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. 1152-07
5 p.m. ET September 26, 2007

CONTRACTS

NAVY

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $1,319,574,240 not-to-exceed modification to a previously awarded firm-fixed-price contract (N00019-04-C-0014) for the procurement of 24 F/A-18Fs and Alternate Mission Equipment (AME) for the Government of Australia under the Foreign Military Sales Program . Work will be performed in St. Louis, Mo. (28.7 percent); El Segundo, Calif. (25 percent); Goleta, Calif. (8.6 percent); Clearwater, Fla. (2.3 percent); Greenlawn, N.Y. (2.1 percent); Burnsville, Minn. (2.1 percent); Johnson City, N.Y. (2.1 percent); Brooklyn Heights, Ohio (2 percent); Vandalia, Ohio (2 percent); Grand Rapids, Mich. (2 percent); South Bend, Ind. (2 percent); Mesa, Ariz. (1.8 percent); Fort Worth, Texas (1.8 percent); and at various locations across the United States (17.5 percent), and is expected to be completed in July 2011. 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.

General Electric Co., Aircraft Engines Business Group, Lynn, Mass., is being awarded a $339,759,829 modification to definitize a previously awarded advance acquisition contract (N00019-06-C-0088) to a firm-fixed-price contract. In addition, this modification provides for the Fiscal Year 2007-2008 Full Rate Production of 84 F-414-GE-400 engines for the F/A-18E/F and EA-18G, 84 devices, 10 fan modules, 30 HPT modules and 18 LPT modules. Work will be performed in Lynn, Mass. (46 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (14 percent); Albuquerque, N.M. (9 percent); Madisonville, Ky. (9 percent); and Wilmington, N.C. (.01 percent), and is expected to be completed in January 2009. 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.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a not-to-exceed $171,928,000 undefinitized modification to a previously awarded firm-fixed-price contract (N00019-04-C-0014) for the procurement of three F/A-18Fs and one E/A-18G aircraft for the U.S. Navy. Work will be performed in St. Louis, Mo. (28.7 percent); El Segundo, Calif. (25 percent); Goleta, Calif. (8.6 percent); Clearwater, Fla. (2.3 percent); Greenlawn, N.Y. (2.1 percent); Burnsville, Minn. (2.1 percent); Johnson City, N.Y. (2.1 percent); Brooklyn Heights, Ohio (2 percent); Vandalia, Ohio (2 percent); Grand Rapids, Mich. (2 percent); South Bend, Ind. (2 percent); Mesa, Ariz. (1.8 percent); Fort Worth, Texas (1.8 percent); and at various locations across the United States (17.5 percent), and is expected to be completed in September 2010. 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.

Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $121,854,461 modification to a previously awarded indefinite-delivery requirements contract (N00019-06-D-0017) to exercise an option for contractor logistics support services for the T-34, T-44, and T-6 aircraft. In addition, this option provides for organizational maintenance at Naval Air Station (NAS) Pensacola for the T-6 aircraft, as well as organizational and limited intermediate maintenance at NAS Whiting Field. Work will be performed at the NAS Corpus Christi, Texas (40.00 percent); NAS Whiting Field, Fla. (39.74 percent); NAS Pensacola, Fla. (12.10 percent); NAS Lemoore, Calif. (1.84 percent); NAS Oceana, Va. (1.58 percent); Marine Corps Air Station, Miramar, Calif. (.79 percent); Naval Air Warfare Center Aircraft Division, Patuxent River, Md. (.79 percent); Aviation Technical Test Center , Fort Rucker, Ala. (.79 percent); Naval Air Facility, El Centro, Calif. (.53 percent); Pope Air Force Base, Fayetteville, N.C. (.53 percent); NAS Jacksonville, Fla. (.53 percent); National Aeronautics and Space Administration (NASA), Edwards Air Force Base, Calif. (.26 percent); NASA Cleveland, Ohio (.26 percent); and Fort Eustis, Va. (.26 percent), and is expected to be completed in September 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.

L3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $95,805,756 estimated value modification to a previously awarded fixed-price, cost-reimbursable, time and materials requirements contract (N00019-03-D-0010) to exercise an option for contractor logistics support for approximately 189 T-45 Training Systems. Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (51 percent) and NAS Meridian, Miss. (49 percent), and is expected to be completed in September 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.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $84,077,161 firm-fixed-price contract for the procurement of 32 MV-22 and 9 CV-22 AE1107C engines. Work will be performed in Indianapolis, Ind., and is expected to be completed in October 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.

Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $66,381,878 modification to a previously awarded fixed-price, requirements contract (N00019-03-D-0012) to exercise an option to provide Power-By-the-Hour (PBTH®) logistics support for approximately 188 F405-RR-401 engine for the T-45 aircraft. Work will be performed at the Naval Air Station (NAS) Meridian, Miss. (50percent); NAS Kingsville, Texas (48.94percent); and NAS Patuxent River, Md. (1.06percent), and is expected to be completed in September 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

Vertex Aerospace LLC, Madison, Miss., is being awarded a $56,802,119 estimated value modification to a previously awarded firm-fixed-price, cost-reimbursable requirements contract (N00019-00-D-0272) to exercise an option the aircraft maintenance and logistics life cycle support for 55 Navy and 11 Marine Corps C-12 aircraft. Work will be performed at the Naval Air Station (NAS), Corpus Christi, Texas (40percent); NAS North Island, Calif. (6percent); Naval Air Warfare Center Aircraft Division, Patuxent River, Md. (7percent); Naval Support Activity, Bahrain (5percent); NAS Norfolk, Va. (5percent); Naval Air Facility (NAF) AF Atsugi, Japan (5percent); NAF Andrews, Md. (3percent); NAS Gitmo Bay, Cuba (3percent); NAF Kadena, Japan (3percent); Marine Corps Air Station (MCAS) New River, N.C. (3percent); MCAS Yuma, Ariz. (3percent); NAS New Orleans, La. (3percent); MCAS Futenma, Japan (3percent); MCAS Iwakuni, Japan (3percent); NAS Willow Grove, Pa. (1percent); NAS Dallas, Texas (1percent); NAS Atlanta, Ga. (1percent); NAS Miramar, Calif. (1percent); North Island, Calif. (1percent); NAF Misawa, Japan (1percent); Manassas, Va. (1percent); and MCAS Beaufort, S.C. (1percent), and is expected to be completed in September 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.

Walton Construction Co., LLC, Harahan, La., is being awarded a $47,657,000 firm-fixed price contract for the design and construction of 12 Base Realignment and Closure (BRAC) projects at Naval Air Station (NAS), Joint Reserve Base, New Orleans. The contract provides for new construction facilities to the NAS New Orleans area after massive destruction of existing facilities created by Hurricane Katrina. The work to be performed provides for the design and construction of ten and the construction only of two projects at NAS New Orleans. The twelve projects are: Child Development Center Addition; General Purpose Instructional Building; Administrative Support Building; Family Service Center; Road and Infrastructure Support; Applied Instruction Building; Military Entrance Processing Station; General Administrative Building; Indoor Physical Fitness Facility Addition; Library; Medical Dental Clinic Addition; and Renovate Medical Dental Clinic. The contract contains two additional options totaling $5,891,000, which may be exercised within 180 calendar days from contract award, bringing the total contract value to $53,548,000. Work will be performed in New Orleans, La., and is expected to be completed by December 2009. Contract funds in the amount of $42,077,000 will not expire at the end of the current fiscal year, and the remaining funds will expire. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with four proposals received in Phase I. All four proposers were invited to propose in Phase II, with one proposer withdrawing from competition. As of the closing date, three proposals were received in Phase II. The Naval Facilities Engineering Command, Southeast, North Charleston, S.C., is the contracting activity (N69450-07-C-0061).

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $43,747,265 firm-fixed-price contract for the design and construction of Bachelor Enlisted Quarters and Enlisted Dining Facility at Marine Corps Base, Camp Pendleton. Work will be performed in Oceanside, Calif., and is expected to be completed by September 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a two-phase design build via the Naval Facilities Engineering Command e-solicitation website with six proposals received in Phase I, and four offerors selected to proceed to Phase II. Four proposals were received in Phase II. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-07-C-6036).

SRI International, Menlo Park, Calif., is being awarded a $36,513,373 cost-plus-fixed-fee contract for the research and development of a comprehensive robust and integrated Marine Domain Awareness System for the Special Missions Program. This system will include awareness of surface, subsurface, and aerial domains within the maritime environment. Work will be performed in St. Petersburg, Fla., and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Broad Agency Announcement and one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-07-C-0500).

EJB Facilities Services (a joint venture), Arlington, Va., is being awarded $36,028,506, under previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity base operating support (BOS) contract (N44255-05-D-5103) to exercise Option 2 for BOS services at Navy Region Northwest, West Sound area. The work to be performed provides for all management and administration, public safety, supply, housing, facilities support (excluding grounds and janitorial services), utilities, base support vehicles and equipment, and environmental services to provide base operations and support services. The current total contract amount after exercise of this option will be $159,089,336. Work will be performed at Naval Base Kitsap, Silverdale, Wash.(75 percent); Naval Hospital Bremerton, Bremerton, Wash. (7 percent); Naval Magazine Indian Island, Port Hadlock, Wash. (7 percent); Navy Undersea Warfare Center, Keyport, Wash. (6 percent); Puget Sound Naval Shipyard, Bremerton, Wash. (1 percent); Navy Marine Corps Reserve Center Tacoma, Tacoma, Wash. (.5 percent) and their outlying facilities and tenant activities (3.5 percent), and work is expected to be completed September 2008. Contract funds are issued in anticipation of the enactment of the FY08 DOD Appropriation Act or passage of the FY08 Continuing Resolution Authority and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Innovative Productivity Incorporated (IPI), Louisville, Ky., is being awarded a $28,668,125 cost-plus-fixed-fee, level of effort contract for the operation and management of the McConnell Technology and Training Center (MTTC). The focus of the work will be to identify and/or develop innovative technologies, processes and concepts, with a focus on reducing operating costs and increasing product quality. MTTC will enhance and/or develop where appropriate, selected technologies and technology transfers between DOD and private industry. Work will be performed in Louisville, Ky., and is expected to be completed by September 2012. Contract funds in the amount of $10,400,000 will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Carderock Division, Carderock, Md., is the contracting activity. (N00167-07-C-0008)

Progeny Systems*, Manassas, Va., is being awarded a not-to-exceed $25,000,000 indefinite-delivery/indefinite-quantity contract for a Phase III Small Business Innovative Research (SBIR) Program under Topic N04-011, entitled “Open Architecture Tactical Control System.” The contractor will provide services and materials for engineering tasks including research and development of the ‘ideal’ or next generation data fusion architecture as applicable to an airborne command and control platform with multiple sensors and sources. Work will be performed in Manassas, Va. and is expected to be completed in September 2012. Contract funds in the amount of $1,293,000 will expire at the end of the current fiscal year. This contract was competitively procured using SBIR (Small Business Innovation Research) Program Solicitation under Topic N04-011 and 28 offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-07-D-0025).

Defense Technologies, Inc.*, Tampa, Fla., is being awarded a not-to-exceed $25,000,000 indefinite-delivery, indefinite-quantity contract for a Phase III Small Business Innovative Research (SBIR) Program under Topic N05-005, entitled “Wing and Bomb Bay Launched Unmanned Air Vehicle.” The technology is expected to provide for the research, development, and engineering support for open source, secure, net ready, modular common control stations for unmanned systems. Work will be performed in Lexington Park, Md. (50 percent); Ranlo, N.C. (40 percent); and Tampa, Fla. (10 percent) and is expected to be completed in September 2012. Contract funds in the amount of $329,000 will expire at the end of the current fiscal year. This contract was competitively procured using SBIR Program Solicitation under Topic N05-005 and 53 offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-07-D-0016).

Kato Engineering, Inc., Mankato, Minn., is being awarded a $23,957,183 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for an estimated 55 ship service generators to replace the existing generator end of the current ship service diesel generator for USS Whidbey Island, in support of the LSD 41/49 Midlife program. The ship service generators increase electrical generating capacity and increase reliability, maintainability and efficiency. Work will be performed in Mankato, Minn., and is expected to be completed in September 2012. The contract was competitively procured and advertised via the Internet, with two proposals received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the contracting activity. (N65540-07-D-0022)

ENGlobal Technical Services, Inc., Tulsa, Okla., is being awarded a $23,745,713 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract to provide engineering support to the Navy, Department of Defense (DoD), and other government agencies, including the Defense Logistics Agency (DLA). Space and Naval Warfare Systems Cente Charleston is tasked by DLA with planning, design, development, procurement, installation, and life-cycle maintenance support for Automated Fuel Handling equipment and systems at DoD fuel facilities worldwide. The contract includes four one-year option periods, which, if exercised, will bring the total cumulative value of the contract to the estimated amount of $126,069,455. Work will be performed in Government-owned and the contractor’s facilities located world-wide, expecting to be completed by September 2008 (September 2012 with options). Contract funds will not expire at the end of the fiscal year. This contract was competitively procured under full and open competition. The Request for Proposal was posted on the Space and Naval Warfare Systems Center E-commerce website and three offers were received. The Space and Naval Warfare Systems Center, Charleston is the contracting activity (N65236-07-D-7883).

Honeywell Technology Solutions, Inc., Columbia, Md., is being awarded a $22,426,474 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract to provide engineering support to the Navy, Department of Defense (DoD), and other government agencies, including the Defense Logistics Agency (DLA). Space and Naval Warfare Systems Center Charleston is tasked by DLA with planning, design, development, procurement, installation, and life-cycle maintenance support for Automated Fuel Handling equipment and systems at DoD fuel facilities worldwide. The contract includes four one-year option periods, which, if exercised, will bring the total cumulative value of the contract to the estimated amount of $118,925,825. Work will be performed in Government-owned and the Contractor’s facilities located world-wide, and work is expected to be completed by September 2008 (September 2012 with options). Contract funds will not expire at the end of the fiscal year. This contract was competitively procured under full and open competition. The Request for Proposal was posted on the Space and Naval Warfare Systems Center E-commerce website and three offers were received. The Space and Naval Warfare Systems Center, Charleston is the contracting activity (N65236-07-D-7884).

BAE Systems Technology Solutions & Services, Inc., Rockville, Md., is being awarded a $22,330,227 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee performance based contract to provide engineering support to the Navy, Department of Defense (DoD), and other government agencies, including the Defense Logistics Agency (DLA). Space and Naval Warfare Systems Center Charleston is tasked by DLA with planning, design, development, procurement, installation, and life-cycle maintenance support for Automated Fuel Handling equipment and systems at DoD fuel facilities worldwide. The contract includes four one-year option periods, which, if exercised, will bring the total cumulative value of the contract to the estimated amount of $117,989,146. Work will be performed in Government-owned and the contractor’s facilities located world-wide expecting to be completed by September 2008 (September 2012 with options). Contract funds will not expire at the end of the fiscal year. This contract was competitively procured under full and open competition. The Request for Proposal was posted on the Space and Naval Warfare Systems Center E-commerce website and three offers were received. The Space and Naval Warfare Systems Center, Charleston is the contracting activity (N65236-07-D-7882).

Lockheed Martin Missile and Fire Control, Archbald, Pa., is being awarded a $21,670,896 modification to a previously awarded firm-fixed-price contract (N00019-06-D-0006) for 2,057 Dual Mode units and support equipment for the Dual Mode Laser Guided Bomb Program. Work will be performed in Archbald, Pa. and is expected to be completed in November 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.

Kilgore Flares Co. LLC, Toone, Tenn., is being awarded an estimated $20,358,883 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK 25 Mod 3 Marine Location Markers. The MK 25 Mod 3 Marine Location Marker is used to provide the Warfighter with safe and effective pyrotechnics for use in search and rescue (SAR) operations; man-overboard operations; anti-submarine warfare and target identification. Work will be performed in Toone, Tenn., and is expected to be completed by September 2012. Contract funds in the amount of $444,896 will expire at the end of the current fiscal year. This contract was competitively procured and advertised via the Federal Business Opportunities website, with seven proposals solicited and one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity. (N00164-07-D-4263)

SFA, Inc.*, Virginia Beach, Va., is each being awarded a $17,500,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract as a Small Business Innovative Research (SBIR) Phase III contract under SBIR Topic Number N03-142, Bandwidth Management. This contract will integrate and leverage the architecture and existing capabilities of the extensible Communications Automation Framework Environment (XCAFE), while also engineering and development enhancements and new functionality with XCAFE. This contract includes three one-year options which, if exercised, would bring the cumulative value of this contract to an estimated $35,000,000. Work will be performed in Virginia Beach, Va. (50 percent); Charleston, S.C., (30 percent); and Djibouti, Africa (20 percent), and is expected to be completed by September 2008 (September 2011 with options). Contract funds in the amount of $239,971 will expire at the end of the current fiscal year. This contract was competitively procured under the Small Business Innovative Research (SBIR) Program. The Space and Naval Warfare Systems Charleston, S.C. is the contracting activity (N6526-07-D-5889).

The Boeing Co., St. Louis, Mo., is being awarded a $16,000,000 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0045) to provide follow-on persistent Intelligence, Surveillance, Reconnaissance (ISR) Unmanned Aerial Vehicle (UAV) services. The services currently being performed are in direct support of Operation Iraqi Freedom (OIF) and the Global War on Terror (GWOT). Work will be performed in St. Louis, Mo., and is expected to be completed in September 2008. Contract funds in the amount of $16,000,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $15,439,692 cost-plus-award-fee modification under previously awarded contract (N00024-06-C-6311) to exercise an option to provide integration services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS). This modification supports the Littoral Combat Ship (LCS) Mission Module Program Office (PMS 420), Program Executive Office, Littoral and Mine Warfare. LCS Mission Packages will be optimized for flexibility in the littorals. Work will be performed in Washington, D.C. (43 percent); Bethpage, N.Y. (32 percent); Panama City, Fla. (19 percent); Hollywood, Md. (2 percent); San Diego, Calif. (2 percent); and Dahlgren, Va. (2 percent), and is expected to be completed by September 2008. Contract funds in the amount of $113,338, will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $14,497,633 cost-plus-incentive-fee modification to a previously awarded cost-plus-award-fee contract (N00019-03-C-0057) for the supplier productionization non-recurring efforts for E-2D Advanced Hawkeye Pilot Production Aircraft. Work will be performed in Syracuse, N.Y., (56.42 percent); Menlo Park, Calif., (23.25 percent); various locations across the United States, (11.23 percent); and Bethpage, N.Y., (9.1 percent) and is expected to be completed in December 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.

Atlantic Microwave Corp., Bolton Mass., is being awarded an $11,038,137 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to deliver VHF and UHF antennas to the Space and Naval Warfare Systems Center Charleston, Tactical C2 Engineering Division. Work will be performed in Bolton, Mass., and is expected to be completed September 2009. Contract funds will expire at the end of the current fiscal year. The contract was procured on a sole-source basis with proposals solicited via the Space and Naval Warfare e-Commerce Central website and one offer was received. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-07-D-6397).

Techno-Sciences Inc., Beltsville, Md., is being awarded an $11,000,000 cost-plus-fixed-fee, fixed-price contract for technical support to the Malaysian Integrated Maritime Surveillance System (IMSS) to include upgrades to a command center and coastal surveillance stations in Malaysia. Work will be performed in Beltsville, Maryland (50 percent), and at sites throughout Malaysia (50 percent), and work is expected to be completed September 2009. This contract was awarded as a Small Business Innovative Research (SBIR) program, Phase 3 follow-on contract, under the authority of 10 U.S.C. 2301(c)(5). The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-07-C-0146).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $10,035,822 cost-plus-incentive-fee modification to a previously awarded cost-plus-award-fee contract (N00019-03-C-0057) for the procurement of E-2D Advanced Hawkeye Prime Mission Equipment for E-2D Trainer requirements. Work will be performed in Marlborough, Mass., (39 percent); Woodland Hills, Calif., (36.7 percent); Owego, N.Y., (12 percent); Bethpage, N.Y., (9.7 percent); Baltimore, Md., (1.6 percent); and Sylmar, Calif., (1 percent) and is expected to be completed in July 2009. 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.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $9,988,860 order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for the integration and test support for the Turkish Peace Onyx III F-16 Integration and Test Program for the Government of Turkey under the Foreign Military Sales Program. Work will be performed in St. Louis, Mo. and is expected to be completed in December 2010. 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.

Advanced Engineering and Sciences, Junction, Md., is being awarded a $9,897,052, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 400 Transmitter Countermeasure AN/PLT-6448-V2 Jammer D Tool Set, Citadel and 400 spare kits. Work will be performed in Annapolis Junction, Md., and is expected to be completed by June 2008. Contract funds in the amount of $9,897,052, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-07-D-0019).

Northrop Grumman Mission Systems, Tactical Systems Division, Carson, Calif., was awarded a $9,078,083 indefinite-delivery contract with cost-plus-fixed-fee pricing on September 25, 2007, for systems analysis, engineering, design, development, procurement, integrated logistics, configuration management, systems integration, test, installation, operator/maintenance training and life cycle support for enhanced Tactical Automated Security Systems (eTASS). Work will be performed at various locations, and work is expected to be completed March 2009. Contract funds will not expire at the end of the current fiscal year. This contract was a sole source, after announcement via the Federal Business Opportunities website and the Space and Naval Warfare e-Commerce Central website. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-07-D-7887).

Solpac, Inc., dba Soltek Pacific, San Diego, Calif., is being awarded $7,697,000 for firm-fixed price task order #0006 under an indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-03-D-7059) for design and construction of a Light Armored Reconnaissance Battalion Facilities at Marine Corps Base Camp Pendleton. The work to be performed provides for the design and construction of a new armory building and tank auto field maintenance shop/auto organization shop located at Las Flores Area 41, Marine Corps Base, Camp Pendleton. Work will be performed in Oceanside, Calif., and is expected to be completed by March 2009. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Pegasus Global Strategic Solutions, LLC, Reston, Va., is being awarded a $6,903,614 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide retro-fit of 100 Jukebox jammers and provide engineering and technical support for the 1,001 Jukebox systems currently fielded under the Counter-Radio-Controlled Improvised Electronic Warfare (CREW) system. Contractor will provide field service representatives; provide depot services, repair parts, system troubleshooting, and electronic repair. Work will be performed in Iraq and Afghanistan, and is expected to be completed by June 2008. Contract funds in the amount of $6,903,614, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Indian Head Division, Indian Head, Md., is the contracting agency. (N00174-07-D-0016)

L-3 Communications Westwood Corp., NMP Division, Tulsa, Okla., is being awarded a $6,886,094 fixed-price, indefinite-delivery/indefinite-quantity contract to provide Load Center Switchboards in support of LSD-41 and LSD-49 Class Vessels. Work will be performed in Tulsa, Okla., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and advertised via the Internet, with two proposals received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-07-D-0011).

Stronghold Engineering, Inc., Riverside, Calif., is being awarded $6,304,100 for firm-fixed-price task order #0009 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract for design and repair of navigational aids and lighting to runways 3-21 and 9-27 at Naval Air Station Point Mugu. The work to be performed provides for repair and replacement of the pier that supports a portion of runway 3-21 and installation of strobe lights; repair by replacement of the Short Approach Lighting System light fixtures and strobe systems; runway edge lights; taxiway lights; electrical distribution system; electrical regulators; obstruction lights; regulator controls; carrier deck lights; runways signs and provide new transformer for buildings 359 and 812. Work will be performed in Point Mugu, Calif., and is expected to be completed by April 2009. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N68711-05-D-4012).

UNITED STATES TRANSPORATION COMMAND

Alliance Contractor Team c/o AMCS of Leesburg Va., is being awarded an estimated $1,031,154,403 firm fixed-price contract for international airlift services with a minimum guarantee of $123,157,632. Team members include: American Airlines, Inc., of Ft. Worth, Texas; Arrow Air, Inc. of Miami, Fla.; ASTAR Air Cargo, Inc., of Miami, Fla.; Delta Air Lines, Inc., of Atlanta, Ga.; Evergreen International Airlines, Inc., of McMinnville, Ore.; Gemini Air Cargo, Inc., of Dulles, Va.; North American Airlines, Inc., of Jamaica, N.Y.; United Airlines, Inc., of Elk Grove Village, Ill.; US Airways, Inc., of Phoenix, Ariz.; and World Airways, Inc., of Peachtree City, Ga.Work will be performed at worldwide locations, and is expected to be completed September 2008. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and 32 proposals received. The United States Transportation Command Acquisition Directorate, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-0020).

Federal Express Charter Programs Team Arrangement of Memphis, Tenn., is being awarded an estimated $1,071,854,903 firm fixed-price contract for international airlift services with a minimum guarantee of $158,493,329. Team members include: Air Transport International LLC of, Little Rock, Ark.; ATA Airlines, Inc., of Indianapolis, Ind.; Atlas Air, Inc., of Purchase, N.Y.; Federal Express Corporation of Memphis, Tenn.; Northwest Airlines, Inc., of St. Paul, Minn.; Omni Air International, Inc., of Tulsa, Okla.; and Polar Air Cargo Worldwide, Inc., of Purchase, N.Y. Work will be performed at worldwide locations, and is expected to be completed September 2008. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and 32 proposals received. The United States Transportation Command Acquisition Directorate, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-0021).

Lynden Air Cargo LLC of Anchorage, Alaska, is being awarded an estimated $63,708,861 firm fixed-price contract for international airlift services with a minimum guarantee of $$47,370,492. Work will be performed at worldwide locations, and is expected to be completed September 2008. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and 32 proposals received. The United States Transportation Command Acquisition Directorate, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-0028).

Miami Air International, Inc., of Miami, Fla., is being awarded an estimated $32,599,752.00 firm fixed-price contract for international airlift services with a minimum guarantee of $1,999,752.00. Work will be performed at worldwide locations, and is expected to be completed September 2008. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and 32 proposals received. The United States Transportation Command Acquisition Directorate, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-0029).

The United Parcel Service Contractor Team of Louisville, Ky., is being awarded an estimated $126,829,355.71 firm fixed-price contract for international airlift services with a minimum guarantee of $9,594,084. Team members include: ABX Air, Inc., of Wilmington, Ohio; Kalitta Air LLC of Ypsilanti, Mich.; National Air Cargo Group, Inc., d/b/a Murray Air of Ypsilanti, Mich., Ryan International Airlines, Inc., of Rockford, Ill., Southern Air, Inc., of Norwalk, Conn., and United Parcel Service Company of Louisville, Ky.Work will be performed at worldwide locations, and is expected to be completed September 2008. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and 32 proposals received. The United States Transportation Command Acquisition Directorate, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-0022).

TRICARE MANAGEMENT ACTIVITY (TMA)

Delta Dental of California, of Rancho Cordova, California, is awarded the TRICARE Retiree Dental Program (TRDP) contract. This contract provides for dental insurance coverage to all eligible personnel retired from the Uniformed Services, to unremarried surviving spouses, eligible dependents, former members of the Armed Forces who are Medal of Honor recipients and their immediate dependents. Enrollment in the TRDP is voluntary. The premium costs are paid totally by the enrollee. The TRDP will initially offer coverage for dental services rendered in the United States, the District of Columbia, Puerto Rico, Guam, the U.S. Virgin Islands, American Samoa, the Commonwealth of the Northern Mariana Islands, and Canada. TRDP currently has two programs: Basic, which is closed to new enrollments, and Enhanced, into which all new TRDP enrollees shall be enrolled. TMA anticipates authorization (by amendment to the 32 CFR 199.22) to extend TRDP to other overseas locations through a TRDP ENHANCED-OVERSEAS program that will match to the greatest extent commercially practicable the benefits of the current Enhanced Program. The contractor shall fulfill the objectives of the contract while complying with the scope and structure of TRICARE (benefits and beneficiary liabilities) and technical requirements contained in the contract. The contract provides for customer service activities that support enrollment, network provider locator, claims processing functions, and other administrative services. All services are to be ordered through the exercise of options.

The contract is for the base period and five 12-month option periods for a total of nearly six years. If exercised, the estimated delivery order value through the Option period 1 is $421,034,714. The base period for transition is September 21, 2007 through July 31, 2008. Delivery for the TRDP for providing coverage, customer service and administrative services will begin on July 31, 2008. This contract was competitively procured via the TRICARE Management Activity e-solicitation Web site, with four offers received. The Department of Defense, TRICARE Management Activity, is the contracting activity (H94002-07-C-0003).

DEFENSE LOGISTICS AGENCY

American Water Operation & Maintenance, Inc., Voorhees, N.J., is being awarded a $61,311,200.00 firm fixed price, prospective price re-determination, 50-year contract for assumption of ownership, operation and maintenance of water distribution system at Scott Air Force Base, Ill. Using service is Air Force. Contract funds will not expire at the end of the current fiscal year. There were 700 proposals solicited, including web solicitations with 1 response. Date of performance completion is November 24, 2057. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-07-C-8253).

Science Applications International Corp., San Diego, Calif., is being awarded a $6,122,064.70 fixed price with economic price adjustment contract for Information Technology Support Services. Using services are Defense Logistics Agency organizations. Other locations of performance are Michigan. Contract funds will not expire at the end of the current fiscal year. There were 5 proposals original solicited with 1 response. Date of performance completion is September 25, 2008. The contracting activity is Defense Logistics Agency, Enterprise Support (DES), Philadelphia, Pa. (SP4701-07-F-A096).

ARMY

The Whiting-Turner Contracting Co., Baltimore, Md., was awarded on Sept. 25, 2007, a delivery order amount of $52,076,090 as part of a $52,076,090 firm-fixed-price contract for design and construction of barracks complexes. Work will be performed at Fort Bragg, N.C., and is expected to be completed by Sept. 24, 2010. Contract funds will not expire at the end of the current fiscal year. There were eight bids solicited on Dec. 7, 2006, and five bids were received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-07-D-0049).

SYColeman, Fairfax, Va., was awarded on Sept. 21, 2007, a $42,553,140 increment as part of a $42,553,140 research and development contract to develop and mature Advanced Intellignet Software Technology. Work will be performed in Huntsville, Ala., and is expected to be completed by Sept. 24, 2013. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 21, 2005. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-07-C-0173).

AM General L.L.C., South Bend, Ind., was awarded on Sept. 24, 2007, a $26,825,054 modification to a firm-fixed-price contract for additional High Mobility Multipurpose Wheeled Vehicles. Work will be performed in Mishawaka, Ind., 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 March 17, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

BAE Systems Land and Armaments L.P., York, Pa., was awarded on Sept. 21, 2007, a delivery order amount of $22,095,433 as part of an $113,336,779 firm-fixed-price contract for Paladin Digital Fire Control System and spare kits. Work will be performed in York, Pa., and is expected to be completed by Sept. 20, 2011. 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 May 14, 2007, and one bid was received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-07-D-0243).

TCI Architects Engineer Contractor, Lacrosse, Wis., was awarded on Sept. 21, 2007, a $21,744,300 firm-fixed-price contract for construction of an Army Reserve Center and Organizational Maintenance Shop. Work will be performed in Omaha, Neb., and is expected to be completed by Nov. 30, 2009. 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 July 3, 2007, and four bids were received. The U.S. Army Engineer District, Louisville, Ky., is the contracting activity (W912QR-07-C-0060).

BAE Systems, Santa Clara, Calif., was awarded on Sept. 21, 2007, a delivery order amount of $17,977,252 as part of a $17,977,252 cost-no-fee contract for Long Lead Materials for sets of Skirt Armor for the Bradley Fighting Vehicle. Work will be performed in York, Pa. (40 percent), Anniston, Ala. (55 percent), and Santa Clara, Calif. (5 percent), and is expected to be completed by Aug. 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 24, 2007. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

AM General L.L.C., South Bend, Ind., was awarded on Sept. 24, 2007, a $17,599,268 modification to a firm-fixed-price contract for additional High Mobility Multipurpose Wheeled Vehicles. Work will be performed in Mishawaka, Ind., 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 March 17, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

Oshkosh Truck Corp., Oshkosh, Wis., was awarded on Sept. 21, 2007, a $16,847,245 firm-fixed-price contract for Foreign Military Sale of Heavy Equipment Transporter System M1070 Tractors, Trailers, and Spares. Work will be performed in Oshkosh, Wis. (71 percent), Princeton, Ky. (22 percent), Ann Arbor, Mich. (2.55 percent), Indianapolis, Ind. (0.45 percent), and Egypt (4 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 Jan. 25, 2007. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-07-C-0594).

Northrop Grumman Systems Corp., Huntsville, Ala., was awarded on Sept. 24, 2007, a $16,100,000 modification to a cost-plus-fixed-fee and firm-fixed-price contract for Viper Strike Munitions and engineering services. Work will be performed in Huntsville, Ala., and is expected to be completed by Dec. 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 5, 2007. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0268).

AM General L.L.C., Mishawaka, Ind., was awarded on Sept. 21, 2007, a $15,786,633 firm-fixed-price contract for 6.5 Liter, Turbo Diesel Engines with Containers for the High Mobility Multipurpose Wheeled Vehicle. Work will be performed in Mishawaka, 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 June 26, 2007. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-07-C-0719).

Hensel Phelps Construction Co., Chantilly, Va., was awarded on Sept. 21, 2007, a $15,700,992 modification to a fixed-price-incentive-with-award-fee contract to Incorporate In-Scope Changes to the Renovation and Exercise the Option for Wedge 4 Design and Construction. Work will be performed in Arlington, Va., and is expected to be completed by Dec. 30, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 19, 2001. The Pentagon Renovation and Construction Program Office, Arlington, Va., is the contracting activity (MDA947-01-C-2001).

Lapeer Industries*, Lapeer, Mich., was awarded on Sept. 21, 2007, a $14,999,999 firm-fixed-price contract for M939 Armor Ready Cab Kits. Work will be performed in Lapeer, Mich., and is expected to be completed by July 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 5, 2007. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-07-C-0747).

AeroFlex Wichita Inc., Wichita, Kan., was awarded on Sept. 21, 2007, a $13,800,000 firm-fixed-price contract for Commercial Off-the-Shelf Radio Communication Test Systems. Work will be performed in Wichita, Kan., and is expected to be completed by July 31, 2009. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Aug. 31, 2007, and two bids were received. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-07-C-K011).

AIR FORCE

The Lockheed Martin, Simulation, Training and Support, C-130 ATS Program Office of Orlando, Fla. is being awarded a contract modification for $45,900,000. This contract will exercise the option for an additional year of operation and maintenance under the C-130 ATS contract. The effort will provide instruction, courseware and training support services. The activities in the project ensure students are academically trained in the formal school. At this time no funds have been obligated. For more information please call (801) 777-6295. Ogden Air Logistics Center, Hill Air Force Base Utah is the contracting activity (F62430-99-C-0138, P00205).

The Aircraft Braking System of Akron, Ohio, is being awarded a contract for $32,536,488. This is a delivery order against a commercial BOA for 636 each, landing gear heat shields in support of the B-1 aircraft. At this time $32,536,488 has been obligated. For more information please call (801) 777-6501. Department of the Air Force, Directorate of Contracting, Hill Air Force Base, Utah is the contracting activity (F42620-03-G-0003-0084).

The Thomas Instrument and Machine Co. Inc., of Brookshire Texas, is being awarded a contract for $29,006,672.90. This action provides jackscrew assemblies, applicable to the C-5 aircraft, a total 462, a maximum of 3,000. At this time $9,799,497 has been obligated. For more information please call (478) 926-0059. 542nd Combat Sustainment Wing, Robins Air Force Base, Ga. is the contracting activity (FA8524-07-D-0007).

The Lockheed Martin Simulation, Training and Support, of Orlando, Fla., is being awarded a contract modification for $19,000,000. This action provides FY08 C-130J training. At this time $504,945 has been obligated. For more information please call (937) 255-3532. 677 AESG/TS, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8621-06-C-6300 P000014).

The Moog Aircraft Group of East Aurora, N.Y., is being awarded a contract for $15,761,968. This action provides for Leading Edge Slat and Moving Island Actuators applicable to the C-5 aircraft. At this time all funds have been obligated. For more information please call (478) 926-0060. 542nd Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity (FA8524-07-D-0009).

The L3 Communications Vertex Aerospace of Madison, Miss., is being awarded a contract for $8,423,070.88. This action provides for UH-IN and HH-60 Helicopter maintenance. At this time all funds have been obligated. For more information please call (210) 652-2122. AETC CONS/LGCU, Randolph Air Force Base, Texas., is the contracting activity (FA3002-04-C-0009).

The Parker Hannifin Customer Support Incorporated of Irvine, California, is being awarded a contract for $8,421,830. This action provides for Cylinder/Manifold Assemblies used in primary and secondary Flight Control Systems applicable to the C-5 aircraft. At this time all funds have been obligated. For more information please call (478) 926-0060. 542nd Combat Sustainment Flight, Robins Air Force Base, Ga., is the contracting activity (FA8524-07-C-0008).

The Raytheon Co. of Tucson, Arizona is being awarded a contract modification for $7,771,041. This action provides for 309 replacement baseline rocket motors to be installed into AIM-120A, AIM-120B, and AIM-120C Air Vehicles. At this time all funds have been obligated. For more information please call (850) 883-0184. 695 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8675-07-C-0055, P0004).

The Honeywell International of Albuquerque, N.M. is being awarded a contract for $7,113,654. This action provides for Hybrid Microcircuits (Corewood Modules), B-1B Flight Control System, with a quantity of 9466 units. At this time no funds have been obligated. For more information please call (405) 734-8092. OC-ALC/848 CBSG/PKF Tinker Air Force Base, Okla., is the contracting activity (FA8103-07-C-0195).

The Hawker Beechcraft Corp. of Wichita, Kan. is being awarded a contract for $5,983,118. This action provides for Lot 14 Aircrew Training Devices and GBTS Management, FY07 Instrument Flight Trainer for Sheppard AFB, FY07 Unit Training Devices for Sheppard AFB. At this time $7,466,368 has been obligated. For more information please call (937) 904-4178. 644 AESS/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-07-D-6151, Delivery Order 000108).

The BBN Technologies Corp. of Cambridge, Mass. is being awarded a contract for $5,998,307. The objective of the Integrated Crisis Early Warning System (ICEWS) program is to develop a prototype system of integrated computational social and political science models that forecast the occurrence and level of intensity of various conflict events of interest often associated with country instability. The work will examine and identify models relevant to country instability, develop predictive models for conflict events of interest, and integrate them into a single predictive model for potential use by Unified Combatant Command (COCOMs). At this time $1,559,000 has been obligated. For more information please call (937) 255-3585. Det 1 AFRL/PKDA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-07-C-7748).

*Small Business

http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3613



NEWSLETTER
Join the GlobalSecurity.org mailing list