![]() |
U.S. Department of Defense Office of the Assistant Secretary of Defense (Public Affairs) Contracts |
FOR RELEASE AT | No. 756-07 | |
5 p.m. ET | June 18, 2007 |
NAVY
Thales Communications Inc., Clarksburg, Md., is being awarded a $3,510,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide interim software-defined, single-channel handheld radios to the U.S. military. The contract will help consolidate handheld radio purchases across participating services to significantly reduce unit costs. Thales Communications Inc.’s software-definable radio supports interoperability in joint operations of the U.S. military as well as among other government personnel. This contract is one of two contracts being awarded: both awardees will compete for delivery orders during the ordering period. This contract includes four, one-year options which, if exercised, would bring the total potential value of this contract to $9,040,000,000. Work will be performed in Clarksburg, Md., and work is expected to be completed June 2008 (June 2012 with options). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Commerce Business Daily website and the Space and Naval Warfare Systems e-Commerce website, with two offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-07-D-0107).
The Harris Corp., Rochester, N.Y., is being awarded a $2,740,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide interim software-defined, single-channel handheld radios to the U.S. military. The contract will help consolidate handheld radio purchases across participating services to significantly reduce unit costs. The Harris Corporation’s software-definable radio supports interoperability in joint operations of the U.S. military as well as among other government personnel. This contract is one of two contracts being awarded: both awardees will compete for delivery orders during the ordering period. This contract includes four, one-year options which, if exercised, would bring the total potential value of this contract to $6,980,000,000. Work will be performed in Rochester, N.Y., and work is expected to be completed June 2008 (June 2012 with options). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Commerce Business Daily website and the Space and Naval Warfare Systems e-Commerce website, with two offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-07-D-0054).
NAVMAR Applied Sciences.*, Warminster, Pa., is being awarded a $9,173,860 cost-plus-fixed-fee contract for the design, manufacture, installation, and repair of Navy Special Projects Systems associated with the Electro-Optic and Special Mission Sensors Program. This effort will include nine digital recording systems, spares for digital recording systems, one over the horizon communication system, and one light detection and ranging review. Work will be performed in Chester, Pa., and is expected to be completed in July 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-07-C-0395).
International Military and Government LLC (IMG), Warrenville, Ill., is being awarded an $8,492,976 firm-fixed-priced delivery order #0003 under previously awarded contract (M67854-07-D-5032) for an additional 16 Category II (CAT II) Mine Resistance Ambush Protected (MRAP) vehicles. The CAT II is an MRAP vehicle provided for the Marine Corps and other Joint Forces that is needed in convoy operations. The MRAP vehicles are required to increase survivability and mobility of troops operating in a hazardous fire area against known threats such as small arms fire, rocket propelled grenades, and improvised explosive devices. Work will be performed in WestPoint, Miss., and work is expected to be completed by February 2008. Contract funds in the amount of $9,547,248 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
B.E. Meyers & Co. Inc., Redmond, Wash., is being awarded a $6,511,116 modification to previously awarded contract (M67854-07-F-1014) for 725 Green Beam Designator-IIIC, remote activation cables, mounting brackets, and spare parts. Work will be performed in Redmond, Wash., and is expected to be completed January 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.
BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $6,140,553 firm-fixed-price contract for a 60-calendar-day regular overhaul of Military Sealift Command's fast combat support ship USNS Arctic (T-AOE 8). The shipyard availability will accomplish dry-docking and undocking of the ship; underwater hull cleaning and painting; hull freeboard cleaning and painting; anchor chain painting and marking; cleaning and gas freeing of air tanks; switchboard cleaning; and overhaul of sea valves. The ship’s primary mission is to rapidly replenish Navy task forces and carry more than 177,000 barrels of oil; 2,150 tons of ammunition; 500 tons of dry stores; and 250 tons of refrigerated stores. The ship receives petroleum products, ammunition and stores from shuttle ships and redistributes these items simultaneously to carrier strike group ships. The contract includes options which, if exercised, would bring the cumulative value of this contract to $7,901,643. Work will be performed in Norfolk, Va., and is expected to be completed in September 2007. Contract funds will expire at the end of the fiscal year. This contract was competitively procured with three offers received. The U.S. Navy’s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting authority (N40442-07-C-2005).
AIR FORCE
Lockheed Martin Corp., Marietta, Ga., is being awarded a firm-fixed price contract modification not to exceed $64,200,000. This modification is an undefinitized contract action (UCA) for the procurement of one additional KC-130J aircraft for the U.S. Marine Corps. The aircraft is being added to the UCA that was previously awarded under contract FA8625-06-C-6456 P00008, on Dec. 8, 2006. The UCA was for the procurement of four FY06 Global War on Terrorism Supplemental aircraft (3 USAF C-130J’s and 1 USMC KC-130J). This additional aircraft is being funded entirely by dollar savings realized by the U.S. Marine Corps as a result of the conversion of the C-130J Multi-Year Procurement contract from FAR Part 12 FAR Part 15. This total of five aircraft will now be definitized under one single proposal. This work will be complete by March 2010. To date $32,100,000 has been obligated. Headquarters Air Force Material Command Wright Patterson Air Force Base, Ohio, is the contracting activity. (FA8625-06-C-6456/P00015).
Sumaria Systems, Inc., Arlington, Va., is being awarded a firm fixed price contract for $49,900,000. This action provides for advisory and assistance Services. This work will be complete in June 2012. To date no funds have been obligated. Headquarters Air Force District Washington, Andrews Air Force Base, Md., is the contracting activity. (FA7014-07-A-0027).
Thales-Raytheon Systems Co., LLC, Fullerton, Calif., is being awarded a $30,043,008 cost plus award fee, cost plus incentive fee, firm fixed price contract modification. The Battle Control System Spiral 3 contract was awarded to Thales Raytheon Systems Co., and initiated with the Spiral 3A Linux porting effort (FA8722-05-C-0003. The Human Machine Interface, Tactical Display Framework Shared Services, and Data Link enhancements and 3B2 Fielding deliver Battle Control System Spiral 3 capabilities to the four U.S. BDS-F sites and Canada are being added. The BCS Spiral 3 will be integrated and installed in both the BCS-F and BCS-M equipment configurations. Solicitation began in December 2006 and was complete in May 2007. To date $16,107,482 has been obligated. Headquarters Electronics Systems Center, Hanscom Air Force Base, Mass., is the contracting activity. (FA8722-05-C-0003/P00012).
Electro-Methods Incorporated, South Windsor, Conn., is being awarded a $8,584,758 firm fixed price contract. This action provides for TF33 Engine Spare Parts-Compressor Case, total of 78. Solicitations began in March 2007 and were complete in May 2007. All funds have been obligated. Work will be complete August 2010. Headquarters Oklahoma Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8104-07-C-0178).
DEFENSE LOGISTICS AGENCY
Metals USA i-Solutions, FT. Washington, Pa., is being awarded a maximum $10,500,000.00 fixed price, indefinite delivery/quantity contract for metals and metal product contract. Using services are Army, Navy, Air Force, Marine Corps, and other federal civilian agencies. This proposal had 63 solicitations with three responses. Contract funds will not expire at the end of the current fiscal year. This is a 5 year contract (2 year base with 3 to 1-year options) currently in its second option year. Note: The contract’s dollar maximum is being increased by 10.5 million from $60.4 million to $70.9 million. Date of performance completion is Feb. 16, 2008. Contracting activity is Defense Supply Center Philadelphia, Philadelphia , Pa., (SPM500-06-D-BP16).
* Small Business
http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3540
NEWSLETTER
|
Join the GlobalSecurity.org mailing list |
|
|