UNITED24 - Make a charitable donation in support of Ukraine!

Military

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

FOR RELEASE AT No. 118-07
5 p.m. ET February 01, 2007

CONTRACTS

DEFENSE INFORMATION SYSTEMS AGENCY

The VION Corporation, Washington, D.C., was awarded on Jan. 30, 2007 an indefinite delivery/indefinite quantity firm-fixed price performance contract. The maxium ceiling amount of $700,000,000 and the minimum guarantee of $1,000,000 is being obligated with the award of the Enterprise Storage Services (ESS) contract. The goal of the ESS project is to obtain a reliable, responsive, and cost effective information storage infrastructure family of "on-demand" enterprise services for the specified operating environment at DISA and/or DISA approved processing locations. The period of performance is for a five year base period with three one-year option periods. Performance will be at any of the current seventeen Defense Information Systems Agency (DISA) computing service data centers including Hawaii and an OCONUS location of Patch Barracks, Vaihingen, Germany, or future DISA approved locations. The solicitation was issued as a full and open competitive action. There were three proposals received. The Defense Information Technology Contracting Organization, (DITCO) Scott AFB, IL is the contracting activity (HC1013-07-D-2009).

ARMY

Raytheon Co., Bedford, Mass., was awarded on Jan. 30, 2007, a $144,040,148 modification to a cost-plus-fixed-fee contract for FY07 PATRIOT engineering services. Work will be performed in Burlington, Mass. (3.95 percent) Huntsville, Ala. (8.09 percent), Andover, Mass. (9.82 percent), Tewksbury, Mass. (76.44 percent), El Paso, Texas (1.67 percent), and Norfolk, Va. (0.03 percent), and is expected to be completed by Jan. 9, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 26, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0020).

Raytheon Co., Andover, Mass., was awarded on Jan. 25, 2007, a delivery order amount of $59,581,043 as part of a $257,404,074 firm-fixed-price and cost-plus-fixed-fee contract for continuous technology refreshment of PATRIOT PAC2 Forebodies to Guidance Enhanced Missile Plus Frequency Generator upgrade. Work will be performed in Andover, Mass., and is expected to be completed by April 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 30, 1999. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-00-D-0004).

General Electric Aircraft Engine, Cincinnati, Ohio, was awarded on Jan. 29, 2007, an $18,204,911 modification to a firm-fixed-price contract for an overhaul and repair effort for the entire T700 family of engines. Work will be performed in Corpus Christi, Texas, and is expected to be completed by Dec. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 25, 2005. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0038).

DRS Sustainment Systems Inc., St. Louis, Mo., was awarded on Jan. 25, 2007, a $9,999,948 modification to a cost-plus-fixed-fee contract for engineering and logistics systems technical support for the M707/M1200 Knight Vehicle Systems. Work will be performed in St. Louis, Mo., and is expected to be completed by Sept. 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 5, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0538).

NAVY

General Electric Aircraft Engines, Lynn, Mass., is being awarded $31,358,368 for ceiling priced order (GB32) under a previously awarded basic ordering agreement contract (FA8104-05-G-0003) for repair of various quantities of repairable components of the T64 engine on the H53 aircraft. Work will be performed in Lynn, Mass. (84 percent) and Cherry Point, N.C. (16 percent), and is expected to be completed by October 2007. 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.

Whiting-Turner Contracting Company, Raleigh, N.C., is being awarded a $11,600,000 firm-fixed-priced contract for design and construction of an enlisted dining facility at the Marine Corps Base, Camp Lejeune, N.C. Work will be performed at the Marine Corps Base, Camp Lejeune, N.C., and work is expected to be completed by August 2009. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the Naval Facilities Engineering Command E-Solicitations website with three Phase I and two Phase II proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-07-C-1914).

The Boeing Company, Anaheim, Calif., is being awarded an estimated $11,019,440 cost-plus-award-fee contract for the SSN Launch and Recovery (L&R) Demonstration. Services to be performed include submarine qualified personnel to operate and maintain the system, system transportation to and from designated SSN installation and offload site, all system hardware and software changes, and necessary engineering services in support of the at-sea demonstration. Work will be performed in Anaheim, Calif. (82 percent); Santa Barbara, Calif. (9 percent); and Westerly, R.I. (9%), and is expected to be completed by December 2007. Contract funds in the amount of $1.7 million will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-07-C-6302).

Raytheon Co., Space and Airborne Systems, El Segundo, Calif., is being awarded a $10,358,398 modification to a previously awarded cost-plus-fixed-fee contract (N00019-06-C-0084) to exercise an option for integrated logistics support for the F/A-18 Advanced Targeting Forward Looking Infrared (ATFLIR) pod. Work will be performed in El Segundo, Calif., and is expected to be completed in January 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.

Systems Engineering Group, Inc., Columbia, Md., is being awarded a $7,543,255 cost-plus- award-fee contract for threat engineering services in support of missile design and development, test and evaluation, sensor development and analysis, and systems engineering. This contract includes four one-year option periods, which if exercised, bring the estimated value of the contract to $40,876,336. Work will be performed in Columbia, Md., and is expected to be completed by January 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Fleet and Industrial Supply Center San Diego, Calif. is the contracting activity (N00244-07-C-0007).

General Dynamics Land Systems, General Dynamics Amphibious Systems (GDAMS), Woodbridge, Va., is being awarded a $6,442,658 modification to previously awarded cost-plus-award-fee contract (M67854-01-C-0001) for Systems Development and Demonstration (SDD) phase of the Expeditionary Fighting Vehicle (EFV) program. Work will be performed in Woodbridge, Va. (94 percent) and Hill Air Force Base, Utah (6 percent), and is expected to be completed by September 2008. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

AIR FORCE

Del-Jen Inc., Rolling Hills, Calif., is being awarded a $25,831,882 cost-plus-award fee contract modification. This action provides for all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform all civil engineer service, tasks, and functions for Hanscom Air Force Base, Cape Cod Air Station, Fourth Cliff Family Recreation Center, Sudbury Geophysics Research Annex, Ipswich Antenna Test Facility, Sagamore Hill Air Weather Services Facility, Dow Pines Recreation Center, Searsport Defense Fuel Station and other property owned by the USAF. At this time, $5,468,134 have been obligated. This work will be complete January 2008. Headquarters 66th Mission Support Group, Hanscom Air Force Base, Mass., is the contracting activity (F19650-02-D-0010/P00033).

Accenture LLP, Reston Va., is being awarded a $9,842,799 cost-plus-award fee contract modification. This action provides for Financial Information Resources Systems (FIRST) which includes Commercial off-the-shelf integration/configuration activities; including, management, design, development, implementation, deployment and sustainment of the FIRST program as it migrates to the Global Combat Support System, Air Force. The contactor shall deliver the FIRST Budget Formulation application. This action also includes sustainment of Automated Budget Analysis Systems Centralized User System; sustainment and migration of the Enterprise Data View, Commanders Resource Integration Systems to the Global Support System, Air Force data services; and sustainment of the Military and Civilian Personnel J-Books application. At this time, $9,162,680 have been obligated. Solicitations began December 2006 and negotiations were complete January 2007. This work will be complete June 2008. Headquarters 554th Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity (FA8770-01-C-0020/P00100).

Boeing Co., Wichita, Kans., is being awarded a $7,925,303 time and materials, over and above and travel contract modification. This action is for the procurement of sustaining engineering services to support the B-52H Stratofortress Aircraft Fleet. The engineering service will be provided on two new engineering assignment’s (07-B52-004 and 07-B52-006). The modification also provides funding for the contractor’s over and above CLIN and the Travel CLIN. At this time, total funds have been obligated. This work will be complete January 2008. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F34601-99-C-0006/P00235).

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $7,500,000 indefinite delivery/indefinite quantity/cost-plus-fixed-fee contract. This contract provides for research and development services in support of the Air Force Technical Applications Center (AFTAC) mission. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above. At this time, $448,000 have been obligated. Solicitations began June 2006 and negotiations were complete January 2007. This work will be complete January 2012. 44th Space Wing, Patrick Air Force Base, Fla., is the contracting activity (FA2521-07-D-8002).

ATK Tactical Systems Co., LLC, Rocket Center W. Va., is being awarded a $7,398,614 firm-fixed-price contract modification. This action provides for the DSU-33C/B proximity sensor is nose mounted Radio Frequency Proximity sensor used on M117 and MK-80 series general-purpose bombs and the Joint Direct Attack Munition (JDAM). The DSU-33/B/B provides a sensor fire pulse to a fuze, which in turn initiates bomb detonation at a height-of-burst (HOB) normally 20 feet. The HOB enhances the performance of the weapon system for the above targets. The sensors are qualified for use on the following aircraft ad 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 B-2 including foreign military sales versions. This action will exercise option 1 for procurement of 7,335 DSU-33D/B proximity sensors and cables for the Air Force and 42 sensors and cables for foreign military sales. At this time, total funds have been obligated. Solicitations and negotiations were complete in January 2007. This work will be complete July 2008. Headquarters Air-to-Ground Munitions Systems Wing, Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C-0009/P00008).

Lockheed Martin Corp., Colorado Springs, Colo., is being awarded a $5,894,802 cost-plus-award fee contract modification. The contractor is to provide continued development of TBMCS Spiral 1.1.4 and TBONE and integration under Lockheed Martin administration. Additionally, continue to provide engineering support to and participation in the TBMCS 1.1.4 Interface Control Working Group (ICWG). As needed, update TBMCS 1.1.4 interface documentation required to maintain configuration management of all external system interfaces, and deliver these document’s to the government as required. At this time, total funds have been obligated. This work will be complete April 2007. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-95-C-0143/P00485).

DEFENSE LOGISTICS AGENCY

Safety Kleen Systems, Inc., Plano, Texas, is being awarded a maximum $17,666,690 firm fixed price contract for lubricating engine oil. This is a DIBBS-solicited, sole source competition and 3 responded. Other locations of performance are Hammond Lubricants, Hammond, Ind.; and Lubrizol Canaca, Niagara Falls, Ontario, Canada. Using services are Army and Marine Corps. This is an indefinite quantity type contract with a 1-year base period and two 1-year option periods. Contract funds will expire at the end of the current fiscal year. Date of performance completion is January 29, 2008. Contracting activity is the Defense Supply Center Richmond (DSCR), Richmond, Va. (SPM4A6-07-D-2594).

Enspire Energy, Norfolk, Va.*, is being awarded a maximum $5,522,040 firm fixed price contract for direct supply natural gas. Using services are Army and Navy. There were 6 proposals solicited and 5 responded. Contract funds will expire at the end of the current fiscal year. Date of performance completion is April 30, 2007. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-05-G-7546).

* Small Business

 

http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3445



NEWSLETTER
Join the GlobalSecurity.org mailing list