U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web:
http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3309
Media contact: +1 (703) 697-5131/697-5132
Public contact:
http://www.dod.mil/faq/comment.html
or +1 (703) 428-0711 +1

FOR RELEASE AT
5 p.m. ET
No. 777-06
August 16, 2006


CONTRACTS

MISSILE DEFENSE AGENCY

Raytheon Missile Systems, Tucson, Ariz. is being awarded a cost-plus-award/incentive fee contract modification for the continued development and delivery of twenty-nine Standard Missile-3 Block IA Missiles to meet U.S. and foreign military sales requirements with Japan in support of the Aegis Ballistic Missile Defense System. The total estimated value of the contract modification is $265,896,658. The work will be performed in Tucson, Ariz. and is expected to be complete by December 2009. None of the funds will expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity (N00024-03-C-6111).

AIR FORCE

Lockheed Martin Corp., Ft. Worth, Texas, is being awarded a $119,920,000 firm-fixed price and cost-plus-fixed fee contract modification. This undefinitized contract action increases the current undefinitized contract action amount in order to extend the period of performance for Performance Based Agile Logistics Support F-22A, Lot 6, Contract Line Item Numbers until 30 September 2006. At this time, $89,940,000 has been obligated. This work will complete December 2006. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8611-05-C-2850)

FMC Technologies, Airport Systems, Orlando, Fla., is being awarded a $11,677,565 firm-fixed-price contract. This action provides for production of the 25K Next Generation Small Loader ("Halvorsen"), with a total amount of 19 each, plus five months production support. At this time, total funds have been obligated. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8519-06-D-0001-0004)

ARMY

CH2MHILL - Interstate Highway Construction Inc. (Joint Venture), Englewood, Colo., was awarded on Aug. 10, 2006, a $32,210,461 increment as part of a $114,276,000 firm-fixed-price contract for design and construction of a new temporary runway with associated taxiway
connectors and removal and replacement of existing main base runway and all associated airfield lighting. Work will be performed at Edwards Air Force Base, Calif., and is expected to be completed by July 21, 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 June 30, 2005, and four bids were received. The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-06-C-0013).

Choctaw Transportation Company Inc., Dyersburg, Tenn., was awarded on Aug. 2, 2006, a $6,927,000 increment as part of a $6,927,000 firm-fixed-price contract for 2006 foreshore protection repairs. Work will be performed in New Orleans, La., and is expected to be completed by May 29, 2007. 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 June 22, 2006, and four bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0179).

Envirocon Inc., Missoula, Mont., was awarded on Aug. 14, 2006, a $6,681,765 firm-fixed-price contract for levee restoration and repair work. Work will be performed in Sacramento, Calif., and is expected to be completed by Nov. 18, 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 June 16, 2006, and one bid was received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0022).

Smiths Detection, Edgewood, Md., was awarded on Aug. 15, 2006, a delivery order amount of $5,590,939 as part of a $74,004,050 firm-fixed-price contract for M22 Automatic Chemical Agent Alarm Systems and M88 Chemical Agent Detectors. Work will be performed in Edgewood, Md., 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 Aug. 2, 2006. The U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-06-D-0001).

BAE Systems, York, Pa., was awarded on Aug. 14, 2006, a $5,108,058 modification to a firm-fixed-price contract for M88A2 Hercules Vehicles for the U.S. Marine Corps. Work will be performed in York, Pa. (98 percent), and Aiken, S.C. (2 percent), 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 May 8, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-N030).

NAVY

General Dynamics Advanced Information Systems, Minneapolis, Minn., is being awarded a not-to-exceed $21,000,000 indefinite-delivery, indefinite-quantity time and material contract for engineering, logistics and program management services, including incidental parts and materials associated with these services, in support of the Advanced Mission Computer and Displays Advanced Mission Computer (AMC) for the F/A-18 aircraft and a variant of the AMC for AV-88B and additional platforms using variants of the AMC. The estimated level of effort is 91,000 man-hours. Work will be performed at Minneapolis, Minn. (85 percent); Albuquerque, N.M. (12 percent); and Ontario, Canada (3 percent), and is expected to be completed in December 2008. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-06-D-0024).

Centurum, Inc., Marlton, N.J., is being awarded a $9,999,000 contract modification to an existing previously awarded indefinite delivery/indefinite quantity, cost-plus-fixed-fee contract (N65236-02-D-5840) for specialized engineering, technical, and logistics support services. This contract modification brings the cumulative value of the contract to $67,825,802. Work will be performed in the Norfolk, Va. (66 percent) and Charleston, S.C. (34 percent), and work is expected to be completed November 2006. This contract modification was awarded using other than full and open competition. The procurement was synopsized in Federal Business Opportunities and on the Space and Naval Warfare Systems Center E-commerce website on July 13, 2006. No interested parties responded to the synopsis. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (Mod. P00018).

Survice Engineering Company*, Belcamp, Md., is being awarded a $8,906,029 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for analysis services in the areas of air weapons systems survivability and lethality, systems safety, and modeling and simulation verification, validation and accreditation.. This contract also includes air weapon survivability and lethality analysis, survivability simulations, systems analysis, survivability systems engineering analysis, development and support and the documentation inherent in the engineering or analysis process. Work will be performed in China Lake, Calif. (50 percent); Belcamp, Md. (25 percent); and Dayton, Ohio (25 percent), and is expected to be completed in August 2011. Contract funds in the amount of $34,756 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a small business set-aside, with one offer received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-06-D-0025).

Chesapeake Sciences Corp.,* Millersville, Md., is being awarded an estimated $6,463,647 indefinite-delivery/indefinite-quantity, fixed-price contract for Towed Array Integrated Product Team (TAIPT) Telemetry parts for the Towed Arrays Product/Technical Support for TAIPT Towed Array Programs as required by Space and Naval Warfare Systems Center Charleston. This contract will provide products and services to expand production and maintenance facility for new generation Surveillance Towed Array Sensor System, AN/SQR-19 and TB-16 towed arrays. This contract includes two one-year option periods which, if exercised, would bring the cumulative value of this contract to the estimated $20,211,859. Work will be performed in Millersville, Md., and is expected to be completed by August 2007 (August 2009 with options). Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition under Phase III of the Small Business Innovative Research program. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-06-D-8153).

Progeny Systems Corporation, Manassas, Va., is being awarded a $5,965,835 cost-plus-incentive-fee modification under previously awarded contract (N00024-03-C-6219) to exercise an option for engineering and technical services in connection with the Active Intercept Acoustic Signal Processing System, and related maintenance assistance modules. The Active Intercept signal processing system processes those platform sensors currently used by the AN/WLY-1 program. Progeny provides a technology insertion path that can be used to fully exploit detection, localization, and contact tracking potential of the submarine sonar suite. Work will be performed in Manassas, Va., and is expected to be completed by January 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Armtec Countermeasures Co., Coachella, Calif., is being awarded a $5,051,700 firm-fixed-price contract for chaff cartridge, dual RR 180/AL in support of the 84th Combat Sustainment Wing, Air-to-Surface Munitions Group, Hill AFB, Ogden, Utah. Work will be performed in Lillington, N.C., and is expected to be completed by September 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 (N00104-06-C-K072).

*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/