Philadelphia-based MCA Solutions and Arlington, VA-based CACI International Inc. have run a $1 million Congressionally-backed study of the U.S. Navy’s legacy systems for managing its $19 billion spare parts efforts. The study began on March 17, and is taking place in conjunction with Temple University. The companies are suggesting that commercial off-the-shelf (COTS) software could help the Navy save 5-15% on its inventory and spare parts system, and achieve 5-10% better parts readiness in the process.
CACI International holds the U.S. Navy’s current readiness-based spares contract to run the legacy system, while MCA’s Service Planning and Optimization software is a COTS system designed to manage this kind of issue. Spokesmen said the companies face a June 30 deadline to get some results to the Navy. Source: Aviation Week & Space Technology MCA, CACI Tout Software For Managing Navy Spare Parts
The Naval Facilities Engineering Command, Southwest Division, San Diego, CA is awarding three firm-fixed-price, indefinite-delivery/ indefinite-quantity, multiple-award construction contracts for new construction and renovation of various dry utility works at various locations within the Southwest Division, Naval Facilities Engineering Command area of responsibility (AOR). The total amount per contract is not to exceed $100 million (base period and four option years) bringing the cumulative total for all three contracts to up to $300 million.
Rockwell Collins Government Systems in Cedar Rapids, IA is being awarded a not-to-exceed $61.4 million fixed-priced, indefinite-delivery/ indefinite-quantity contract for three trial High Frequency (HF) Radio and Link 11 AN/ULQ-130 Tactical Digital Data Link kits and 127 production HF Radio and Tactical Digital Data Link kits in support of the Navy P-3 Critical Obsolescence Program. The P-3 Orion is a martitime patrol and anti-submarine aircraft. Delivery and engineering work will be performed in Cedar Rapids, IA (90%) and Patuxent River, MD (10%), and is expected to be completed in March 2011. This contract was not competitively procured by the Naval Air Systems Command in Patuxent River, MD (N00421-05-D-0008).
The Bell-Boeing Joint Program Office in Patuxent River, MD received a $47.3 million firm-fixed-price, fixed-price-award-fee, time-and-material delivery order against a previously awarded basic ordering agreement (N00019-04-G-0007) to provide V-22 Price Reduction Program efforts. These Cost Reduction Initiative (CRI) implementation and team support, CRI tracking and validation, and CRI trade studies. Work will be performed in Ridley Park, PA (50%); Fort Worth, TX (40%); and Amarillo, TX (10%) and is expected to be completed in March 2008. The Naval Air Systems Command, Patuxent River, MD issued the contract, which is an important component of the MV-22 procurement program as it prepares for operational evaluation in the face of projected procurement cuts.
The Headquarters Aeronautical Systems Center at Wright-Patterson Air Force Base, OH has issued another $30 million in MQ-1 Predator-related contract modifications to General Atomics Aeronautical Systems of San Diego, CA. A $20 million firm-fixed-price contract modification will provide additional Readiness Spares Package Kits for the Predator Program, and work will be complete by January 2008 (FA8620-04-C-4005, P00006). A $10 million cost-plus fixed-fee contract modification will provide Predator spares and Quick Reaction Repair and Return Support for two additional Predator Orbits in Afghanistan. That work will be complete by March 2007 (FA8620-05-C-3000, P00003).
BAE Systems Applied Technologies Inc. in Rockville, MD is being awarded a $58.7 million indefinite-delivery/ indefinite-quantity, combination cost-plus fixed-fee/ firm-fixed-price, performance-based contract to develop, install and maintain security systems on behalf of Space and Naval Warfare Systems Center Charleston, SC. The contract includes four 1-year options, which if exercised, would bring the cumulative value of the contract to $314.9M. Work will be performed in government facilities worldwide, and is expected to be completed by March 2006. The contract was competitively procured under full and open competition and four offers received via the SPAWAR Systems Center E-commerce website. The Space and Naval Warfare Systems Center, Charleston, SC issued the contract (N65236-05-D-7861).
The Improved Bradley Acquisition Subsystem (IBAS) provides a significant improvement over the Bradley Fighting Vehicle’s current TOW 2 target acquisition and fire control subsystem.
Special Forces often have to fly into an area in the dark of night, hugging the ground in order to escape radar detection. Good terrain following radars are extremely valuable to them, and so U.S. Special Operations Command (USSOCOM) has issued a pair of cost-plus-incentive-fee contracts worth $15.6 million to create demonstration models of new Terrain-Following/ Terrain-Avoidance (TF/TA) radars. In both cases, work will be performed from April 1, 2005 through 1 March, 2006. If the demonstrations are successful, the resulting products can begin to move up the procurement chain – though SOCOM’s procurement approach tends to be compressed and expedited.
Northrop Grumman System Corp’s contract has a potential maximum value of $8.8 million, and will be performed out of Linthicum, MD (H9222-05-C-0014). Raytheon Co. received the other contract with a potential maximum value of $6.8 million, and the work will be performed in McKinney, TX (H9222-05-C-0013).
Georgia Tech Applied Research Corp. in Atlanta, GA received a multi-year $10 million cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, service contract to provide research and development engineering support to Navy, Air Force, Army and various other Department of Defense and government agencies. Work will be performed in Atlanta, GA and is expected to be completed by March 2008. The contract was not competitively procured by the Naval Surface Warfare Center in Indian Head, MD (N00174-05-D-0013).