![]() |
U.S. Department of Defense Office of the Assistant Secretary of Defense (Public Affairs) Contracts |
FOR RELEASE AT | No. 1358-07 | |
5 p.m. ET | November 29, 2007 |
DEFENSE LOGISTICS AGENCY
Alaska Structures, Inc., Anchorage, Alaska, is being awarded a maximum $96,000,000 firm fixed price, indefinite delivery contract for a variety of shelters, components, and trailers. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Other location of performance is Mesilla Park, N.M. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM100-05-D-6064).
Alaska Tent and Tarp*, Fairbanks, Alaska, is being awarded a maximum $96,000,000 firm fixed price, indefinite delivery contract for a variety of shelters. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 1st option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-07-D-1534).
Anchor Industries, Evansville, Ind., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, components and trailers. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-06-D-6005).
Base-X Expedition Shelters, Fairfield, Va., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, trailers, and components. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM100-05-D-6063).
Camel Manufacturing Co., Pioneer, Tenn., is being awarded a maximum $96,000,000.00 firm fixed price, indefinite delivery contract for a variety of shelters. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 1st option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-07-D-1533).
Celina Tent, Inc*., Celina, Ohio, is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, components and trailers. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-06-D-6001).
DHS Systems, LLC, Orangeburg, N.Y.,* is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, components, and trailers. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is November 29, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-6060).
Johnson Outdoors, Binghamton, N.Y., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, trailers, and components. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM100-05-D-6059).
MMI - Federal Marketing Service Corp*., Montgomery, Ala., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Other location of performance is Sharon Center, Ohio. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM1C1-06-D-6007).
Schutt Industries, Clintonville, Wis., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, components, and trailers. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The original proposal was web solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. This is the 3rd option year being exercised. Date of performance completion is Nov. 29, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM1C1-06-D-6002).
Southern Counties Oil Co.*, dba SC Fuels, Orange, Calif, is being awarded a $6,947,195 modification to a fixed price with economic price adjustment contract for biodiesel fuel. Using services are the Navy, Air Force, Marine Corps and federal civilian agencies. Contract funds will expire at the end of the current fiscal year. There were 28 proposals originally solicited with 21 responses. Date of performance completion is Aug. 31, 2009. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-4528)
Taos Industries, Inc., Madison, Ala., is being awarded a maximum $97,733,914 firm fixed price contract, which will include a time and materials contract line item number and cost plus fixed fee CLIN, for labor and equipment to operate Defense Reutilization and Marketing Offices in Kuwait, Iraq and Afghanistan and support military installations throughout Iraq. Using services are the Army and Marine Corps. Contract funds will expire at the end of the current fiscal year. The proposal was solicited on FedBizOps with three responses. Date of performance completion is Nov. 28, 2012. The contracting activity is the Defense Reutilization and Marketing Service (DRMS), Battle Creek, Mich. (SP4410-08-D-2000)
AIR FORCE
Lockheed Martin Systems Integration of Owego, N.Y., is being awarded a firm-fixed price, cost plus fixed fee, and time and material; indefinite delivery/indefinite quantity contract modification for $29,500,000. This action will provide systems engineering and integration services for the A-10 weapon system. Minimum guarantee has already been met. The maximum contract limitation is being increased via contract modification by $29,500,000 from $49,000,000 to $78,500,000. The ordering period is also being extended from 18 months to 27 months. At this time, no additional funds have been obligated; aggregate dollars obligated under the contract before this action are $36,071,649. Ogden Air Logistics Center, 508th Aircraft Sustainment Wing, 538th Aircraft Sustainment Group /PK, Hill Air Force Base, Utah, is the contracting activity (FA8202-06-D-0001-P00002).
Rockwell Collins, Incorporated of Cedar Rapids, Iowa, is being awarded a cost plus award fee, firm-fixed price, cost plus fixed fee and time and material contract modification for $27,479,655.69. This action is for the rebaseline for the system development and demonstration completion, low rate initial production, and production and deployment of the KG-3X cryptographic modernization program. KG-3X units are used in the Minimum Essential Emergency Communications Network (MEECN) and the Fixed Submarine Broadcast System (FSBS) for strategic transmission of Emergency Action Messages (EAMs). The program entails box replacements, card set replacements, and reprogramming of 921 units. Of these 445 units will require organic service reprogramming. The contracted industry effort will be for 476 units. At this time, no funds have been obligated. Air Force Materiel Command, USAF, Electronic Systems Center, 653 Electronic Systems Wing, 653 ELSG/PK, Hanscom Air Force Base, Mass., is the contracting activity (FA8722-04-C-0004, P00026).
The Cessna Aircraft Co., of Wichita, Kan., is being awarded a firm-fixed price contract for $23,736,249. This contract action will procure 5 (includes an option for 2) Cessna Aircraft Co., C-208B aircraft, minor aircraft modifications and logistic support services, with one year of spares for the Iraqi Air Force. At this time, $23,736,249 has been obligated. 337th AESG/FMS, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-08-C-6183).
United Technologies Corp., Pratt and Whitney of East Hartford, Conn., is being awarded a cost plus fixed fee contract modification for $15,033,095. This contract will exercise a priced option for CY08 Combined Test Force (CTF) Operations and support flight test support. At this time $11,274,821 has been obligated. 478 AESW/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-05-C-2851, P00030).
NAVY
SAIC, San Diego, Calif., is being awarded a potential $22,835,212 modification under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering support for command and control, communications, computers, and intelligence (C4I) systems for the Space and Naval Warfare Systems Center San Diego (SSC San Diego). Specific efforts will include engineering products related to C4I software applications and database management systems for current and new C4I systems. As one of six original awardees, SAIC, will continue to compete for task orders during the contract’s ordering period. This option award brings the potential, cumulative value of this contract to $28,915,647. All work will be performed in San Diego, Calif., and work is expected to be completed by September 2011. This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems e-Commerce Central website, with 10 offers received and six awards made. SSC San Diego, Calif., is the contracting activity (N66001-06-D-0028).
FGM, Inc., Reston, Va., is being awarded a potential $21,334,352 modification under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-06-D-0132) to exercise an option for engineering support for command and control, communications, computers, and intelligence systems for the Space and Naval Warfare Systems Center San Diego. Specific efforts will include engineering products related to C4I software applications and database management systems for current and new C4I systems. As one of six original awardees, FGM, Inc. will continue to compete for task orders during the contract’s ordering period. This option award brings the potential, cumulative value of this contract to $26,837,830. Work will be performed in San Diego, Calif., and work is expected to be completed by September 2011. This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems e-Commerce Central website, with 10 offers received and six awards made. SSC San Diego, Calif., is the contracting activity.
Forward Slope, Inc. (FSI), San Diego, Calif., is being awarded a potential $20,930,647 modification under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering support for command and control, communications, computers, and intelligence (C4I) systems for the Space and Naval Warfare Systems Center San Diego (SSC San Diego). Specific efforts will include engineering products related to C4I software applications and database management systems for current and new C4I systems. As one of six original awardees, FSI will continue to compete for task orders during the contract’s ordering period. This option award brings the potential, cumulative value of this contract to $26,573,446. All work will be performed in San Diego, with work expected to be completed by September 2011. This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems e-Commerce Central website, with 10 offers received and six awards made. SSC San Diego, Calif., is the contracting activity (N66001-06-D-0133).
Maxim Systems, Inc. (MSI), San Diego, Calif., is being awarded a potential $20,667,887 modification under previously awarded indefinite-delivery, indefinite-quantity, cost-plus-fixed-fee contract for engineering support for command and control, communications, computers, and intelligence (C4I) systems for the Space and Naval Warfare Systems Center San Diego (SSC San Diego). Specific efforts will include engineering products related to C4I software applications and database management systems for current and new C4I systems. As one of six original awardees, MSI will continue to compete for task orders during the contract’s ordering period. This option award brings the potential, cumulative value of this contract to $26,210,734. Work will be performed in San Diego, Calif., and work is expected to be completed by September 2011. This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems e-Commerce Central website, with 10 offers received and six awards made. SSC San Diego, Calif., is the contracting activity (N66001-06-D-0135).
Intelesis Technologies Corp., San Diego, Calif., is being awarded a potential $19,120,461 modification under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering support for command and control, communications, computers, and intelligence (C4I) systems for the Space and Naval Warfare Systems Center San Diego. Specific efforts will include engineering products related to C4I software applications and database management systems for current and new C4I systems. As one of six original awardees, ITC will continue to compete for task orders during the contract’s ordering period. This option award brings the potential, cumulative value of this contract to $23,997,954. Work will be performed in San Diego, Calif., and work is expected to be completed by September 2011. This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems e-Commerce Central website, with ten offers received and six awards made. SSC San Diego, Calif., is the contracting activity (N66001-06-D-0134).
Sys Technologies, Inc., San Diego, Calif., is being awarded a potential $17,146,529 modification under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering support for command and control, communications, computers, and intelligence (C4I) systems for the Space and Naval Warfare Systems Center San Diego. Specific efforts will include engineering products related to C4I software applications and database management systems for current and new C4I systems. As one of six original awardees, Sys Technologies, Inc. will continue to compete for task orders during the contract’s ordering period. This option award brings the potential, cumulative value of this contract to $21,668,745. Work will be performed in San Diego, Calif., and work is expected to be completed by September 2011. This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems e-Commerce Central website, with 10 offers received and six awards made. SSC San Diego, Calif., is the contracting activity (N66001-06-D-0136).
National Steel and Shipping Company, San Diego, Calif., is being awarded a $10,696,844 cost plus award fee modification to previously awarded contract, for repair and alterations during the Non-Docking Scheduled Availability of the USS DENVER (LPD-9). Work will be performed in San Diego, Calif., and is expected to be completed by March 2008. Contract funds in the amount of $10,482,907, will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N00024-06-C-4402).
Terex Corp., Stafford, VA, is being awarded a $7,822,632 Firm Fixed Price Delivery Order No. 0012 under Contract No. M67854-05-D-5145 for 12 cranes, and associated items. Work will be performed by Terex-Demag GmbH&Co.KG, Dinglerstr.24, 66482 Zweibrucken, Germany. The period of performance is expected to be completed by June 2009. Contract funding will not expire during the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-05-D-5145).
*Small Business
http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3657
NEWSLETTER
|
Join the GlobalSecurity.org mailing list |
|
|