. This task order award was competitively procured via the Seaport e-solicitation as a 100% small business set-aside for Zone 2. Seven proposals were received in response to the solicitation. The Naval Facilities Engineering Command, Southwest, Specialty Center Contracts Core, Port Hueneme, Calif., is the contracting activity.

Pacific West Builders*, Vacaville, Calif., , is being awarded $6,150,000 for firm-fixed-price Task Order #0002 under previously awarded indefinite-quantity multiple award construction contract (N62473-07-D-2011) for design and construction of an administrative building, a railroad equipment/engine maintenance facility, and an electrical substation at Naval Weapons Seal Beach Detachment, Concord, Calif. Work will be performed in Concord, Calif., and is expected to be completed by January 2009. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, Calif., is the contracting activity.

* Small Business

http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3577



NEWSLETTER
Join the GlobalSecurity.org mailing list