DefenseLINK News: DoD Contract
U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web: http://defenselink.mil/contracts/2006/ct20060710-13412.html
Media Contact: (703)697-5131
Public contact:
http://www.dod.mil/faq/comment.html
or +1 (703) 428-0711

FOR RELEASE AT 5pm ET No. 650-06
July 10, 2006

Contracts for July 10, 2006

CONTRACTS

DEFENSE LOGISTICS AGENCY

 

            Sikorsky Aircraft Corp, Stratford, Conn., is being awarded a maximum $224,417,752 firm-fixed-price contract for spare parts to support aircraft platforms for federal civilian agencies.  This is a sole source competition with one solicited and one responded exercising option year one.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is July 7, 2007.  Contracting activity is Defense Supply Center Richmond, Richmond, Va. (SP040005D9413).

 

NAVY

 

            McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., St Louis, Mo., is being awarded a $167,129,738 modification to a previously awarded cost-plus-fixed-fee contract for additional support services required to enhance the F/A-18 Weapons System with a series of System Configuration Sets.  These enhancements will support F/A-18 aircraft operated by the Navy, Marine Corps, and the Governments of Canada, Australia, Spain, Kuwait, Switzerland, Finland and Malaysia.  Work will be performed in St. Louis, Mo. (95 percent) and at the Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, Calif., and is expected to be completed in September 2007.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

 

            Rix Industries, Benicia, Calif., is being awarded a $23,892,936 firm-fixed-price, indefinite-delivery/ indefinite-quantity contract for delivery of an estimated quantity of 81 shipboard Low Pressure Air Plants (LPAPs) over a five-year ordering period to replace currently installed LPAPs onboard Navy CVN 68 class aircraft carriers.  Shipboard LPAPs are comprised of a low pressure air compressor and a low pressure air membrane dehydrator, and provide low pressure air for vital and non-vital services.  The contract also requires the contractor to provide associated technical data, such as a first article test report, provisioning parts list, a spare parts list, and technical manual.  Work will be performed in Sparks, Nev. (80 percent), and Benicia, Calif. (20 percent), and is expected to be completed by September 2011.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured through a request for proposals and was synopsized in the federal business opportunities website with two offers received.  The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-06-D-0019).

 

            Terex Corp., Stafford, Va., is being awarded a $12,191,324 firm-fixed-price delivery order 0002 against a previously awarded indefinite-delivery/indefinite-quantity contract for the procurement of 19 all terrain cranes and three clamshells.  This contract contains options which if exercised, will bring the total cumulative value of this contract to a not to exceed value of $43,057,576.  Work will be performed in Zweibrucken, Germany, and is expected to be completed in September 2007.  The basic contract was competitively procured via the government point of entry, federal business opportunities website, with four proposals received and award made on Aug. 9, 2006.  Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

 

            Raytheon Space & Airborne Systems, El Segundo, Calif., is being awarded $9,985,000 for firm-fixed-price order 0008 against a previously awarded basic ordering agreement for consumable spares for the advanced targeting forward looking infrared radar system used on the F/A-18 aircraft.  Work will be performed in El Segundo, Calif., and is expected to be completed by December 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.

 

            R & W Construction Co., Inc.*, Jacksonville, N.C.; North State Mechanical, Inc.*, Jacksonville, N.C.; Humphrey Mechanical, Inc., Jacksonville, N.C.; and Diamond Industrial Corp.*, Newbern, N.C., were each awarded on July 7, 2006, a maximum amount of $8,000,000, guaranteed minimum of $5,000, firm-fixed price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, alteration, and repairs for mechanical projects in the North Carolina area.  The not to exceed amount for each contract is $24,000,000, bringing the total potential for all contracts to $96,000,000.  Work will be performed at Marine Corps Base Camp Lejeune, Jacksonville, N.C. (65 percent), Marine Corps Air Station Cherry Point, Cherry Point, N.C. (25 percent), Marine Corps Air Station New River, Jacksonville, N.C. (5 percent), and various outlying fields (5 percent).  The term of the contract is not to exceed 36 months, with an expected completion date of July 2007 (July 2009 with options).  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured with 25 proposals solicited and six offers received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-D-4000/4001/4002/4003).

 

ARMY

 

            Ceradyne Inc., Costa Mesa, Calif., was awarded on June 30, 2006, a delivery order amount of $59,774,000 as part of a $611,705,680 firm-fixed-price contract for enhanced side ballistic inserts with carriers.  Work will be performed in Costa Mesa, Calif., and is expected to be completed by June 30, 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 Feb. 17, 2006, and 16 bids were received.  The Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-06-D-0028).

 

            M.A. Mortenson, Minneapolis, Minn., was awarded on June 30, 2006, a $36,709,919 increment as part of a $37,039,919 firm-fixed-price with incentive contract for construction of the 1st Infantry Division Headquarters Facilities.  Work will be performed at Fort Riley, Kan., and is expected to be completed by Nov. 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on March 29, 2006.  The Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0019).

 

            DD-M Leasing Company Inc.*, Alameda, Calif., was awarded on June 30, 2006, a $17,826,680 firm-fixed-price contract for levee repairs on the Sacramento River.  Work will be performed in Sacramento, Calif., and is expected to be completed by Nov. 1, 2006.  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 25, 2006, and two bids were received.  The Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0101).

 

            L3 Communications Titan Corp., San Diego, Calif., was awarded on June 30, 2006, a $17,278,652 modification to a fixed-price-initiative and time and materials contract for the addition of the Block III Spiral I Electronic Support AN/MLQ-40(V)4 capability to AN/MLQ-40(V)3 Prophet Block I Vehicles.  Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 31, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Aug. 1, 2005.  The Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-01-C-L539).

 

            Document and Packaging Brokers Inc.*, Pelham, Ala., was awarded on July 5, 2006, a delivery order amount of $16,500,000 as part of a $179,952,138 firm-fixed-price contract for marketing services and supplies.  Work will be performed in Pelham, Ala., and is expected to be completed by July 4, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on March 25, 2005.  The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-05-D-0011).

 

            AM General Corp., South Bend, Ind., was awarded on June 30, 2006, a $14,952,851 modification to a firm-fixed-price contract for armor kits for the high mobility multipurpose wheeled vehicle.  Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 17, 2000.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

 

            Lockheed Martin Corp., Akron, Ohio, was awarded on June 30, 2006, a $9,790,000 firm-fixed-price contract for spare parts for the persistent threat detection system.  Work will be performed in Akron, Ohio, and is expected to be completed by June 29, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on June 14, 2006.  The Army Research, Development and Engineering Command, Adelphi, Md., is the contracting activity (W911QX-06-P-0498).

 

            Northrop Grumman Mission Systems, Carson, Calif., was awarded on June 30, 2006, an $8,509,280 modification to a firm-fixed-price contract for the Paladin Digital Fire Control System (PDFCS) and various components for the PDFCS for Use on the M109A6 Paladin Self Propelled Howitzer.  Work will be performed in Carson, Calif., and is expected to be completed by June 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Jan. 30, 2006.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0236).

 

            Chickasaw Nation Industries Inc.*, Ada, Okla., was awarded on June 30, 2006, a $5,877,146 firm-fixed-price contract for construction of interim relocatable facilities.  Work will be performed at Fort Riley, Kan., and is expected to be completed by Sept. 23, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 31, 2006.  The Army Engineer District, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0039).

 

            Logis Tech Inc.*, Manassas, Va., was awarded on July 6, 2006, a delivery order amount of $5,030,378 as part of a $30,975,337 firm-fixed-price contract for controlled humidity preservation modules.  Work will be performed in Manassas, Va., and is expected to be completed by June 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 30, 2003.  The National Guard Bureau, Arlington, Va., is the contracting activity (DAHA90-03-D-0005).

 

DEFENSE COMMISSARY AGENCY

 

            C & C Produce Inc., Kansas City, Mo. is being awarded an indefinite-delivery, requirements-type contract on July 10, 2006, to provide fresh fruits and vegetables (FF&V) for resale at 16 commissary store locations throughout Colorado, Kansas, Missouri, Nebraska, North Dakota, South Dakota, Utah and Wyoming.  The estimated award amount is $32,583,766.80.  Contractor will deliver FF&V to the store locations as needed.  The contract is for a two-year base-period beginning August 1, 2006, through July 31, 2008.  Two one-year option periods are available.  If both option periods are exercised, the contract will be completed July 31, 2010.  Contract funds will not expire at the end of the current fiscal year.  One hundred and fifty-one firms were solicited and nine offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, Fort Lee, Va. (HDEC02-06-D-0011).

 

            B. Catalani Inc., San Antonio, Texas, is being awarded an indefinite-delivery, requirements-type contract on July 10, 2006, FF&V for resale at 20 commissary store locations throughout New Mexico, Oklahoma and Texas.  The estimated award amount is $31,197,283.50.  Contractor will deliver FF&V to the store locations as needed.  The contract is for a two-year base-period beginning Aug. 1, 2006, through July 31, 2008.  Two one-year option periods are available.  If both option periods are exercised, the contract will be completed July 31, 2010.  Contract funds will not expire at the end of the current fiscal year.  One hundred and fifty-one firms were solicited and nine offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, Fort Lee, Va. (HDEC02-06-D-0012).

AIR FORCE

 

            Northrop Grumman Space and Mission Systems Corp., Space Technology, Redondo Beach, Calif., is being awarded a $18,410,465 cost-plus-award-fee contract modification.  This contract modification will incorporate ECP-11 trusted computer security evaluation criteria requirements; Department of Defense (DoD) Directive 8500, and federal information processing standards (FIPS) 140-2 into the national polar-orbiting environmental satellite system acquisition and operations contract.  At the time of contract award, DoD Directive 5200.28 governed information assurance.  DoD Directive 8500.1, information assurance and D0D instruction 8500.2, information assurance implementation updated the standard for information assurance.  DoD 8500 also cited another updated requirement for FIPS 140-2 security requirements for cryptographic modules.  FIPS 140-2 precludes the use of unvalidated cryptography for cryptographic protection of unclassified (sensitive or valuable) data in all federal systems.  At this time, no funds have been obligated.  Negotiations were complete in September 2005.  This work will be complete April 2012.  National Oceanic and Atmospheric Administration, Silver Spring, Md., is the contracting activity (F04701-02-C-0502/P00049).

 

            Northrop Grumman Systems Corp., Integrated Systems Air Combat Systems, San Diego, Calif., is being awarded a $16,500,000 cost-plus-fixed-fee contract.  This effort is for the support of a critical high priority mission support kit for production assets.  The spares procured are in direct support of deployment operations and operational requirements of the global hawk system in a forward theater of operations.  At this time, total funds have been obligated.  Solicitations began February 2006 and negotiations were complete in June 2006.  This work will be complete by June 2008.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-03-G-4306).

 

* Small Business


-- DODCONTRACTS-L distributes DoD contract announcements -- Contracts: http://www.defenselink.mil/contracts/
-- DoD News: http://www.defenselink.mil/news/dodnews.html
-- Subscribe/Unsubscribe/FAQ: http://www.defenselink.mil/news/e-mail.html
-- Today in DoD: http://www.defenselink.mil/today/

-- U.S. Department of Defense Official Website - http://www.defenselink.mil/
-- U.S. Department of Defense News About the War on Terrorism - http://www.defendamerica.mil/