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. 222-07
5 p.m. ET February 27, 2007

CONTRACTS

MISSILE DEFENSE AGENCY CONTRACT AWARD

Lockheed Martin Maritime Sensors and Systems of Moorestown, New Jersey 08057-0927, is being awarded a $979,175,217 cost-plus-award-fee contract modification to continue design, test, and deliver the AEGIS Ballistic Missile Defense (BMD) Block 2006/2008 (Consolidated) Weapon System capability (BMD Baseline 4.0.1) requirement. Work will be performed at Moorestown, New Jersey and is expected to be complete by Dec. 2010. The contract funds will not expire at the end of the fiscal year. FY2007 research and development funds will be used. The Naval Sea Systems Command, Washington, D.C. is the contracting activity (N00024-03-C-6110).

AIR FORCE

Mainstream GS, LLC., Loveland, Colo., is being awarded a $90,000,000 firm-fixed-price contract. This action provides for the Continuous Process Improvement (CPI) Program to provide contractor support in the achievement of AFSO21 initiatives at Ogden Air Logistics Center and throughout the Air Force. The associated contract line items include: CPI Master, Training and Certification, Facilitation of Events and Projects, Courseware Development, Training Course Materials, and Data. At this time, $250,000 has been obligated. Solicitations began May 2006 and negotiations were complete January 2007. This work will be complete February 2013. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (FA8224-07-D-0001).

Integral Systems Inc., Lanham, Md., is being awarded a $14,889,097 cost-plus-award fee contract modification. This modification provides for the replan of contract number 0100 of the Rapid Attack Identification, Detection, and Reporting System (RAIDRS) contract. Contract number 0100 will provide one deployable sensor and the primary control station on 31 May 2008 with threshold capabilities. These capabilities will provide the initial interference detection and geo location for the RAIDRS program. At this time, $8,586,880 has been obligated. This work will be complete May 2008. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8819-05-C-0018/P00030).

ARMY

Alliant Lake City Small Caliber Ammunition Company L.L.C., Independence, Mo., was awarded on Feb. 26, 2007, a delivery order amount of $30,000,000 as part of a $30,000,000 firm-fixed-price contract for intellectual property and capital equipment/improvement settlement. Work will be performed in Independence, Mo., and is expected to be completed by April 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 30, 1998. The U.S. Army Sustainment Command, Rock Island, Ala., is the contracting activity (DAAA09-99-D-0016).

Talbert Manufacturing, Rensselaer, Ind., was awarded on Feb. 23, 2007, a delivery order amount of $26,144,890 as part of a $77,406,490 firm-fixed-price contract for M872A4 Semi-Trailers. Work will be performed in Rensselaer, Ind., and is expected to be completed by Dec. 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Feb. 15, 2003. The U.S. Army Tank-Autom9otive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-D-S067).

Fabritex Inc.*, Hartwell, Ga., was awarded on Feb. 26, 2007, a $25,179,150 firm-fixed-price contract for a supply of non-corrosive 16-block wire mesh for Mat Casting Fields. Work will be performed in Memphis, Tenn. (38.55 percent), Delta Point, La. (27.61 percent), and St. Francisville, La. (33.84 percent), and is expected to be completed by December 2012. 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 Nov. 6, 2006, and three bids were received. The U.S. Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-07-C-0001).

L-3 Communications, San Diego, Calif., was awarded on Feb. 23, 2007, a $16,773,824 modification to a firm-fixed-price contract for the Prophet Block III Spiral 1 Electronic Support. Work will be performed in San Diego, Calif., and is expected to be completed by Jan. 31, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 12, 2001. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-01-C-L539).

DEFENSE LOGISTICS AGENCY

Alliance Joint Venture American Medical Depot, Opa Locka, Fla., is being awarded a maximum $30,000,000 fixed price with economic price adjustment for the distribution of medical and surgical consumable products. Other locations of performance are Sioux Falls, N.D.; and Earth City, Mo. Using services are Army, Navy, Air Force, Marine Corps and Federal civilian agencies. This is an indefinite quantity/delivery type contract exercising option year two of 2 one-year options. The contract was awarded as a set-aside. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 2, 2008. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-04-D-7600).

AAR Aircraft Services, Oklahoma City, Okla., is being awarded a maximum $21,828,206 fixed price with economic price adjustment contract for jet fuel. Using services are Army, Navy, Air Force, Marine Corps and Federal civilian agencies. There were 2 proposals solicited and 1 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-07-D-0007).

Truman Arnold Co. dba TAC AIR, Fort Smith, Ark., * is being awarded a maximum $16,405,077 fixed price with economic price adjustment contract for jet fuel. Using services are Army, Navy, Air Force, Marine Corps and Federal civilian agencies. There were 2 proposals solicited and 1 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-07-D-0098).

Deer Horn Aviation Ltd., Co., dba Avion Flight Centre, Midland, Texas * is being awarded a maximum $9,610,542 fixed price with economic price adjustment contract for jet fuel. Using services are Army, Navy, Air Force, Marine Corps and Federal civilian agencies. There were 2 proposals solicited and 1 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-07-D-0022).

Cutter Aviation Albuquerque dba Cutter Aviation ABQ Inc., * is being awarded a maximum $6,604,393 fixed price with economic price adjustment contract for jet fuel. Using services are Army, Navy, Air Force, Marine Corps and Federal civilian agencies. There were 2 proposals solicited and 2 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-07-D-0096).

Sunshine Aero Industries, Inc., Crestview, Fla., * is being awarded a maximum $5,627,126 fixed price with economic price adjustment contract for jet fuel. Using services are Army, Navy, Air Force and Marine Corps. There were 2 proposals solicited and 1 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-07-D-0055).

BP Corportation North America Inc., dba Air BP, Warrenville, Ill., is being awarded a maximum $5,285,674 fixed price with economic price adjustment contract for jet fuel. Using services are Army, Navy, Air Force, Marine Corps and Federal civilian agencies. Other location of performance is Lawton Fort Sill Regional Airport, Okla. There was 1 proposal solicited and 2 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-07-D-0005).

NAVY

American Defense Systems, Inc. is being awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum ordering quantity of 111 Add on Armor (AoA) Crew Protection Kits (CPK), associated manuals and spares parts kits. The initial delivery order is for CLIN’s (contract line item number’s) 0001, 0003 through 0008 available on the contract. Work will be performed in Hicksville, N.Y., and work is expected to be complete in February 2008. Contract funds will not expire by the end of the current fiscal year. This contract is a sole source award to American Defense Systems, Inc. as they are the sole manufacturer of the AoA CPK. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-07-D-5023).

Accenture National Security Services, LLC, Reston, Va.; AMSEC, LLC, Virginia Beach, Va.; Booz Allen Hamilton, Inc., McLean, Va.; and IBM, Fairfax, Va., are each being awarded a cost-plus-fixed-fee, indefinite-delivery/ indefinite-quantity contract to provide management support services to assist the Director, Material Readiness and Logistics (OPNAV N4) in its efforts to facilitate business transformation initiatives for the Navy enterprise. Accenture National Security Services, LLC, is receiving $11,575,626 (if options are exercised the estimated value is $57,520,527); AMSEC, LLC, is receiving $8,911,271 (if options are exercised the estimated value is $44,023,832); Booz Allen Hamilton, Inc., is receiving $9,494,241 (if options are exercised the estimated value is $48,464,249); IBM, is receiving $9,305,391 (if options are exercised the estimated value is $47,000,133). Work will be performed in Washington, D.C. (95 percent); and other Department of Navy CONUS locations (5 percent), and work is expected to be complete Mar. 2008. Contract funds associated with the contract guaranteed minimum amounts will expire Sep. 2007. This contract was competitively procured and solicited through Navy Electronic Commerce Online, with 15 offers received. The Fleet and Industrial Supply Center Norfolk, Contracting Department Philadelphia Division is the contracting activity (Accenture National Security Services, LLC - N00189-07-R-Z018, AMSEC, LLC - N00189-07-D-Z019, Booz Allen Hamilton - N00189-07-D-Z020, IBM - N00189-07-D-Z021).

BAE Systems, San Diego, Calif., is being awarded an $11,294,943 cost-plus-award-fee contract for accomplishment of the Fitting-Out Availability (FOA) for the Amphibious Transport Dock Ship New Orleans (LPD 18). The contract includes performance of specified work items inclusive of tests and post repair sea trials. Work will be performed in San Diego, Calif., and is expected to be complete by July 2007. Contract funds in the amount of $1,187,902, will expire at the end of the current fiscal year. The contract was competitively procured and posted on Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-07-C-2200).

TJC Engineering, Inc., Louisville, Ky., is being awarded a $7,490,000 firm-fixed-price task order under previously awarded contract (N62467-05-D-0182) for the design and construction of a housing and welcome center, a new pass and ID office, harden security/ID checkpoints with a gate/sentry house, and anti terrorism/force protection security improvements at the Navy Construction Battalion Center, Gulfport, Miss. Work will be performed in Gulfport, Miss., and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command Multiple Award Construction Contract program with one proposal received. The Naval Facilities Engineering Command, Southeast, North Charleston, S.C., is the contracting activity.

* Small Business

http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3461



NEWSLETTER
Join the GlobalSecurity.org mailing list