![]() |
U.S. Department of Defense Office of the Assistant Secretary of Defense (Public Affairs) Contracts |
FOR RELEASE AT | No. 169-06 | |
5 p.m. ET | February 28, 2006 |
ARMY
Honeywell International Inc., Phoenix, Ariz., was awarded on Feb. 24, 2006, a $321,464,507 modification to a firm-fixed-price and cost-plus-fixed-fee contract for Revitalization of the Automotive Gas Turbine 1500 Engines Fleet under the Total InteGrated Engine Revitalization Program. Work will be performed in Phoenix, Ariz. (66 percent), Greer, S.C. (19 percent), Anniston, Ala. (13 percent), and Rocky Mount, N.C. (2 percent), and is expected to be completed by Dec. 31, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Nov. 4, 2005. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0173).
Alliant Techsystems Inc., Plymouth, Minn., was awarded on Feb. 24, 2006, a $49,785,942 modification to a firm-fixed-price contract for M831A1 Target Practice Tracer 120mm Cartridges and M865 Target Practice Cone Stabilized Discarding Sabot Tracer 120mm Cartridges. Work will be performed in Middletown, Iowa, and is expected to be completed by Dec. 31, 2008. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Nov. 20, 2003, and two bids were received. The Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0031).
General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded on Feb. 24, 2006, a $49,476,259 modification to a firm-fixed-price contract for M831A1 Target Practice Tracer 120mm Cartridges and M865 Target Practice Cone Stabilized Discarding Sabot Tracer 120mm Cartridges. Work will be performed in Middletown, Iowa, and is expected to be completed by Sept. 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Nov. 20, 2003, and two bids were received. The Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0030).
Dick Pacific Construction Co. Ltd., Phoenix, Ariz., was awarded on Feb. 24, 2006, a $14,430,588 firm-fixed-price contract for Design and Construction of a Consolidated Fitness Center. Work will be performed at Vandenberg Air Force Base, Calif., and is expected to be completed by July 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on Oct. 20, 2005, and four bids were received. The Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-06-C-0003).
Honeywell International Inc., Minneapolis, Minn., was awarded on Feb. 23, 2006, a delivery order amount of $8,688,198 as part of a $27,025,758 firm-fixed-price contract for Spare Parts. Work will be performed in Minneapolis, Minn., and is expected to be completed by Feb. 28, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Nov. 15, 2005. The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0148).
AU AUTHUM KI Inc.*, Chandler, Ariz., was awarded on Feb. 24, 2006, a $7,998,564 firm-fixed-price contract for Construction of a Combat Search and Rescue Squadron Complex. Work will be performed at Davis-Monthan Air Force Base, Ariz., and is expected to be completed by July 23, 2007. Contract funds will not expire at the end of the current fiscal year. There were 112 bids solicited on Dec. 1, 2005, and one bid was received. The Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0015).
AIR FORCE
United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $153,521,641 firm fixed price, cost plus fixed fee contract modification to provide an undefinitized contractual action that will support the F119 Engines Lot 6, Long Lead Items and Field Support and Training period of performance extension. At this time, $115,141,232 has been obligated. This work will be complete December 2006. Solicitations began July 2005 and negotiations are expected to be complete May 2006. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2851). For more information, contact Chris McGee, ASC/PA at (937) 255-2350.
Lockheed Martin Missiles and Space Corp., King of Prussia, Pa., is being awarded a $23,644,908 cost plus award fee, fixed-price with economic price adjustment, fixed-price incentive firm, cost plus fixed fee, firm fixed price, cost plus incentive fee, cost contract (no fee) contract modification to exercise options for calendar year 2006 entitled, Launch Operations Support and On-Orbit Operations Support for the Navstar Global Positioning System Block IIR Program. Total funds have been obligated. This work will be complete December 2006. The Headquarters Space and missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-89-C-0073/ P00341).
ATK/Mission Research Corp., Albuquerque, N.M.; Electro Magnetic Applications, Lakewood, Colo.; Fiore Industries, Albuquerque, N.M.; ITT Industries, Albuquerque, N.M., Lockheed Martin, Grand Prairie, Texas; Northrop Grumman, Albuquerque, N.M.; Science Applications International Corp., Albuquerque, N.M.; and Voss Scientific, Albuquerque, N.M, are being awarded a $24,000,000 (maximum) cost-reimbursement, cost-plus-fixed-fee, indefinite delivery indefinite quantity (with the exception of one firm-fixed price award to Electro Magnetic Application contract that will be split among the eight contractors listed. This contract provides for research and development under BAA entitled “Electro Magnetic Effects Research and Development.” This effort is to search for new opportunities in all aspects of high power EM lethality, as well as to develop new solutions and enhance present capabilities. Missions such as survivability of DoD assets to high power microwave environments, the development of HPM weapons and the refinement of HPM-predictive modeling for inclusion into engagement and campaign-level models will be supported. The intent is for the contractor to make optimum use of available AFRL/DEH capital assets and to augment or compliment AFRL/DEH capabilities. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although the actual requirement may be less than the amount above. At this time, the following amounts are obligated: $100,000 (ATK/MRC); $81,416 (EMA); $33,166 (Fiore); $139,000 (ITT); $30,000 (Lockheed Martin); $165,000 (Northrop Grumman), $75,000 (SAIC); and $73,351 (Voss Scientific). This work will be complete February 2012. Solicitations began October 2005 and negotiations were complete February 2006. Detachment 8 Air Force Research Laboratory/PKDP, Kirtland Air Force Base, N.M., is the contracting activity. (ATK/Mission Research Corp.: FA9451-06-D-0216); (Electro Magnetic Applications: FA9451-06-D-0217); (Fiore Industries: FA9451-06-D-0218); (ITT Industries/ AES: FA9451-06-D-0219); (Lockheed Martin: FA9451-06-D-0220); (Northrop Grumman: FA9451-06-D-0221); (Science Applications International Corp.: FA9451-06-D-0222); (Voss Scientific: FA9451-06-D-0223)
K and K Industries, Newberry, Mich., is being awarded a $15,872,331 firm fixed price contract to provide for demolition of 94 single-family, single story homes. There will be an abatement of asbestos and lead paint materials, construction of ten new homes, landscaping, installation of jogging trails, redevelopment of parks and playgrounds and improvements to existing streets and other infrastructure. Also, there will be a construction of two new sanitary sewer lift stations at two different locations. Total funds have been obligated. This work will be complete February 2008. Solicitations began November 2005 and negotiations were complete January 2006. The Headquarters 437th Airlift Wing, Charleston Air Force Base, S.C., is the contracting activity (FA4418-06-C-0003).
Lockheed Martin Corp., Marietta, Ga., is being awarded an $8,480,079 firm fixed price contract with time & material and cost reimbursement contract. This basic contract includes firm fixed price items: (a) program and management date, (b) technical and engineering data, (c) logistics support data, (d) technical manual contract requirements data, (e) training courseware update, (f) reliability and maintainability program data, (g) C/EC-130J QEC assembly non-recurring, (h) ground maintenance system operator training, (i) engineering support services, (j) defensive systems support services, (k) logistics support services, and (l) contractor travel. Total funds have been obligated. This work will be complete January 2007. Solicitations began August 2005 and negotiations were complete February 2006. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8625-06-C-6456)
NAVY
CDM Constructors Inc., Carlsbad, Calif., is being awarded $21,200,000 for Delivery Order 0007 under a combination firm-fixed-price, indefinite-delivery, indefinite-quantity design-build-operate-maintain contract for Water Conveyance/Reclamation at Marine Corps Base, Camp Pendleton. The work to be performed provides for the installation of a conveyance/reclamation pipeline to connect four Sewage Treatment Plants to the new Southern Region Tertiary Treatment Plant to ensure overall Marine Corps Base Camp Pendleton Water and Wastewater compliance for ultimate privatization. Work includes all site demolition and site work. Supporting facilities include power, controls, and incidental related work. Work will be performed in Oceanside, Calif., and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with eight proposals received and award made on July 8, 2004. The total contract amount for the indefinite quantity portion of this contract is not to exceed $155,777,000 (base period and four option years) bringing the cumulative total for the total contract to $260,000,000. The single contractor may propose on task orders under the terms and conditions of the existing contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N68711-04-D-5110).
Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a $20,989,797 cost-plus incentive-fee/award-fee modification under previously awarded contract (N00024-04-C-6207) to exercise options for the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) program production. The contractor will produce seven AN/BQQ-10(V) sonar systems (including related spares and precable kits) for SSBN 739, SSBN 741, SSN 750, SSN 756, SSN 758, SSN 761 and SSN 771 submarines. A-RCI is a sonar system upgrade installed on SSN 688, SSN 688I, SSN 21, SSGN and SSBN 726 Class submarines. A-RCI integrates and improves towed array, hull array, sphere array, and other ship sensor processing. These improvements are incorporated via rapid insertion of COTS based hardware and software. A-RCI efforts include interfaces to the legacy systems; signal processing enhancements; display enhancements; and incorporation of Government Furnished Information (GFI) algorithms. Work will be performed in Manassas, Va. (44 percent); Portsmouth, R.I. (26 percent); Clearwater, Fla. (17 percent); Chantilly, Va. (4 percent); Syracuse, N.Y. (3 percent); Chelmsford, Mass. (2 percent); St. Louis, Mo. (2 percent); and Houston, Texas (2 percent), and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Co., Tucson, Ariz., is being awarded a $17,828,252 contract modification to previously awarded contract (N00024-06-C-5350) to exercise the United States option for the procurement of the FY06 STANDARD Missile-2 BLOCK IIIB Spares. Work will be performed in Tucson, Ariz. (83 percent); Andover, Mass. (14 percent); Camden, Ark. (2 percent); and Navajo Agricultural Products Industries (NAPI) Farmington, N.M. (1 percent); and is expected to be completed by December 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity.
Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a $12,051,091 cost-plus incentive-fee/award-fee modification under previously awarded contract (N00024-04-C-6207) to exercise an option for the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) program production. The contractor will produce 11 Non-SSGN and two SSGN Executive Workstations (EWS) respectively under ARCI program. EWS are network connected remote displays installed in commanding officer and executive officer staterooms and wardrooms to support remote displaying of tactical data and data management. EWS are used in combat control upgrades and are installed on most submarine classes. This modification also provides funding for continuation of engineering services for A-RCI. A-RCI efforts include interfaces to the legacy systems; signal processing enhancements; display enhancements; and incorporation of Government Furnished Information algorithms. Work will be performed in Manassas, Va. (44 percent); Portsmouth, R.I. (26 percent); Clearwater, Fla. (17 percent); Chantilly, Va. (4 percent); Syracuse, N.Y. (3 percent); Chelmsford, Mass. (2 percent); St. Louis, Mo. (2 percent); and Houston, Texas (2 percent), and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
M. A. Mortenson Co., Minneapolis, Minn., is being awarded $10,994,000 for firm-fixed-price Task Order 0006 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62472-01-D-0077) for the design and construction of a Helicopter Trainer Facility at Naval Station, Norfolk. The work to be performed provides for the design and construction of a two-story building that requires both secured and unsecured areas for operational requirements to include training simulators. The design of this project must facilitate the addition of a future project to create a functionally efficient Operational Training Facility. This facility will include high bay space, classified vault, restricted access, fire sprinkler system, electrical distribution, secret internet protocol routing network (SIPRNET), mechanical systems, heating ventilation and air conditioning and incidental related work. The project also includes demolition of Building SP238. Work will be performed in Norfolk,Va., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with 17 offers received and award made on June 21, 2002. The total contract amount is not to exceed $700,000,000, which includes the base period and four option years. The multiple contractors (five in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
Nova Group Inc., Napa, Calif., is being awarded $9,000,000 for firm-fixed-price Task Order 0003 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-03-D-7054) for design and construction of mission support facilities for the homeporting of submarines at Naval Base Kitsap, Silverdale, Washington. The work to be performed provides for all labor, material, equipment, and associated costs to design and construct support facilities for homeporting of two additional submarines including 3,200 amp shore power upgrade to permit nesting of submarines; new emergency generator building near the existing emergency generator Building 7702 with three new 2.17 MW emergency generators and accompanying equipment (parallel switchgear, power conductors, double wall fiberglass fuel tanks with piping); and wharf improvements to support submarine berthing that includes two new power booms and adequate electrical and mechanical system upgrades. Work will be performed in Silverdale, Wash., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with twelve proposals received and award made to multiple contractors on Sept. 25, 2003. The total contract amount is not to exceed $50,000,000 (base period and four option years). The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Poulsbo, Wash., is the contracting activity
Atlantic Electric, LLC*, North Charleston, S.C., is being awarded a $5,689,475 firm-fixed-price design/build construction contract for the provision of Airfield Lighting Improvements at the Naval Auxiliary Landing Field, Orange Grove, Texas. The work to be performed provides for extensive replacement of existing airfield lighting systems, controls, and new systems. Systems include: optical landing signal stations and wave-off systems, threshold/end lighting systems, hold position systems, runway and taxiway edge lighting, and airfield signage. The work also includes installation of a new carrier deck lighting system, new ramp lighting system, and new-lighted wind socks. The work will include construction of a vault for new electrical switchgear, transformers, regulators, and a back-up generator system, medium and low voltage distribution, construction of underground distribution systems and miscellaneous incidental work. The work will also replace the existing beacon and tower with a new beacon, tower, and foundation and includes demolition of the existing beacon tower. The work also includes demolition of the interior of the existing vault including asbestos abatement and disposal of existing equipment. Work will be performed in Orange Grove, Texas, and is expected to be completed by June 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with three offers received. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-05-C-0144).
Hensel Phelps Construction Co., Chantilly, Va., is being awarded a $5,364,826 firm-fixed-price Modification 0002 to previously awarded contract (N40080-05-C-0161) to install a Laser Perimeter System for the hangar and air traffic control tower under the design/build contract for Presidential Helicopter Programs Support Facility at Naval Air Station, Patuxent River. Work will be performed in Patuxent River, Md., and is expected to be completed by October 2006. Contract funds will not expire at the end of the current fiscal year. The original contract, Phase I, was competed via the NAVFAC e-solicitation website with 12 offers received, and based on the results of the technical evaluation; three of the 12 firms who submitted Phase I proposals were invited to participate in the Phase II competitive negotiation process. Award was made on Jan. 27, 2005. This contract modification is executed under the terms and conditions of the existing contract. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity.
Hensel Phelps Construction Co., Chantilly, Va., is being awarded a $45,482,000 firm-fixed-price contract for construction of the Wesley Brown Field House at the United States Naval Academy. The work to be performed provides for the design and construction of a new field house. The facility will be multi-purpose including indoor track and field; sports medicine clinic; varsity offices; trophy/recruiting hall; varsity locker rooms; varsity and physical education meeting spaces; storage spaces; spectator and multi-media spaces and systems; and other support spaces. Work will be performed in Annapolis, Md., and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. Phase I was competed via the NAVFAC e-solicitation website with 11 offers received, and based on the results of the technical evaluation, four of the 11 firms who submitted Phase I proposals were invited to participate in the Phase II competitive negotiation process. The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-05-C-0160).
McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $41,329,663 firm-fixed-price contract for the full rate production of Type 3 Advanced Mission Computers (AMCs) for integration into the F/A-18E/F and E/A-18G Lot 30 aircraft. This contract provides for the procurement of 84 AMCs for forward fit, 22 for retrofit, and 14 spares, plus two test stations for production line support. Work will be performed in Minneapolis, Minn. (85 percent) and St. Louis, Mo. (15 percent), and is expected to be completed in July 2008. Contract funds will not 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 (N00019-06-C-0303).
Raytheon Co., Tucson, Ariz. is being awarded a $39,411,382 cost-plus-award-fee contract modification to a previously awarded contract (N00024-03-C-5330) for engineering and technical services to support STANDARD Missile – 2 (SM-2) Production efforts. Responsibilities of the RDA include design integrity and total systems integration of the Missile Round and its components. This includes flow down of top level requirements, predicting and monitoring missile performance and reliability, internal/external interfaces, interfaces with ship combat systems, interfaces with test equipment, improving missile design, and maintaining the Technical Data Package. The modification is for Fiscal Year 2006 services to support the U.S. requirements. The work will be performed in Tucson, Ariz., and is expected to be completed by February 2007. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Lockheed Martin, Maritime Systems & Sensors, Moorestown, N.J., is being awarded a $20,766,793 firm-fixed-price, undefinitized delivery order for Cruiser Modernization CR2 Production Equipment for USS Ticonderoga Class Cruisers and Virginia land-based test sites. This delivery order includes procurement of the first Cruiser Modernization ship-set that will be installed on USS Bunker Hill (CG 52) and equipment to support land-based testing and training at Wallops Island and Dahlgren, Va. The Cruiser Modernization program is a critical program in the maintenance of U.S. Navy force structure and the accomplishment of current and future missions of the Department of Defense. The USS Ticonderoga Class Cruisers were built in the 1980's and early 1990's. The Cruiser Modernization program will recapitalize initial investment in these ships by modernizing the computing and display infrastructure, as well as the Hull, Mechanical and Electrical (HM&E) systems. The modernized Cruisers will be more competent and cost efficient to operate, and will be capable of serving in the fleet through the year 2030. Work will be performed in Moorestown, N.J. (89 percent) and Navantia, Spain (11 percent), and is expected to be completed by September 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-G-5107).
Raytheon Missile Systems, Tucson, Ariz., is being awarded an $11,135,500 modification to a previously awarded firm-fixed-price contract (N00019-03-C-0001) for the procurement of 50 AGM-154A-1 and 54 AGM-154C Joint Stand-Off Weapon (JSOW) missiles, one JSOW Dummy Air Training Missile, and 105 containers for the Government of Turkey under the Foreign Military Sales Program. Work will be performed in Tucson, Ariz., and is expected to be completed in April 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.
Kollmorgen Corp., Electro-Optical Division, Northampton, Mass., is being awarded a $7,978,124 firm-fixed-price modification under previously awarded contract (N00024-03-C-6200) to exercise an option for production of the Universal Modular Mast (UMM) System for installation on Virginia and SSGN Class submarines. The UMM System provides common hydraulic, mechanical and electrical interface for submarine Photonics masts and communication masts, reducing life-cycle support costs. Work will be performed in Bologna, Italy (70 percent), Northampton, Mass. (30 percent), and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. Contract funds will not expire at the end of the current fiscal year. The contract was awarded on a sole source basis. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Washington Gas Energy Services, Herndon, Va., is being awarded a maximum $7,820,451 firm fixed price contract for direct supply natural gas for the Navy. Other location(s) of performance are Portsmouth and Virginia Beach, Va. There were 8 proposals solicited and 3 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is November 30, 2007. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-04-R-0129-0104).
* Small Business
http://www.defenselink.mil/contracts/2006/ct20060228-12570.html
NEWSLETTER
|
Join the GlobalSecurity.org mailing list |
|
|