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=3343
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. 932-06
September 21, 2006



CONTRACTS

AIR FORCE

United Technologies Corp., Hartford, Conn., is being awarded a $455,103,253 firm-fixed-price & cost-plus-fixed fee contract modification. This action provides for F-22/F119 engine (48) Lot 6 production and CY06 field support and training. At this time, $53,610,547 have been obligated. Solicitations began July 2005 and negotiations were complete September 2006. This work will be complete December 2006. PA POC is Capt. Everdeen, (937) 255-1256. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2851/P00010).

Northrop Grumman Information Technology Inc., Azusa, Calif is being awarded a $39,192,043 cost-plus-award fee contract modification to provide for a one-year extension (1 Oct. 2006 to 30 Sept. 2007) to the defense support program (DSP), sensor post production support contract. The requirement consists of the following: storage and storage support of the DSP satellites in accordance with satellite environmental requirements, annual testing of stored satellites, trend analysis, integration returns (repair and return failed/obsolete components), perform safety analysis, load analysis, maintain all launch site safety requirements, perform multiple readiness reviews and rehearsals, test and prepare satellites for launch site, perform launch vehicle integration, perform multiple integrated systems test, sustaining engineering of the on-orbit satellites (multiple block build), early on orbit testing support for newly launched satellites, anomaly resolution and flight operations support for DSP constellation, operational performance analysis for performance assessment, mission performance improvement, including recommendation for retrofitting satellites in storage. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-96-C-0031/P00180).

NAVY

Phoenix International, Inc., Landover, Md., is being awarded a potential $125,000,000 indefinite-delivery/indefinite-quantity, cost-plus-award fee contract, for engineering and technical services, equipment, material, ships/vessels and/or systems to assist the director of Ocean Engineering, supervisor of Salvage and Diving, in the conduct of worldwide rapid response undersea search, salvage, recovery and rescue operations. The primary purpose of this contract is to provide for the operation and maintenance of Navy-owned undersea search and recovery equipment. Work will be performed in Landover, Md., and is expected to be completed by September 2011. Contract funds in the amount of $50,000, will expire at the end of the current fiscal year. The contract was competitively procured and advertised on the Internet, with one proposal received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-D-4104).

McDonnell Douglas, St. Louis, Mo., is being awarded $76,014,153 for three firm-fixed-price, indefinite-delivery/indefinite-quantity orders (#7001, #7002, #7003) under a basic ordering agreement contract (N00383-06-D-004H-7000) for procurement of newly manufactured spares in support of the F/A-18 C/D flight surfaces system. Work will be performed in St. Louis, Mo., and is expected to be completed by July 2011. Contract funds will not expire by the end of the current fiscal year. The Naval Inventory Control Point is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $49,303,908 modification to a previously awarded indefinite-delivery requirements contract (N00019-04-D-0131) to exercise an option for contractor logistics support services for T-2, T-39, and H-3 aircraft. Work will be performed in Pensacola, Fla. (99 percent) and Corpus Christi, Texas (1 percent), 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 Systems Command, Patuxent River, Md. is the contracting activity.

Roy Anderson Corp., Gulfport, Miss., is being awarded a $42,540,000 firm-fixed price two-phased design-build construction contract for the design and construction of the Ocean Science Laboratory Complex at Stennis Space Center. Work will be performed in Bay St. Louis, Miss., and is expected to be completed by September 2008. 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 offers received in Phase I, five selected to proceed to Phase II, and three offerors submitted Phase II proposals. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N62467-06-C-0092).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $37,704,693 modification to a previously awarded indefinite-delivery requirements contract (N00019-05-D-0023) to exercise an option for logistics support for TH-57B/TH-57C aircraft. Work will be performed in Whiting Field, Fla. (99 percent) and Patuxent River, Md. (1 percent), 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 Systems Command, Patuxent River, Md., is the contracting activity.

Watts Constructors, LLC, Honolulu, Hawaii, , is being awarded a $35,900,000 firm-fixed-price contract to replace typhoon damaged homes at North Tipalao, Phases I and II, Commander, Naval Marianas, Marianas Islands, Guam. The contract contains one option, which if exercised, would bring the total cumulative value to $78,580,000. Work will be performed in Guam and is expected to be completed by September 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 12 proposals solicited and two offers received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-06-C-1308).

Trandes Corp.,* Lanham, Md., is being awarded a $29,435,757 indefinite-delivery/ indefinite-quantity, cost-plus-fixed-fee contract for technical and engineering services and materials that are essential to the performance of the in-service engineering agent and cognizant field activity responsibilities for a range of command and control, communications, computers and intelligence (C4I) systems, guided-missile weapons systems, airspace systems and combat weapons systems, associated components and peripherals. This contract includes two, one-year options which, if exercised, would bring the potential cumulative value of this contract to $49,685,634. Work will be performed at Space and Naval Warfare Systems Center San Diego facilities and selected outlying sites (90 percent), and at the contractor's facilities in Lanham, Md. (10 percent), and is expected to be completed September 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 18 proposals solicited and two offers received via the Commerce Business Daily's Federal Business Opportunities Website, and the SPAWAR e-Commerce Central Website. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0024).

W. M. Schlosser Co., Inc., Hyattsville, Md., is being awarded a $20,695,000 firm-fixed price contract for construction of a V-22 Osprey aircraft gearbox repair and test facility and a prop rotor blade repair facility at Naval Aviation Depot, Cherry Point. The contract contains four options which if exercised, would bring the total cumulative value of the contract to $23,760,000. Work will be performed in Cherry Point, N.C., and is expected to be completed by October 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 e-solicitation website with one offer received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-C-4042).

Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $15,153,708 delivery order against a previously issued basic ordering agreement (N68335-04-G-0006) for 156 operational test program sets (OTPS) for Lot I (96), Lot II (42), and OTPS 14 (18) to support the V-22 aircraft. This includes manufacturing, testing, acceptance testing, technical evaluation, and on-site verfication (OSV) to result in the successful site standup at a total of six different sites. Work will be performed in Philadelphia, Pa. (60 percent) and Ft. Worth, Texas (40 percent), and is expected to be completed in September 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

EDAW, Inc., Alexandria, Va., is being awarded a not to exceed $15,000,000 firm-fixed price, indefinite-quantity contract for architect engineering services for professional planning and engineering services. Work will be performed at various naval installations within the Naval Facilities Engineering Command (NAVFAC), Atlantic area of responsibility and worldwide. Although the professional planning and engineering services will be worldwide, the majority of the work under this contract is expected to be in the continental U.S. Work is expected to be completed September 2007. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with 13 offers received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-06-D-7118).

Bell Helicopter Textron Inc., Fort Worth, Texas, was awarded September 15, 2006, $13,127,800 for ceiling priced order #0199 under previously awarded contract (N00383-03-G-001B) for spare components for the V-22 aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed by December 2008. Contract funds will not expire by the end of the current fiscal year. This contract was not awarded competitively. The Naval Inventory Control Point is the contracting activity.

Kellogg Brown & Root Services, Arlington, Va., is being awarded $13,060,000 for firm-fixed price Task Order 0027 under a previously awarded cost reimbursement, indefinite-delivery/ indefinite-quantity emergency construction capabilities contract (N62470-04-D-4017) for design and construction of modular child development centers at Naval Air Station, Joint Reserve Base Fort Worth; Naval Technical Training Center, Corry Station; and Construction Battalion Center, Gulfport. Work will be performed in Fort Worth, Texas (40 percent); Pensacola, Fla. (30 percent); and Gulfport, Miss. (30 percent); and is expected to be completed by April 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 59 proposals solicited, three offers received and award made on July 26, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Raytheon Co. Space and Airborne Systems, El Segundo, Calif., is being awarded a $10,996,206 delivery order against a previously issued basic ordering agreement (N00019-05-G-0008) for system test equipment (STE) for the AN/APG-79 active electronically scanned array (AESA) radar for the F/A-18E/F and EA-18G aircraft. The STE will be used to test radar modules returned for repair to determine root cause of failures and to return the radars to the Fleet in a ready for issue status. Work will be performed in El Segundo, Calif., and is expected to be completed in September 2009. Contract funds in the amount of $6,453,182 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Logis-Tech, Inc.*, Manassas, Va., is being awarded a not-to-exceed $10,000,000 indefinite-delivery/indefinite-quantity contract for a phase III Small Business Innovative Research (SBIR) Program contract for Topic N90-085 entitled "Aircraft and Engine Preservation Techniques." The contract provides for all plant, labor, equipment, materials and incidental construction necessary to provide turn-key controlled humidity preservation program application to include a total package fielding hand-off and contractor logistics support. Work will be performed at various Navy and Marine Corps installations (99.8 percent) and the Marine Corps Logistics Base, Albany, Ga. (.2 percent), and is expected to be completed in September 2008. Contract funds in the amount of $20,592 will expire at the end of the current fiscal year. The Phase I effort was competitively procured using SBIR Program Solicitation under Topic N90-085 and 340 offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-06-D-0021).

DRS Radian Inc., Alexandria, Va., was awarded on September 15, 2006, a $6,003,200 firm-fixed-priced, definite-delivery/definite-quantity contract for the manufacture of 512 field deployable environmental control units, which are used to cool various in-theater Navy structures. Work will be performed by Keco Industries, Inc., Florence, Ky., and is expected to be completed in December 2007. Contract funds will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the solicitation. The Naval Inventory Control Point in Mechanicsburg, Pa., is the contracting activity (N00104-06-F-CA34).

Peter Vander Werff Construction, Inc.*, El Cajon, Calif., is being awarded $5,952,800 for firm-fixed-price Task Order 0017 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-02-D-8058) for replacement of the heating, ventilation and air conditioning (HVAC) system, Building 7515, at Marine Corps Air Station, Miramar. Work will be performed in San Diego, Calif., and is expected to be completed by July 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with 10 proposals received and award made on June 28, 2002. The total contract amount is not to exceed $150,000,000, which includes the base period and four option years. The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

KOO Construction, Inc.*, Sacramento, Calif., is being awarded $5,400,000 for firm-fixed-price Task Order 0002 under an indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-03-D-7036) for construction and repair of administration areas and restrooms in Warehouses at Yermo Annex, Marine Corps Logistics Base, Barstow. Work will be performed in Barstow, Calif., and is expected to be completed by October 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured as a 100 percent 8(a) set aside via the Naval Facilities Engineering Command e-solicitation website with 35 proposals received and award made on July 1, 2003. The total contract amount is not to exceed $30,000,000 (base period and four option years). The multiple contractors (nine in number) may compete for task orders under the terms and conditions of the existing contract. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

ARMY

Functional Genetics Inc.*, Rockville, Md., was awarded on Aug. 16, 2006, a $28,041,647 cost-plus-fixed-fee contract for generation of novel broad spectrum anti-viral compounds against hemorrhagic fever viruses. Work will be performed in Rockville, Md. (75 percent), Frederick, Md. (8 percent), and Evolva, Switzerland (17 percent), and is expected to be completed by Aug. 15, 2010. 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 Oct. 31, 2005, and 130 bids were received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0035).

United Construction, Reno, Nev., was awarded on Sept. 16, 2006, a $14,232,204 firm-fixed-price contract for design and construction of an Air Intelligence Facility. Work will be performed in Reno, Nev., and is expected to be completed by March 31, 2008. 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 Jan. 25, 2006, and four bids were received. The National Guard Bureau, Carson City, Nev., is the contracting activity (W9124X-06-C-0003).

Functional Genetics Inc.*, Rockville, Md., was awarded on Aug. 16, 2006, a $12,953,396 cost-plus-fixed-fee contract for development of broad spectrum host oriented therapeutic antibodies for hemorrhagic fever viruses. Work will be performed in Rockville, Md. (98 percent), and Frederick, Md. (2 percent), and is expected to be completed by Aug. 15, 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 Oct. 31, 2005, and 130 bids were received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0034).

General Dynamics C4 Systems, Scottsdale, Ariz., was awarded on Sept. 19, 2006, a $12,167,947 increment as part of a $76,401,035 cost-plus-incentive-fee contract for a research and development engineering change proposal for the Prophet Block III Spiral 2 Electronic Support. Work will be performed in Scottsdale, Ariz., 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. 31, 2006. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-03-C-L426).

Bear Brothers Inc.*, Montgomery, Ala., was awarded on Sept. 19, 2006, a $10,186,500 firm-fixed-price contract for construction of a composite operations and training facility. Work will be performed in Montgomery, Ala., and is expected to be completed by May 1, 2008. 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 19, 2006, and four bids were received. The U.S. Property Fiscal Office, Montgomery, Ala., is the contracting activity (W912JA-06-C-0003).

Alliant Ammunition and Powder Co. L.L.C., Radford, Va., was awarded on Sept. 18, 2006, a $9,000,000 modification to a firm-fixed-price contract for a modernization effort at Radford Army Ammunition Plant. Work will be performed in Radford, Va., and is expected to be completed by June 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 30, 2004. The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-03-E-0001).

Raytheon Co., Andover, Mass., was awarded on Sept. 19, 2006, an $8,156,664 modification to a cost-plus-fixed-fee contract for FY06 PATRIOT Engineering Services. Work will be performed in Burlington, Mass. (3.4 percent), Huntsville, Ala. (8.79 percent), Andover, Mass. (9.65 percent), Tewksbury, Mass. (76.64 percent), El Paso, Texas (1.47 percent), and Norfolk, Va. (0.04 percent), and is expected to be completed by Jan. 9, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 26, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0020).

BAE Systems/Ordnance Systems Inc., Kingsport, Tenn., was awarded on Sept. 18, 2006, a delivery order amount of $7,020,214 as part of a $49,068,265 firm-fixed-price contract for production and supply of Composition C-4, Class 3 (Tagged) Explosives to support the M112 Demo Block Program and the M183 Charge Assembly Demolition Program. Work will be performed in Kingsport, Tenn., 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 20, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-03-D-0007).

Weeks Marine Inc., Covington, La., was awarded on Sept. 19, 2006, a $6,933,000 firm-fixed-price contract for new deep draft pipeline dredging at Barbours Cut, hydraulic placement of material along the inside of the existing levee at Spillman Island, and new levee construction. Work will be performed in Harris, Texas, and is expected to be completed by Dec. 31, 2006. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited on Jun 27, 2006, and two bids were received. The U.S. Army Engineer District, Galveston, Texas, is the contracting activity (W912HY-06-C-0041).

Weeks Marine Inc., Covington, La., was awarded on Sept. 18, 2006, a $5,799,645 firm-fixed-price contract for Beachfill. Work will be performed in Long Beach Island, Surf City, Ship Bottom, and Harvey Cedars, N.J., and is expected to be completed by May 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were 31 bids solicited on July 21, 2006, and two bids were received. The U.S. Army Engineer District, Philadelphia, Pa., is the contracting activity (W912BU-06-C-0018).

American Engineering and Manufacturing Inc.*, Lorain, Ohio, was awarded on Sept. 19, 2006, a $5,000,000 cost-plus-fixed-fee contract for fabrication, installation, and testing pilot process development systems support using advanced titanium processing methods. Work will be performed in Lorain, Ohio, and is expected to be completed by Sept. 18, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 7, 2006. The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0217).

* 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/