Military Contracts

February 12, 2008

NAVY   Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a not-to-exceed $19,893,884 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-06-G-0001) for two non-recurring engineering (NRE) efforts associated with the manufacture of a minimum of 40 build new AH-1Z aircraft for the U.S. Marine Corps. The first portion of the NRE effort includes tool design and loft for producing the tool-proof cabin and other tool-proof parts, and initiates manufacturing engineering and production planning. The second NRE effort will be issued to integrate and qualify the T700-401C engine for use in the build new AH-1Z aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in Nov. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.   Smiths Aerospace Mechanical Systems – Santa Ana, Inc., Santa Ana, Calif., is being awarded a $13,616,078 modification to a previously awarded firm-fixed-price contract (N00421-00-C-0433) for the procurement of 210 each 480-gallon external fuel tanks for F/A-18E/F aircraft for the Navy and the government of Australia. Work will be performed in Santa Ana, Calif., and is expected to be completed in Dec. 2008. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the Navy ($7,780,616; 57 percent) and the government of Australia ($5,835,462; 43 percent) under the Foreign Military Sales Program. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.   Stewart & Stevenson Tactical Vehicle, Division of Armor Holdings, Sealy, Texas, is being awarded $12,750,000 modification to delivery order 0002 under previously awarded contract (M67854-07-D-5030) for the purchase of 20 outside the continental United States (OCONUS) new equipment training instructors. Work will be performed in a combat area of operations in an austere environment, and work is expected to be completed Feb. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.    Lockheed Martin Services Inc., Cherry Hill, N.J., is being awarded $11,326,237 for a nine-month extension to an existing indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00140-03-D-E601), which was awarded in Dec. 2002.  The contract provides engineering and technical services to support the development, integration and implementation of programs and changes or improvements to programs assigned to the Space and Naval Warfare Systems Center San Diego, C4I Programs Office, Philadelphia.  These programs/projects include Distributed Common Ground System–Navy (DCGS-N), Digital Photo Lab/ Digital Camera Receiving Station (DPL/DCRS), National Geospatial-Intelligence Agency Deployable Systems (NDS) and Image Product Library.  The awardee is providing systems engineering, system integration, system testing, software application development, hardware installation, software installation, curriculum development, training, configuration management, distribution center, service changes, integrated logistics support and software reproduction services.  This extension allows for completion of a follow-on contract which is necessary to continue providing, without interruption, the engineering and technical services the contractor has been providing under this contract.  The extension will increases the overall total value of the contract to $97,663,845. Work will be performed in Philadelphia, Pa., (67.5 percent); Mt. Laurel, N.J., (20 percent); and at field locations (12.5 percent) in accordance with individual performance work statements, and work is expected to be completed Sep. 2008.  Contract funds will not expire at the end of the current fiscal year.  The modification to extend the original contract was advertised via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems e-Commerce Central website.  A sole-source justification and approval was signed in accordance with FAR Subpart 6.302-1 and 10 U.S.C. 2304(c)(1), for Only One Responsible Source.  The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity.   ARMY   Alutiiq International Solutions, LLC, Aurora, Colo., was awarded on Feb. 8, 2008, a $16,498,562 firm-fixed price contract for the design and construction of a replacement school. Work will be performed in McKinley County, N.M., and is expected to be completed by Aug. 11, 2009.  Contract funds will not expire at the end of the current fiscal year.  Ten bids were solicited on Jul. 12, 2007, and three bids were received.  The U.S. Army Corps of Engineers, Albuquerque District, Albuquerque, N.M., is the contracting activity W912PP-08-C-0006.   Alliant Lake City Small Caliber Ammunition Co., LLC, Independence, Mo., was awarded on Feb. 8, 2008, a $6,849,128 firm-fixed price requirements contract to assist in modernizing and enhancing manufacturing capability for the production of ammunition.  Work will be performed in Independence, Mo., and is expected to be completed by Sep. 30, 2009. Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Oct. 31, 2006, and one bid was received. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity DAAA09-99-D-0016.   CSC Systems & Solutions, Inc., Alexandria, Va., was awarded on Feb. 8, 2008, a $6,091,723 cost-plus-fixed-fee contract for support of the “International Counter Proliferation Program.”  Work will be performed at Fort Belvoir, Va., and is expected to be completed by Aug. 27, 2008.  One bid was solicited on Jan. 2, 2008, and one bid was received.  The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity DTRA01-02-D-0064. DRS Test & Energy Management, Inc., Huntsville, Ala., was awarded on Feb. 7, 2008, a $5,565,561 cost-plus-fixed-fee-level-of-effort-delivery-order contract for systems technical support for the conditioned based maintenance reliability analysis program.  Work will be performed in Huntsville, Ala., and is expected to be completed by Dec. 31, 2008.  Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Oct. 12, 2007, and one bid was received. The U.S. Army TACOM, Rock Island, Ill., is the contracting activity W52H09-06-G-0001.   AIR FORCE   IAP Worldwide Services, Inc., of Cape Canaveral, Fla., is being awarded a contract for $15,835,047. This action provides for civil engineering services for Hanscom AFB, Mass. These services will include customer support services, infrastructure maintenance, facility maintenance, physical plant operations, utilities management, civil engineer services, environmental compliance, engineering support services, repair, some construction, property management, and financial management. At this time all funds have been obligated. 66 CONS/PKA, Hanscom Air Force Base, Mass., is the contracting activity (FA2835-08-D-0001).

Government Military Contracts

February 6, 2008

 AIR FORCE  

General Electric Co. Aircraft Engines of Cincinnati, Ohio is being awarded a firm-fixed price contract modification for $15,592,486. This contract modification will provide for mixing duct and two flame-holder segments. It is redesigned hardware meant to address the fact that the augmenter/exhaust nozzle section is a leading contributor to labor intensive unscheduled engine removals in direct relation to excessively repaired parts that are subject to thermal variances. The mixing duct incorporates redesigned support hangers and outer lugs at all flame-holder attachment locations.  The design incorporates replaceable inserts made from L605 material coated with chromium carbide on both face surfaces. The flame-holders consist of a 10 piece design that has the mid and outer rings split at ten locations, which reduces thermally induced stresses that cause crack initiation in the rings. This acquisition is being accomplished under a sole source, four plus-year requirements type contract with a basic period (15 months) and three one year options. This program in combination with the F110 Services Life Extension Program  is designed to extend the life of the F110-GE-100 and -129 engines to 2025. The F110 engines power the Air Force‘s F-16 fleet. The F-16 fleet is an aging fleet that is exceeding its “design life” of 8000 Total Accumulated Cycles by an average 485 TACs. A complete engine re-design was accomplished under the Component Improvement Program ordered by ASC/LPK. At this time no funds have been obligated. 748 CBSG/PKP, Tinker Air Force Base, Okla., is the contracting activity (FA8104-05-D-0042-P00006).  

 Global Ground Support LLC of Olathe, Kan., is being awarded a contract for $14,679,715.56. This action provides for 44 Truck Mounted Deicers. At this time all funds have been obligated. 642nd CBSG/GBKAC, Robins Air Force Base, Okla., is the contracting activity (F41608-99-D-0029).  

NAVY  

InnovaSystems International LLC, San Diego, Calif.,is being awarded a $14,100,185 cost-plus-award-fee contract for system engineering, system design/development, integration, testing, installation, training, lifecycle maintenance, procurement support, help desk services, management support, and system documentation for the Defense Readiness Reporting System – Navy. This one-year contract includes four one-year options which, if exercised, would bring the potential, cumulative value of this contract to an estimated $75,767,799. Work will be performed in San Diego, Calif., and work is expected to be completed Feb. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was a sole-source justification and approval was signed in accordance with FAR Subpart 6.302-1 and 10 U.S.C. 2304(c)(1), for Only One Responsible Source. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-08-D-0030).  

Prexis, Inc. Alexandria, Va., is being awarded a $5,824,313 cost-plus-fixed-fee contract for research and development engineering and technical support services. Tasks will include systems engineering (hardware and software) systems analysis (hardware and software) and data collection and analysis. This contract contains four 12-month options which, if exercised, will bring the cumulative value of this contract to $28,796,848. Work will be performed in Washington, D.C., and work is expected to be completed Feb. 2009 (Jan. 2013 with options). Contract funds in the amount of $209,000 will expire by the end of current fiscal year. This contract was competitively procured under a Request for Proposal Number (N000173-07-R-SC05), with one offer received. The Naval Research Laboratory, Washington, D.C., is the contracting activity (N000173-08-C-2013).

CONTRACTS

February 2, 2008

 NAVY  

General Dynamics, National Steel and Shipbuilding Co. San Diego, Calif., is being awarded a $459,780,045 modification to previously awarded contract (N00024-02-C-2300) to exercise an option for construction of T-AKE 10, including technical manuals, special studies, analyses and reviews; engineering and industrial services, and data; and long lead time material for T-AKE 11. T-AKE is a new Combat Logistics Force Underway Replenishment Naval vessel intended to replace the current capability of the Kilauea-Class (T-AE 26) Ammunition Ship, Mars-Class (T-AFS 1) Combat Stores Ships, and when operating in concert with a Henry J. Kaiser-Class (T-AO 187) Oiler ship, the Sacramento-Class (AOE 1) Fast Combat Support Ship. As an auxiliary support ship, T-AKE will directly contribute to the ability of the Navy to maintain a forward presence.  In its primary mission role, the T-AKE will provide logistic lift from sources of supply such as friendly ports, or at sea from specially equipped merchant ships by consolidation, and will transfer cargo (ammunition, food, limited quantities of fuel, repair parts, ship store items, and expendable supplies and material) at sea to station ships and other naval warfare forces.  In its secondary mission, the T-AKE may be required to operate in concert with a Henry J. Kaiser-Class (T-AO 187) Oiler as a substitute station ship to provide direct logistics support to the ships within a Carrier Battle Group. I n its Maritime Prepositioning Force (Future) role T-AKE will contribute to the accomplishment of the seabasing mission area. Work will be performed in San Diego, Calif., and work is expected to be completed by Feb. 2012. Contract funds will not expireat the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.  

General Electric Aviation, Lynn, Mass., is being awarded a $193,000,000 performance based logistics (PBL) requirements contract for repair, replacement, consumables support, and program support for F414 engine components used on the F/A-18 E, F, and EA-18G aircraft. Work will be performed in Jacksonville, Fla., (80 percent); and Lynn, Mass., (20 percent), and work is expected to be completed by Dec. 2010. Contract funds will not expire at the end of the contract ordering period. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (N00383-08-D-002M).   Rolls-Royce Corp. Indianapolis, Ind., is being awarded a $127,728,256 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0060) for the procurement of 53 MV-22 and 13 CV-22 Lot 12 AE1107C engines. Work will be performed in Indianapolis, Ind., and work is expected to be completed in Dec. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.  

Bell Boeing Tiltrotor Team, Amarillo, Texas, is being awarded a $38,623,787 indefinite-delivery/indefinite-quantity contract to repair items used on the V-22 helicopter. This contract includes one base year and two one-year option periods which if exercised, bring the total estimated value of the contract to $116,243,680. Work will be performed in Hurst, Texas (40 percent) and Ridley Park, Pa., (60 percent), and work is expected to be completed by Oct. 2010. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (N00383-08-D-001N).   The Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $36,367,391 modification to a previously awarded cost-plus-incentive-fee contract (N00019-03-C-3017) to provide additional administrative and logistics services in support of the MV-22 Total Life Cycle Logistics Support effort.  Work will be performed in Ridley Park, Pa., (45 percent); Fort Worth, Texas, (40 percent); New River, N.C., (10 percent); and in various locations outside the U.S. (5 percent); and is expected to be completed in Jul. 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.  

MacGREGOR USA Inc. Cedar Knolls, N.J., is being awarded a $19,560,381 firm-fixed-price contract for the detail design, fabrication, installation, and documentation of the Test Article Vehicle Transfer System (TAVTS). The TAVTS will demonstrate the transfer of vehicles between a surrogate Maritime Prepositioning Force Future (MPF(F)) Mobile Landing Platform (MLP) ship and a Large Medium-Speed Roll-on/Roll-off (LMSR) ship. The two primary components of the TAVTS are a self-deploying ramp system that will be installed on a dynamically positioned surrogate MLP and a self-deploying sideport platform that will be mounted to an existing LMSR ship, either a T-AKR 300 BOB HOPE CLASS or T-AKR WATSON CLASS. Work will be performed by MacGREGOR in Chesapeake, Va., Cedar Knolls, N.J., and with MacGREGOR USA affiliates in Poland, Sweden, and Norway, and work is expected to be completed by Nov. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via Federal Business Opportunities, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-08-C-2222).  

Northrop Grumman Newport News, Newport News, Va., is being awarded a $16,338,114 modification to previously awarded contract (N00024-07-C-2116) to exercise an option for CVN 79 Integrated Product and Process Development. The integrated product and process development contract provides research and development efforts with investment objectives to: reduce acquisition cost, reduce total ownership cost, and maintain weight/center of gravity service life allowance thresholds. The contract will also provide continuation of systems development, engineering services, and feasibility studies for the CVN 79 and technology refresh, as required. Work will be performed in Newport News, Va., and work is expected to be completed by Oct. 2008. 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.   Multinational Logistic Services Limited, Valletta, VLT 10, Malta, is being awarded an $8,970,162 indefinite-delivery requirements contract with firm-fixed-price provisions for husbanding services to support Navy and U.S. government vessels that make OCONUS port calls in Canada, the Caribbean, Central America, Mexico and South America (C3MS region). This contract consists of one base year and four one-year option periods, which if exercised, bring the total value of the contract to $44,850,811. Work will be performed in various OCONUS commercial ports throughout the C3MS region, and work is expected to be completed by Feb. 2009. Contract funds will not expire at the end of the fiscal year. This contract was competitively procured through Government-wide Points of Entry, Navy Electronic Commerce Online, and Federal Business Opportunities websites, with three offers received.   The Fleet and Industrial Supply Center, Norfolk, Va., is the contracting activity (N00189-08-D-0020).

  Chesapeake Sciences Corp. Millersville, Md., is being awarded a $6,214,805 modification to previously awarded contract (N00024-07-C-6223) for TB-34 Next Generation Fat Line Towed Bodies, interface hardware, and associated services in support of the TB-34 Towed Array System. The TB-34 was developed to provide improved Anti-Submarine Warfare and contact avoidance capability in cluttered littoral environments as well as maintain the U.S. Submarine Fleet’s Ready for Issue fat line towed array inventory. Work will be performed in Millersville, Md., (70 percent), and Syracuse, N.Y.,(30 percent), and work is expected to be completed by Dec. 2009. Contract funds in the amount of $6,214,805 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.  

 AIR FORCE  

 McDonnell Douglas Corp. doing business as Boeing Aerospace Operations, Inc. of San Antonio, Texas, is having a fixed-price contract option exercised for $307,500,000. This action will exercise option IX/KC-10 and option J/KDC-10 contractor logistics support for Feb. 1, 2008, through Jan. 31, 2009.  At this time no funds have been obligated. 727 ACSG/PKA, Tinker Air Force Base, Okla., is the contracting activity (F34601-98-C-0125/P00258).    Lockheed Martin Space Systems Corp. of King of Prussia, Pa., is being awarded a cost plus award fee contract modification for $39,489,058.  This modification provides for launch support, on-orbit operations, satellite storage and compensatory security measures for satellites that remain to be launched under contract F04701-89-C-0073.  At this time $35,408,023.64 has been obligated. SMC/GPSW/PK, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-89-C-0073).  

ATK Tactical Systems of Rocket Center, W.Va., is being awarded a firm fixed-price contract modification for $11,674,806.44.  The DSU-33D/B is a nose-mounted sensor used on M117 and MK-80 series general-purpose bombs and the Joint Direct Attack Munition (JDAM). The DSU-33D/B provides a fire pulse to a fuze, which in turn, initiates bomb detonation at a Height-of-Burst (HOB) nominally 20 feet.  The HOB capability enhances the performance of the weapon systems for above ground targets.  The DSU-33D/B can provide a fire pulse to the following fuzes:  FMU-139B, FMU-139A/B, FMU-139B/B, FMU-152/B and the FMU-152 A/B.  Internal battery power for the DSU-33D/B is initiated by either an FZU-48/B, FZU-55/B, or FZU-55A/B in the Air Force configuration, or the Fuze Control Set in the Navy configuration.  The sensor is qualified for use on the following aircraft and each variant in their series:  Marine AV-8, Navy/Marine F/A-18, and Air Force A-10, F-15, F-16, F-22, B-52, B-1 and B2 including FMS versions.  This action is to exercise option two for procurement of 11,492 DSU-33D/B proximity sensors and cables for the Air Forces.  At this time all of the funds have been obligated. 679 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C009. P00017).  

 DEFENSE LOGISTICS AGENCY  

Propper International, Inc. Mayaguez, Puerto Rico, is being awarded a maximum $73,378,860.00 firm fixed price, indefinite delivery, and indefinite quantity contract for Army Combat Uniform Coats. Other locations of performance are in Puerto Rico. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0408).   American Apparel Inc. Selma, Ala., is being awarded a maximum $61,621,800.00 firm fixed price, indefinite delivery, and indefinite quantity contract for Army Combat Uniform Coats. Other locations of performance are in Ala. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0406).   D.J. Manufacturing Corp. Caguas, Puerto Rico, is being awarded a maximum $57,834,840.00 firm fixed price, indefinite delivery, and indefinite quantity contract for Army Combat Uniform Coats. Other locations of performance are in Puerto Rico. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0407).   Woolrich, Inc., Woolrich, Pa., is being awarded a maximum $23,183,040.00 firm fixed price, indefinite delivery, and indefinite quantity contract for Army Combat Uniform Coats. Other locations of performance are Ga., Texas, and Ill. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0410).   Golden Manufacturing Co. Inc. Golden, Miss., is being awarded a maximum $19,396,080.00 firm fixed price, indefinite delivery, and indefinite quantity contract for Army Combat Uniform Coats. Other locations of performance are in Mississippi. Using service is Army. This proposal was originally Web solicited with 36 responses. This contract represents a third option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 31, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM100-05-D-0409).   Propper International, Mayaguez, Puerto Rico, is being awarded a maximum $19,276,428.00 firm fixed price contract for Battle Uniforms. Other locations of performance are in Puerto Rico. Using service is Air Force. This proposal was originally Web solicited with six responses. This contract represents the first option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Feb. 2, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-07-D-0008).   American Apparel, Selma, Ala., is being awarded a maximum $13,730,220.00 firm fixed price contract for Battle Uniforms. Other locations of performance are Texas and Mississippi. Using service is Air Force. This proposal was originally Web solicited with 12 responses. This contract represents the first option year. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Feb. 2, 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., (SPM1C1-07-D-0009).   ARMY   BJK Solutions, Inc. Perkins, Okla., was awarded on Jan. 30, 2008, a large firm-fixed price contract for a Training Resource Arbitration Panel.  Work will be performed at Fort Sill, Okla., and is expected to be completed by Jun. 1, 2008.  Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Dec. 20, 2007, and one bid was received.  The U.S. Army Corps of Engineers, Tulsa District, Tulsa, Okla., is the contracting activity W912BV-08-C-2000.   Smith’s Detection, Edgewood, Inc. Edgewood, Md., was awarded on Jan. 30, 2008, a $23,835,708 firm-fixed price contract for 5,400 joint chemical agent detectors.  Work will be performed in Edgewood, Md., and Herts, UK, and is expected to be completed by Dec. 30, 2008. Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Jun. 13, 2007, and one bid was received.  The Army Research and Development Command, Acquisition Center, Aberdeen Proving Ground, Md., is the contracting activity W911SR-07-C-0054.   Utility Contractors, Inc. Wichita, Kan., was awarded on Jan. 30, 2008, a $10,371,766 firm-fixed price contract for a project consisting of excavation and grading Sand Creek Channel. Work will be performed in Newton, Kan., and is expected to be completed by Jan. 5, 2009. Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via FedTeDS on Aug. 11, 2007, and five bids were received.  The U.S. Army Corps of Engineers, Tulsa District, Tulsa, Okla., is the contracting activity W912BV-08-C-1003.  

BCP International Limited, Alexandria, Va., was awarded on Jan. 29, 2008, a $6,637,459 indefinite-delivery-indefinite-quantity-time-and-materials contract for technical and analytical support for the Army Security Cooperation Program.  Work will be performed in Washington, D.C., and is expected to be completed by Jan. 31, 2010.  Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Sep. 26, 2002, and one bid was received. The U.S. Army Contracting Center of Excellence, Washington, D.C., is the contracting activity W74V8H-05-D-007.

National Security Archive Update, January 31, 2008

January 31, 2008

National Security Archive Update, January 31, 2008 National Security Archive and Historical Associations Petition for Release of Rosenberg Grand Jury Records More Than 50 Years After Spy Trial, Public Interest Outweighs Privacy, National Security Concerns 

http://www.nsarchive.org

 Washington DC, January 31, 2008 – The National Security Archive, along with several leading U.S. historical associations, today is filing a petition in federal court in New York City for the release of grand jury records from the 1951 indictment of Julius and Ethel Rosenberg, who were accused of running an espionage ring that passed American atomic secrets to the Soviet Union, convicted of spying, and executed in 1953. Supported by extensive declarations from experts, the petition describes the trial of the Rosenbergs as a defining moment in the Cold War, and argues that 57 years later, scholarly and public interest in these transcripts far outweigh any remaining privacy or national security interests in continued secrecy. “This petition brings together scholars and journalists who have diverse and often divergent views of the Rosenberg case, Soviet espionage, and American counterespionage,” commented Tom Blanton, the Archive’s director. “What unites the petitioners is the opportunity to end the unnecessary secrecy and to open these unique primary sources to public and scholarly scrutiny.” Supporting declarations point out that details of the Rosenberg grand jury proceedings have come to light over the years, yet significant questions remain unanswered about the case that the grand jury records are likely to address. The declarations variously point to questions about the scope and targets of the spy ring, the conduct of government prosecutors, the weight of the evidence, particularly against Ethel Rosenberg, and the involvement of other individuals. Among the declarants are historian John W. Berresford, National Security Archive Director Thomas Blanton, University of Prince Edward Island Professor Bruce Craig, law student Jennifer Dillard, Yale University Professor John Lewis Gaddis, Library of Congress Manuscript Historian John Earl Haynes, Temple University Professor Allen M. Hornblum, Professor Ronald Radosh, New York Times reporter and historian Sam Roberts, Yeshiva University Professor Ellen W. Schrecker, George Mason University Professor Martin J. Sherwin, St. Joseph’s University Professor Katherine A.S. Sibley, Marquette University Professor Emeritus Athan G. Theoharis, and historian Steven Usdin. In addition, Robert Meeropol, on behalf of the families of Julius and Ethel Rosenberg, submitted a declaration in support of the release of the grand jury records. In the words of petitioner Sam Roberts, “Few cases in American jurisprudence have stirred emotions, generated debate in and out of government and the judicial system, and have had as enduring and divisive a political impact as the prosecution of the Rosenbergs…” The petitioners include the National Security Archive at George Washington University, the American Historical Association, the American Society for Legal History, the Organization of American Historians, the Society of American Archivists, and New York Times reporter Sam Roberts. The petitioners are represented by David Vladeck of the Institute for Public Representation at the Georgetown University Law Center, who also served as counsel on the successful Hiss grand jury petition, and Debra L. Raskin, at Vladeck, Waldman, Elias & Engelhard in New York. Visit the Web site of the National Security Archive for more information about today’s posting. 

http://www.nsarchive.org

 

CONTRACTS

January 31, 2008

CONTRACTS  NAVY  McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $73,707,908 cost-plus-incentive-fee contract (N00019-08-C-0021) for the system development and demonstration of the Harpoon Block III Missile Program. Work will be performed in St. Charles, Mo., (92.12 percent); Lititz, Penn., (1.93 percent); Cedar Rapids, Iowa, (.84 percent); Chatsworth, Calif., (.76 percent); Galena, Kan., (.49 percent); Lowell, Mass., (.42 percent); and various locations across the United States (3.44 percent), and work is expected to be completed in Aug. 2011. Contract funds in the amount of $5,046,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.   Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded $58,379,171 for delivery order #5005 under a previously awarded basic ordering agreement contract (N00383-06-G-011F) for initial and wholesale spares requirements for various weapons replaceable assemblies (WRAs) used in the development and deployment of the common cockpit and multi-mode radar system for the MH-60R helicopter. Work will be performed in Portsmouth, R.I., and work is expected to be completed by Oct. 2010. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.   Lockheed Martin Corp. Eagan, Minn., is being awarded a not-to exceed $52,750,000 indefinite-delivery/indefinite quantity, cost-plus multiple incentive-fee contract for continued development and maintenance of the Common Submarine Radio Room (CSRR) configuration & maintenance software. This is a follow-on to an existing cost-plus-fixed-fee contract N00039-03-C-0026. Work will be performed in Eagan, Minn., and work is expected to be completed by Jan. 2013. Contract funds will not expire at the end of the current fiscal year. This contract procured on a sole-source basis under the authority of FAR 6.302-1. This requirement was synopsized on Federal Business Opportunities website on May 31, 2007, under solicitation N00039-07-R-0042. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-08-D-0001).   Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a not-to-exceed $32,000,000 modification to a previously awarded cost-plus-award-fee contract (N00019-07-C-0040) for non-recurring development and integration of the MV-22 Block C Weather Radar Upgrade. Work will be performed in Ridley Park, Pa., (90 percent), and Fort Worth, Texas, (10 percent), and work is expected to be completed in Nov. 2012. Contract funds in the amount of $14,000,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.   McDonnell Douglas, St. Louis, Mo., is being awarded a $24,105,723 firm-fixed-price, indefinite-delivery/indefinite-quantity delivery order #7029 under a previously awarded basic ordering agreement contract (N00383-06-D-004H) for procurement of newly manufactured spares in support of the F/A-18 C/D flight surface system. Work will be performed in St. Louis, Mo., and work is expected to be completed by Mar. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.   Raytheon Co. Integrated Defense Systems, San Diego, Calif., is being awarded a $17,290,472 modification to previously awarded contract (N00024-07-C-5105) for Ship Self Defense System (SSDS) fiscal year 2008 production of four SSDS MK 2 Tactical Ship Sets and one SSDS Special Study to define engineering changes to the SSDS MK 2 product baseline in support of the LHA 6 Combat System configuration. Work will be performed in Portsmouth, R.I., and is expected to be completed by Oct. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.   McDonnell Douglas Corp., St. Louis, Mo., is being awarded $15,441,690 for firm-fixed-priced delivery order #0004 under a previously awarded basic ordering agreement contract (N00383-07-G-005H) for avionics repair facility support, which provides for repair of various F/A-18 and AV-8B components. Work will be performed in Lemoore, Calif., (57 percent); Cecil Field, Fla., (40 percent); and Philadelphia, Pa., (3 percent), and work is expected to be completed by Sep. 2008. Contract funds will not expire at the end of the fiscal year. This effort involves a purchase for the U.S. Navy (99 percent) and the Governments of Malaysia, Kuwait and Spain (1 percent) under the Foreign Military Sales Program. This contract was not awarded competitively. The Naval Inventory Control Point is the contracting activity.   T.B Penick & Sons, Inc., San Diego, Calif., is being awarded a $10,353,209 firm-fixed-price contract for the expansion and renovation of Naval Exchange Main Exchange, Building 1512, at Naval Base Ventura County. The contract contains six options totaling $1,958,615, which may be exercised within 90 calendar days, bringing the total contract amount to $12,311,824. Work will be performed in Port Hueneme, Calif., and work is expected to be completed by Aug. 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with five proposals solicited and four offers received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-C-7504).    BAE Systems Technologies, Inc., Rockville, Md., is being awarded a $10,294,911 modification to a previously awarded cost-plus-fixed-fee contract (N00421-07-C-0019) to exercise an option for engineering and technical products and services in support of the Naval Air Warfare Center Aircraft Division’s Air Traffic Control and Landing Systems. The estimated level of effort for this option is 126,000 man-hours. Work will be performed at the Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., (80 percent), San Diego, Calif. (10 percent), and various shipboard locations (10 percent), and work is expected to be completed in Jan. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.   McNally Industries, LLC, Grantsburg, Wis., is being awarded an $8,100,000 firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity order under Basic Ordering Agreement (N63394-08-G-1177) for maintenance, overhaul, repair, upgrade and life cycle maintenance support, including technical engineering services, in support of the MK 6 Ammunition Hoist. This agreement may be extended for two additional years, which would bring the cumulative value of this agreement to $15,100,000. Work will be performed in Grantsburg, Wis., and is expected to be completed by Jan. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, Calif., is the contracting activity.   General Dynamics, Electric Boat Corp. Groton, Conn., is being awarded a $7,500,000 modification to previously awarded contract (N00024-07-C-4005) for non-nuclear maintenance and repair support at the Naval Submarine Support Facility (NSSF), Naval Submarine Base, New London, Conn. Under the terms of the contract, Electric Boat will continue to provide services required to support planned and emergent non-nuclear maintenance and repair for operational nuclear submarines, floating dry-docks, support & service craft and other platforms and equipment at the NSSF. Work will be performed in New London, Conn., and work is expected to be completed by Sep. 2008. Contract funds in the amount of $7,500,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.   Electric Boat Cor. Groton, Conn., is being awarded a $6,228,313 modification to previously awarded contract (N00024-07-C-2107) for research and development of advanced submarine technologies for current and future submarine platforms. This contract provides for provision of studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability. Work will be performed in Groton, Conn., and is expected to be completed by Jan. 2010. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.   Innovative Technical Solutions, Inc.*, Walnut Creek, Calif.; TN & Associates*, Milwaukee Wis.; Shaw Environmental & Infrastructure, San Diego, Calif.; and AMEC Earth & Environmental, Inc., 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 within the NAVFAC Southwest area of responsibility (AOR). The total amount for all contracts combined is not to exceed $120,000,000 (base period and four option years) with a guaranteed minimum of $25,000 for each contract. Work will be performed at various federal sites within the Naval Facilities Engineering Command Southwest AOR including, but not limited to, Calif., (80 percent), Ariz., (10 percent), Ala., (2 percent), Nev., (2 percent), Wash., (2 percent), N. M. (1 percent), Ore., (1 percent), Utah (1 percent), and nationwide (1 percent), and work is expected to be completed Jan. 2009 (Jan. 2013 with options). Contract funds will not expire at the end of the current fiscal year. These contracts were competitively procured and issued on an unrestricted basis with provisions to reserve two awards to small business concerns. Thirteen proposals were received. These four contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command Southwest, San Diego, Calif., is the contracting activity (N62473-08-D-8813/8814/8815/8816).   DEFENSE FINANCE AND ACCOUNTING SERVICE   Lockheed Martin Government Services, Inc., Seabrook, Md., was awarded a seventh year option of $27,119,272 as part of contract MDA220-01-D-0002 for management of the Retired and Annuitant pay service formerly managed by the Defense Finance and Accounting Service (DFAS), which was the subject of an A-76 action. The estimated aggregate face value of this contract at time of award was $346,432,288. Primary work is performed at DFAS Cleveland, Ohio and secondary work which includes document scanning and primarily imaging is performed at London, Ky. Under this option work will be performed between Feb. 01, 2008, through Jan. 31, 2009. The DFAS Contract Services Directorate, Columbus, Ohio, is the contracting activity (MDA220-01-D-0002).   AIR FORCE   Northrop Grumman Systems Corp. Integrated Systems Air Combat Systems of San Diego, Calif., is being awarded a contract for $12,250,000. This effort is for operation of the Global Hawk System in forward theaters of operation, for a classified length of time. The contractor shall also provide mission support plans and identify equipment necessary to support operations for sustained flight operations for the period of time specified on any deployment order. At this time all funds have been obligated. 303AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-08-G-3005 0001).   McDonnell Douglas Corp., A Wholly Owned Subsidiary of the Boeing Co.of Long Beach, Calif., is being awarded a contract modification for $11,440,306. This contract modification to the C-17 Globemaster III Sustainment Partnership (GSP) contract to increase funding for FY07 and FY08 Material Improvement Projects (MIPs) for the USAF. The MIP program was established on P00037 based on estimated performance requirements for non-recurring reengineering and retrofit. This estimated annual program does not identify specific MIPs to be performed, just general requirements.  At this time $25,000,000 has been obligated. MSW/516 AESG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, P000227).   DEFENSE LOGISTICS AGENCY   Coast Produce Co. Los Angeles, Calif.,* is being awarded a maximum $7,787,374.02 fixed price with economic price adjustment, total set aside, indefinite quantity contract for fresh fruit and vegetables support. There are no other locations of performance. Using services are Navy, Marine Corps, and USDA School Customers. This proposal was originally DIBBS solicited with six responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jul. 31, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM300-08-D-P020).   Coast Produce Company, Los Angeles, Calif.,* is being awarded a maximum $6,905,308.10 fixed price with economic price adjustment, total set aside, indefinite quantity contract for fresh fruit and vegetables support. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and USDA school customers . This proposal was originally DIBBS solicited with four responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jul. 31, 2009. The contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-08-D-P021).   ARMY   Booz Allen Hamilton, McLean, Va., was awarded on Jan. 29, 2008, a $28, 742,588 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed in Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year. Bids were solicited via the World Wide Web on Oct. 31, 2007, and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0016.   Bearing Point, McLean, Va., was awarded on Jan. 29, 2008 ,a $21,740,010 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed at Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007, and 17 bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0020.   IBM Global Business Services, Fairfax, Va., was awarded on Jan. 29, 2008 a $21,565,874 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed at Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007, and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0022.   Logistics Management Institute, McLean, Va., was awarded on Jan. 29, 2008, a $19,383,840 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed at Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007, and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0019.   Science Applications International, Inc., Frederick, Md., was awarded on Jan. 29, 2008, a $18,237,504 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed in Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007 and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0015.   Clinical Research Management, Inc. Hinckley, Ohio, was awarded on Jan. 29, 2008, a $17,980,152 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed at Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007, and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0018.   General Dynamics Information Technology, Fairfax, Va., was awarded on Jan. 29, 2008, a $16,122,790 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed at Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007, and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0017.   Gaver Technologies Inc. dba GTI Federal, Oakland, Md., was awarded on Jan. 29, 2008, a $15,924,899 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed at Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007, and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0021.   Macaulay-Brown, Inc. Dayton, Ohio, was awarded on Jan. 29, 2008, a $13,895,100 indefinite delivery indefinite quantity firm fixed price contract for support services for Headquarters U.S. Army Medical Research and Materiel Command.  Work will be performed at Frederick, Md., and is expected to be completed by Jan. 31, 2013.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 31, 2007, and seventeen bids were received.  The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity W81XWH-08-D-0014.   L-3 Communications Corporation, Muskegon, Mich., was awarded on Jan. 29, 2008, a $8,076,850 firm fixed price contract for remanufacturing Bradley Fighting Vehicle System transmissions with a maximum quantity of 375 each.  Work will be performed at Muskegon, Mich., and is expected to be completed by Jan. 31, 2010.  Contract funds will not expire at the end of the current fiscal year. One bid was solicited on May 1, 2007 and one bid was received. The U.S. Army TACOM Life Cycle Management Command, Warren, Mich., is the contracting activity W56HZV-08-D-0021.   Alliant Lake City Small Caliber Ammunition Co., LLC, Independence, Mo., was awarded on Jan. 29, 2008, a $6,469,412 firm fixed price contract for the following small caliber ammunition items:  7.62 MM All, A151 and A222.  Work will be performed in Independence, Mo., and is expected to be completed by Sep. 30, 2009.  Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Jan. 2, 2008, and one bid was received. The U.S. Army Sustainment Command, Missouri 5th District, Rock Island, Ill., is the contracting activity DAA09-99-D-0016.  

BAE Systems Land and Armaments, Inc., York, Pa., was awarded on Jan. 29, 2008, a $5,729,092 firm fixed price contract for the purchase of 952 Bradley Urban Survivability Kits and Hotbox Restraint Kits. Work will be performed in York, Pa., and expected to be completed by Jul. 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited via the World Wide Web on Oct. 30, 2007, and one bid was received.  The U.S. Army TACOM Life Cycle Management Command, Warren, Mich., is the contracting activity W56HZV-05-G-0005.

CONTRACTS

January 29, 2008

NAVY   Stewart & Stevenson Tactical Vehicle, Division of Armor Holdings, Sealy, Texas, is being awarded $64,199,068 for firm-fixed-priced delivery order #0002 modification under previously awarded contract (M67854-07-D-5030) to purchase Mine Resistant Ambush Protected Expedient Armor Program Test Support, MEAP Kits for Testing, DT-C3 Test Support, Initial Operational Test & Evaluation and Battle Damage Repair parts.   Work will be performed in Sealy, Texas, and work is expected to be completed Sep. 2008. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.    CSC Applied Technologies, LLC, Fort Worth, Texas, is being awarded a $25,493,718 modification under previously awarded contract (N66604-05-C-1277) to support requirements for increased base operations at the Atlantic Undersea Test and Evaluation Center (AUTEC). AUTEC is a major range and test facility base providing both deep and shallow water test and training environments. Efforts for this modification will support increased scheduling and conduct of test operations, administrative and clerical support in the business operations area and additional overtime in base operations functions such as housekeeping, facilities maintenance, utilities, vehicle maintenance, and helicopter operations. Work will be performed in Andros Island, Bahamas (81 percent); West Palm Beach, Fla. (18 percent); and Cape Canaveral, Fla. (1 percent), and work is expected to be completed by Mar. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity.   Eclypse International Corp.*, Corona, Calif., is being awarded a $23,668,807 firm-fixed price, indefinite-delivery, indefinite-quantity contract for four aircraft wiring test sets and associated data item deliverables for the Navy (2) and the Air Force (2). Work will be performed in Corona, Calif., and work is expected to be completed in Jan. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; five offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-08-D-0009).   AIR FORCE   Northrop Grumman Mission Systems of Clearfield, Utah is being awarded a contract modification option for $33,500,000. The Remote Visual Assessment Program is in support of the ICBM Security Modernization Program. The program will install security camera at 250 Launch Facility Sites to provide ICBM security forces remote visual access to assist in identifying security issues that arise. At this time $16,750,000 has been obligated. OO-ALC/526th ICBMSG/PKE, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).   Lockheed Martin Integrated Systems and Solutions of Manassas, Va., is being awarded a contract modification for $6,169,210. This action is in support of DOD’s Global Transportation Network system. This action is Spiral III in the developmental the data warehouse. At this time $3,587,218 has been obligated. HQ AMC Specialized Contracting Branch, Scott Air Force Base, Ill., is the contracting activity (F19628-95-C-0029, P00310).   Army   Alutiiq International Solutions, LLC, Aurora, Colo., was awarded on Jan. 24, 2008, a $12,938,883 firm fixed price contract for re-locatable facilities and training resource arbitration panels. Work will be performed at Fort Knox, Ky., and is expected to be completed by Jun. 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Dec. 19, 2007, and one bid was received.  The U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity W912QR-08-C-0005.  

Precision Lift, Inc., Seneca, S.C., was awarded on Jan. 24, 2008, a $1,639,742 firm fixed price contract for maintenance platforms required to support maintenance operations of aircraft. Work will be performed in Great Falls, Mont., and is expected to be completed by Jan. 31, 2013. Contract funds will not expire at the end of the current fiscal year.  Bids were solicited through FedBizOpps on Jan. 24, 2008, and eight bids were received.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity W58RGZ-08-D-0091.

National Security Archive Update, January 28, 2008

January 29, 2008

SUHARTO: A DECLASSIFIED DOCUMENTARY OBIT For more information contact:Brad Simpson – 443/845-4462 Washington, D.C., January 28, 2008 – As Indonesia buries the ex-dictator Suharto, who died Sunday at the age of 86, the National Security Archive today posted a selection of declassified U.S. documents detailing his record of repression and corruption, and the long-standing U.S. support for his regime. The documents include transcripts of meetings with Presidents Richard M. Nixon, Gerald Ford and Ronald Reagan, as well as Secretary of State Henry Kissinger, Vice-President Walter Mondale, then Vice-President George W. Bush, and former Assistant Secretary of State Richard Holbrooke. Additional documents detail U.S. perceptions of Suharto from the earliest years of his violent rule, including the 1969 annexation of West Papua, the 1975 invasion of East Timor, and the so-called “Mysterious Killings” of 1983-1984. “In death Suharto has escaped justice both in Indonesia and East Timor,” said Brad Simpson, who directs the Archive’s Indonesia and East Timor Documentation Project. “But these declassified documents, detailing the long record of U.S. support for one of the twentieth century’s most brutal and corrupt men, will contribute to our understanding both of Suharto’s rule and of the U.S. support which helped make it possible.” Visit the Web site of the National Security Archive for more information about today’s posting. 

http://www.nsarchive.org

January 25, 2008

NAVY  

readwell Corp. Thomaston, Conn., is being awarded a $62,042,479 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for up to 29 Low Pressure Electrolyzers (170 and 225 standard cubic feet per hour), Low Pressure Electrolyzer Simulators, associated installation services, training and technical data to replace the Model 6L16 Electrolytic Oxygen Generator and Oxygen Generating Plant aboard SSBN 726 and SSN 21. The Low Pressure Electrolyzer is designed to operate as the primary oxygen producers aboard the SSBN-726 and SSN-21, and will provide increased reliability, maintainability, safety and ease of operation. Work will be performed in Thomaston, Conn., and is expected to be completed by Jan. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center Carderock Division, Ship Systems Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-08-D-0007).  

 Dynamic Flowform Corp. Billerica, Mass., is being awarded $20,155,806 for delivery order #0002 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-08-D-1054) to purchase of 60mm Lightweight Co. Mortars System and 81mm Lightweight Mortar Systems to provide indirect fire support for infantry offensive and defensive operations. This delivery order will provide for the production of both 60mm and 81mm mortar cannon assemblies and spare components using Inconel 718 alloy and flowforming technologies. Work will be performed in Billerica, Mass., and work is expected to be completed by Feb. 2010. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.    Sparton Electronics, DeLeon Springs, Fla., is being awarded a $16,486,911firm-fixed-price contract for the procurement of AN/SSQ-53F Sonobuoys in support of the United States Navy Air Antisubmarine Forces. erations. This contract includes options which, if exercised, would brinThe AN/SSQ-53F Sonobuoys mission functions include detection, classification, and localization of adversary submarines during peacetime and combat opg the cumulative value of this contract to $29,495,509. Work will be performed in DeLeon Springs, Fla., and is expected to be completed by Feb. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with one proposal solicited and two offers received via Government-wide Points of Entry, Navy Electronic Commerce On-line, and Federal Business Opportunities websites. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-08-C-GP01).  

Undersea Sensor Systems Incorpated Columbia City, Ind., is being awarded a $13,134,530 firm-fixed-price contract for the procurement of AN/SSQ-53F Sonobuoys in support of the United States Navy Air Antisubmarine Forces. The AN/SSQ-53F Sonobuoys mission functions include detection, classification, and localization of adversary submarines during peacetime and combat operations.   This contract includes options which, if exercised, would bring the cumulative value of this contract to $20,497,111. Work will be performed in Columbia City, Ind., and is expected to be completed by Feb. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with one proposal solicited and two offers received via Government-wide Points of Entry, Navy Electronic Commerce On-line, and Federal Business Opportunities websites. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-08-C-GP08).  

 ARMY  

Nova Group, Inc., Napa, Calif., was awarded on Jan. 22, 2008, a $12,140,000 firm-fixed-price contract for renovation of the existing tank farm.  Work will be performed at Cannon Air Force Base, N.M., and is expected to be completed by Jul. 25, 2009.  Contract funds will not expire at the end of the current fiscal year. Ten bids were solicited on Sep. 20, 2007 and five bids were received.  The U.S. Army Corps of Engineers, Albuquerque District, Albuquerque, N.M., is the contracting activity W912PP-08-C-0004.  

AIR FORCE  

The Lockheed Martin Corp. Lockheed Martin Integrated Systems and Solutions of San Jose, Calif., is being awarded a contract modification for $335,978,665. This modification of the Mission Operations Systems (TMOS) contract will synchronize the TMOS contract to support ongoing business execution and support ongoing program evolution. This includes updates to align the program with significant FY06/FY07 changes to TSAT funding and schedule. In addition, the modification made changes to the statement of work to accommodate concept of operations changes as well as accommodate new DoD policies such as revised security certificate requirements.  These changes are necessary to accommodate the continuing evolution of TSAT. At this time no funds have been obligated. Space and Missile Systems Center, El Segundo Calif., is the contracting activity (FA8808-06-C-0003/P00022).

CONTRACTS

January 23, 2008

ARMY  

 Textron Marine & Land Systems, Textron Inc., New Orleans, La., was awarded on Jan. 18, 2008, a $227,798,613 firm-fixed-price contract for armored security vehicles. Work will be performed in New Orleans, La., and is expected to be completed by June 30, 2009. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on May 9, 2005, and one bid was received. U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity W56HZV-05-C-0470.   Walsh Construction Co., Chicago Ill., was awarded on Jan. 14, 2008, a $61,707,000 firm-fixed-price contract for military housing. Work will be performed in Whitman Air Force Base, Mo., and is expected to be completed by Feb. 9, 2011. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Aug. 17, 2007, and two bids were received.  Corps of Engineers, Kansas City, Mo., is the contracting activity W912DQ-08-C-0015.   Global Fleet Sales, Charlottesville, Va., was awarded on Jan. 18, 2008, $39,924,303 firm-fixed-price contract for 383 dump trucks. Work will be performed in Turkey, and is expected to be completed by June 1, 2011. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Aug. 15, 2007, and four bids were received. TACOM, Warren, Mich., is the contracting activity W56HZV-08-D-G096.  

General Dynamics Lands Systems Division, Sterling Heights, Mich., was awarded on Jan. 18, 2008, a $17,638,923 firm-fixed-price contract for 204 RESET Abrams Integrated Management vehicles. Work will be performed in Lima, Ohio, and is expected to be completed by April 1, 2008. Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Sept. 25, 2007, and one bid was received. TACOM, Warren, Mich., is the contracting activity W56HZV-06-G-0006.   IDSC Holding LLC, Kenosha, Wis., was awarded on Jan. 18, 2008, a $7,770,431 firm-fixed-price contract for shop equipment, contact maintenance lightweight tool load and sustainment items. Work will be performed in Kenosha, Wis., and is expected to be completed by March 15, 2011. Contract funds will not expire at the end of the current fiscal year. Ten bids were solicited on Nov. 19, 2007, and three bids were received. TACOM, Rock Island, Ill., is the contracting activity DAAE20-03-D-0087.  

AIR FORCE  

APM, LLC of Yorba Linda, Calif. is being awarded an indefinite delivery/indefinite quantity contract for $50,000,000 (Maximum). This contract is for broad range of maintenance, repair, alteration, and minor construction projects. The Government shall require contractor delivery of specific construction projects by issuance of delivery orders. At this time no funds have been obligated. 20th Contracting Squadron, Shaw Air Force Base S.C., is the contracting activity (FA4803-08-D-0002).   NAVY   Raytheon Co., Tucson, Ariz., is being awarded an $18,672,992 modification to previously awarded contract (N00024-07-C-5437) for engineering and technical services in support of the MK15 Phalanx Close-In-Weapon System.

PHALANX Close-In Weapon System (CIWS) is a fast reaction terminal defense against low and high flying, high-speed maneuvering anti-ship missile threats that have penetrated all other ships’ defenses. The CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating other defense envelopes. PHALANX CIWS is currently installed on approximately 187 USN ships and is in use in 20 foreign navies.  Work will be performed in Tucson, Ariz., and is expected to be completed by September 2008. Contract funds in the amount of $3,624,660 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.  

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $12,476,160 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0014). This modification provides for the procurement of ancillary mission equipment for the F/A-18 E/F and E/A-18G aircraft. Work will be performed in Clearwater, Fla. (89 percent); and St. Louis, Mo. (11 percent) and is expected to be completed in November 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.  

Intermat, Biddeford, Maine, is being awarded a $12,177,959 cost-plus-fixed-fee completion contract for further research and development to identify materials for use in Shape Stable Nose Tips (SSNT) for the Reentry Systems Applications Program. This contract is for the development of replacement and alternative SSNT materials for both existing Navy Submarine Launch Ballistic Missile Reentry Systems (MK4 & MK5) and the development and fabrication of thermal protection system materials and components (including nose tips, heat shields, control surfaces and antenna windows) for new/advanced Navy reentry systems and flight test experiments. The performance efforts include engineering studies, material analysis, material fabrication, material processing, and testing.  Work will be performed in Biddeford, Maine, and is expected to be completed in January 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-08-C-3004).

1978: Clandestine Operation of Argentine Military Intelligence in Mexico

January 22, 2008

January 20, 2008 – Documents published today by the National Security Archive reveal that Mexico’s secret service captured a squad of Argentine military intelligence operatives and expelled them for spying on [exiled rebel] Montoneros living in Mexico” in January 1978. At the time, the Mexican press denounced the presence of foreigners attempting to target and assassinate the leadership of the Argentine Montonero insurgents. Today, the documents of the now dismantled Mexican Federal Security Directorate confirm that agents of Intelligence Area 121 in Rosario, Argentina, “were sent [to Mexico] by the authorities in their country.” http://www.nsarchive.org