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=3347
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. 963-06
September 27, 2006


CONTRACTS
AIR FORCE
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $98,900,000 firm-fixed-price contract modification. This undefinitized contract action increase is not-to-exceed, F-22A Lot 6 long lead and funding through Oct. 31, 2006. At this time, $74,081,250 has been obligated. This work will be complete February 2010. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8611-05-C-2850/P0003)
M7 Aerospace, San Antonio, Texas, is being awarded a $66,726,000 firm-fixed with economic-price adjustment contract modification. This action will exercise option III, for fiscal-year 2007, C-20 contractor logistics support. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8106-04-C-0003/P00105)
Lockheed Martin Corp., Owego, N.Y., is being awarded a $49,000,000 firm-fixed-price, cost-plus-incentive fee and time and material contract. The contractor shall provide total systems performance responsibility for A-10 aircraft integration by managing all system problems to a final solution. Interfaces are maintained between the performance work systems primary areas of modifications, system test/evaluation, project management, system engineering, and facilities. At this time, $1,300,000 have been obligated. This work will be complete September 2010. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (FA8202-06-D-0001)
Rocky Mountain Materials and Asphalt, Colorado Springs, Colo., is being awarded a $30,000,000 indefinite delivery/indefinite quantity contract. The contractor shall provide work including, but not limited to paving maintenance, repair, design, and construction service at the USAF Academy. Farish Recreation Area, and Bullseye Auxiliary Field in accordance with the specification, drawings, schedule B, and other applicable contract documents for the base year and each of the four option years. At this time, $200,000 has been obligated. This work will be complete June 2011. 10th Mission Support Group, United States Air Force Academy, Colo., is the contracting activity. (FA7000-06-D-0012)
Northrop Grumman Space and Mission Systems, San Diego, Calif., is being awarded a $26,000,000 cost-plus-incentive fee contract modification. This requirement is for engineering services for the AN/ALQ-161A preprocessor avionics control unit replace preprocessor flight software migration. The contractor work will result in the translation and enhancement of the existing preprocessor flight software from JOVIAL J3B2 to a more modern high order language. The contractor's effort will include planning, analysis and recommendations to establish a government organic software sustainment support posture that will allow efficient, timely and cost effective routine block cycle software updates. At this time, $700,000 has been obligated. Solicitations began in May 2006 and negotiations were complete September 2006. This work will be complete January 2011. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (F09503-03-D-0002/P0099)
Northrop Grumman Systems Corp., Norwalk, Conn., is being awarded a $24,934,255 firm-fixed-price contract. This requirement is for two line items in support of the AN/APN 241 low power color radar in support of the C-130 aircraft. Line item 0001 is for 49 group B sets and line item 0002 is for one each pilots display control panel (replacement part). At this time, total funds have been obligated. Solicitations began June 2006 and negotiations were complete September 2006. This work will be complete November 2008. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8504-06-D-0014)
Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $17,866,729 firm-fixed-price contract modification. This action provides for production support systems in support of F-22A Lot 6 production. At this time, total funds have been obligated. This work will be complete February 2010. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8611-05-C-2850/P00029)
EDO Corp., Marine and Aircraft Systems, North Amityville, N.Y., is being awarded a $10,234,565 cost-plus-fixed fee contract. This requirement is for the repair of six different line replaceable units in support of the AN/ALQ-161A system and includes two one-year option periods. At this time, total funds have been obligated. Solicitations began July 2006 and negotiations were complete August 2006. This work will be complete December 2006. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8523-06-D-0009)
Boeing Co., Seattle, WA., is being awarded a $10,001,116 firm-fixed-price requirements contract. This action provides for 66 hatches, in support of the B-52 aircraft. At this time, no funds have been obligated. Solicitations began December 2005 and negotiations were complete September 2006. This work will be complete July 2008. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8103-06-D-0089)
General Electric Aircraft Engines, Cincinnati, Ohio, is being awarded an $8,862,085 firm-fixed-price contract. This procurement is to support the F-110-100/129 engine platform. The augmentor nozzle flap is an assembly consisting of a structural backbone; connection lugs at both ends and a base sheet the full length oft the backbone. The primary flap is an essential part of the exhaust nozzle assembly. The government will purchase 4,385 of these flaps. Solicitations began April 2006 and negotiations were complete September 2006. This work will be complete August 2008. 448th Combat Sustainment Wing, Tinker Air Force Base, Okla., is the contracting activity. (FA8104-05-G-0003-0075)
Lockheed Martin Mission Systems, Colorado Springs, Colo., is being awarded an $8,095,267 cost-plus-award fee contract modification. The contractor shall continue the development of software and any Theater Battle Management Core Systems applications required for Spiral 1.1.4 related effort. Software support includes all software development activities in accordance with TTD-05-10C extension and the statement of work. At this time, $2,784,604 has been obligated. Solicitations began July 2006 and negotiations were complete August 2006. This work will be complete January 2007. 350th Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity. (F19628-95-C-0143/no mod # at this time)
Atlantic Diving Supply Inc., Virginia Beach, Va., is being awarded a $7,072,925 firm-fixed-price contract. This requirement is for the Air Force in support of the Global War on Terrorism and consists of 100,000 size 6 skydex kits and 22,624 size 8 skydex kits. At this time, no funds have been obligated. This work will be complete December 2006. 20th Contracting Squadron, Shaw Air Force Base, S.C., is the contracting activity. (FA4803-06-F-0133)
Lockheed Martin Mission Systems, Colorado Springs, Colo., is being awarded a $6,628,980 cost-plus-award fee contract modification. This modification provides for a continuation of the software development, integration and system engineering activities related to Theater Battle Management Core System. The estimate covers the re-host of the higher headquarters management system application global contract support system infrastructure along with changes to the application in support of Spiral 9.0 functionality. It includes all hours in support of this tasking including tier I, II, III engineering and support, helpdesk, training, kitting and distribution, program management office and travel. At this time, $3,287,132 has been obligated. This work will be complete August 2007. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity. (F19628-95-C-0143/P00474)
NAVY
Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $65,321,352 fixed-price modification to a previously awarded requirements contract (N00019-03-D-0012) to exercise an option for power-by-the-hour logistics support for approximately 188 T-45 F405-RR-401 engines. Work will be performed at the Naval Air Station (NAS) Meridian, Miss. (50 percent); NAS Kingsville, Texas (48.94 percent); and NAS Patuxent River, Md. (1.06 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
Electric Boat Corporation, Groton, Conn., is being awarded a $61,543,489 cost-plus-fixed-fee/performance incentive modification under previously awarded contract (N00024-05-C-2103) to exercise options for continued performance of engineering efforts as lead construction yard for Virginia Class submarines. The contract provides lead construction yard engineering support that will maintain, update and support the Virginia Class design and related drawings and data for each Virginia Class submarine, including technology insertion throughout its construction and post shakedown availability period. The contractor will also provide all engineering necessary for direct maintenance and support of Virginia Class ship specifications. work will be performed in Groton, Conn. (94 percent); Quonset R.I. (5 percent) and Newport, R.I. (1 percent), and is expected to be completed by September 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.
ITT Systems, A Division of ITT Industries, Inc., Pacific Missile Range Facility (PMRF), Barking Sands Project, Kekaha, Hawaii, is being awarded a $41,870,638 modification under previously awarded cost-plus-incentive/award-fee, fixed-price incentive award fee contract (N00604-98-C-0031) for base operation support and range operation support services for PMRF Barking Sands, Kekaha, Hawaii. Work will be performed in Kekaha, Hawaii, and work is expected to be completed by September 2007. Contract funds will not expire before the end of the current fiscal year. This contract was awarded competitively, with 83 proposals solicited and four offers received. The Fleet and Industrial Supply Center, Pearl Harbor, Hawaii is the contracting activity.
Lockheed Martin Maritime Systems and Sensors (MS2) Electronics Park, a division of Lockheed Martin Corporation, Syracuse, N.Y., is being awarded a not-to-exceed $34,000,000 firm-fixed-price modification under previously awarded letter contract (N00024-05-C-6237) to exercise an option for production of four low rate initial production Remote Minehunting Vehicles (RMVs). The AN/WLD-1(V)1 RMV consists of a high-endurance, remotely controlled, off-board, low-observable, semi-submersible vehicle that will be used for mine reconnaissance. The goal of the RMV is to provide fleet combatants with the capability to detect and classify bottom and moored contacts. The RMV will be incorporated into DDG 91 through DDG96 Class ships and Littoral Combat Ship Class. Work will be performed in Riviera Beach, Fla. (99 percent), Syracuse, N.Y. (1 percent), and is expected to be completed in October 2008. 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.
Progeny Systems, Manassas, Va., is being awarded a $29,637,795 cost-plus-fixed-fee contract for engineering and technical services in support of continued development of a Test Instrumentation Package (TIP) that collects Non-Propulsion Electronic Systems and in-service Command, Control, Communication and Intelligence system data. This contract is a Phase III effort to an initial Small Business Innovative Research procurement. The contractor will tailor the TIP to the needs of individual test events, provide TIP installation/removal services and operational support for test events, establish and manage a TIP test database, provide configuration management of TIP variants. Work will be performed in Manassas, Va., and is expected to be completed by September 2011. Contract funds in the amount of $1,994,000, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Undersea Warfare Center, Newport Division, Newport, R.I., is the contracting activity (N66604-06-D-1884).
The Walsh Group (doing business as) Archer Western Contractors, Chicago, Ill., is being awarded $29,022,000 for firm-fixed-price Task Order 0005 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62470-01-D-1138) for the design and construction of an Administrative Complex at Naval Support Activity, Norfolk. Work will be performed in Norfolk, Va., and is expected to be completed by October 2008. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 116 proposals solicited, 10 offers received and award made on April 26, 2002. The total contract amount is not to exceed $150,000,000 annually (base year with four option years) with a maximum of $750,000,000 worth of projects to be placed on all multiple contracts over the five-year term. The multiple contractors (six 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, Mid-Atlantic, Norfolk, Va., is the contracting activity.
Harry Pepper & Associates, Inc.*, Jacksonville, Fla., is being awarded $23,689,617 for firm-fixed price Task Order KB01 under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0089) for Hurricane Wilma repairs at Base Operations Facilities, Boca Chica. Work will be performed in Key West, Fla., and is expected to be completed by May 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 28 offers solicited, seven proposals received and award made on Sept. 22, 2003. The total contract amount is not to exceed $200,000,000, which includes the base period and four option years. The multiple contractors (four 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, Pacific, Pearl Harbor, Hawaii, is the contracting activity.
TJC Engineering, Inc.*, Louisville, Ky., is being awarded $19,267,234 for firm-fixed-price Task Order 0001 under previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N62467-05-D-0182) for Hurricane Katrina repairs at Naval Air Station, Meridian. The work to be performed provides for repair of rooftop heating, ventilation and air conditioning, renovate all bathrooms, replace all drywall, replace all carpet, replace all windows, replace water piping, pipe downspouts to storm sewer, replace sewer mains, replace exterior doors, replace deteriorated cold-formed steel and associated bracing in kind for the buildings. Work will be performed in Meridian, Miss., and is expected to be completed by October 2011. 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 34 proposals received and award made to multiple contractors on August 29, 2005. The total contract amount is not to exceed $350,000,000 (base period and four option years). The multiple contractors (eight in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $18,993,018 for firm-fixed-price Task Order KB02 under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0090) for Hurricane Wilma repairs at Marine Operations Facilities, Key West. The work to be performed provides for all design, repair and incidental related work to correct damage caused by the hurricane. The primary facilities located at Trumbo Annex, Key West, consist of two major buildings, one pier and three finger piers. Work will be performed in Key West, Fla., and is expected to be completed by April 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 28 offers solicited, seven proposals received and award made on Sept. 22, 2003. The total contract amount is not to exceed $200,000,000, which includes the base period and four option years. The multiple contractors (four 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, Pacific, Pearl Harbor, Hawaii, is the contracting activity.
Scientific Research Corp., Atlanta, Ga. is being awarded a $16,999,858 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed feecontract (N65236-03-D-5853) for systems engineering and technical services in support of C4ISR systems, including but not limited to Naval Modular Automated Communications System/Single Messaging Solution, Defense Message System, Joint Tactical Radio System, Digital Modular Radio and Fleet Submarine Broadcast System. Work will be performed in Charleston, S.C., and is expected to be completed by December 2006. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through the e-Commerce Central web site, with two offers received. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity.
Federal Cartridge Company, Anoka, Minn., is being awarded a potential $16,991,600 firm-fixed-price, indefinite delivery/indefinite quantity contract, for a maximum 30,000,000 rounds of 40 caliber jacketed hollow point and 30,000,000 of 40 caliber ball ammunition. The 40 caliber ammunition will be used in support of the United States Air Force and will be used for training purposes. Work will be performed in Anoka, Minn., and is expected to be completed by September 2011. Contract funds in the amount of $2,000,000, will expire at the end of the current fiscal year. This contract was competitively procured and advertised on the Internet, with three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity. (N00164-06-D-4877)
Walton Construction Company L.L.C., Harahan, La., is being awarded $12,856,000 for firm-fixed price Task Order 0004 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62467-05-D-0184) for repairs to harden Hangars 3 and 4 at the Naval Air Station, Joint Reserve Base, New Orleans. The work shall include window replacement, exterior personnel door upgrades, electrical upgrades to exterior lighting, fire alarm and fire suppression system repair, mechanical component upgrades, roof deck and roofing replacement, exterior wall panel upgrades, hanger door replacement, repairs to pavement around the buildings, and related work. Work will be performed in New Orleans, La., and is expected to be completed by November 2007. 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 34 proposals received and award made to multiple contractors on August 29, 2005. The total contract amount is not to exceed $350,000,000 (base period and four option years). The multiple contractors (eight 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, Southeast, Jacksonville, Fla., is the contracting activity.
Lockheed Martin Systems Integration-Owego, Owego, N.Y., is being awarded a $10,317,277 firm-fixed-price, cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-03-G-0014) for the manufacture and delivery of one AN/ALQ-217A electronic support measure hot bench, including associated AN/ALQ-217A hardware, software, training and documentation. Work will be performed in Owego, N.Y., and is expected to be completed in March 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.
Vectronix Inc., Leesburg, Va., is being awarded a $9,988,326 firm-fixed-price, indefinite-delivery/indefinite quantity contract for delivery of a minimum of 50 (each) and a maximum of 1420 pocket laser range finders (PLRF). PLRFs are small, handheld, button operated laser range finders with an internal sighting optic, range display, and digital magnetic compass. PLRFs are capable of determining range to targets at five meters or greater and are carried and used by Naval Special Warfare personnel. Work will be performed in Leesburg, Va. (60 percent), and Heerbrugg, Switzerland (40 percent), and is expected to be completed by September 2011. Contract funds in the amount of $747,865 will expire at end of the current fiscal year. This contract was competitively procured with proposals solicited via Federal Business Opportunities and the Naval Surface Warfare Center Crane e-commerce site with one offer received. Naval Surface Warfare Systems Crane Division, Crane Ind., is the contracting activity (N00164-06-D-8595).
DynCorp International LLC, Fort Worth, Texas, is being awarded a $9,643,087 estimated value modification to a previously awarded firm-fixed-price, cost-reimbursable contract (N00019-01-C-0019) to exercise an option for aircraft maintenance and logistical life cycle support for 12 Navy and Marine Corps UC-35 aircraft. Work will be performed at the Marine Corps Air Station (MCAS) Futenma, Japan (24 percent); Andrews Air Force Base, Andrews, Md. (24 percent); MCAS Cherry Point, NC (16 percent); MCAS Miramar, Calif. (16 percent); the Naval Air Station (NAS) New Orleans, La. (16 percent); and various Navy and Marine Corps air stations within the United States (4%), 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.
Stronghold Engineering, Inc., Riverside, Calif., is being awarded $9,217,000 for firm-fixed-price Task Order 0003 under previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N68711-05-D-4012) for airfield lighting system repair at Marine Corps Air Station, Miramar. The work to be performed provides for upgrade of the distribution system of new electrical pull boxes and lighting cables from the trench in the airfield electrical vaults to the various lighting connection points; update runway edge lighting, centerline lighting and end-of runway/threshold lighting to current Naval Air Systems Command standards for runways 24R-6L, 24L-6R and 10-28. Work will be performed in San Diego, Calif., and is expected to be completed by September 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 14 proposals received and award made to multiple contractors on March 31, 2005. The total contract amount is not to exceed $100,000,000 (base period and four option years). The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Goodrich Corporation, Aircraft Interior Products, Propulsion Systems, Phoenix, Ariz., is being awarded a $7,760,623 firm-fixed-price contract for digital recovery sequencers in support of the Cartridge Actuated Devices/Propellant Actuated Devices Joint Program Office, Naval Warfare Center, Indian Head, MD. This contract combines purchases for the Air Force (60 percent), and the governments of Greece (16 percent); Egypt (15 percent); Jordan (2 percent); Korea (2.5 percent); Bahrain (1 percent); Turkey, Pakistan, Portugal, Italy, Netherlands, Taiwan, and Thailand (less than 1 percent each) under the Foreign Military Sales Program. Work will be performed in Northridge, Calif. (47 percent); Glasgow, Scotland (17 percent); and Phoenix, Ariz. (36 percent), and work is expected to be completed by November 2007. Contract funds will not expire before 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-K095).
Northrop Grumman Defense Mission Systems, Inc, Stafford, Va., is being awarded a $5,597,324 award term task order #0062 to previously awarded contract (M67854-02-A-9016) (task order #0046) for engineering and scientific support for product group information systems and infrastructure for Global Combat Support System-Marine Corps (GCSS-MC). Funding in the amount of $5,229,054 is being applied at the time of award. The contractor is responsible for providing recommendations to the program manager GCSS-MC regarding pertinent courses of action selection and related technical matters, managing the update of program documentation and helping to ensure Clinger-Cohen Act compliance across the portfolio. Provide responsive, flexible and effective management visibility of cross-functional, cross-service and multi-echelon activities; e.g. logistics, manpower and finance, that support operational mission accomplishment by the commander. Work will be performed in Stafford, Va., and is expected to be completed in October 2007. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.
Booz Allen Hamilton, Inc., Mclean, Va., is being awarded a $5,117,291 modification to a previously awarded cost-plus-fixed-fee contract (N00421-05-C-0002) to exercise an option for systems engineering and analysis and technical management services for the Identification Systems Division. The estimated level of effort for this option is 92,120 man-hours. Work will be performed in St. Inigoes, Md., 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 Aircraft Division, St. Inigoes, Md., is the contracting activity.
General Dynamics Amphibious Systems, Woodbridge, Va., is being awarded a $5,063,905 firm-fixed price contract for two MK46 Mod 2 weapon systems. The MK46 Mod 2 Weapon System is an accurate and lethal system available in both land and naval variants. The lightweight and compact size makes it an ideal candidate for numerous applications. Work will be performed in Woodbridge, Va. (93.9 percent) and Westminster, Md. (6.1 percent), and is expected to be completed by March 2008. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-06-C-1012).
ARMY
BAE Systems Inc., Nashua, N.H., was awarded on Sept. 26, 2006, a $35,190,408 modification to a firm-fixed-price contract for acceleration of delivery of thermal weapon sights. Work will be performed in Lexington, Mass., and is expected to be completed by Oct. 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 1, 2006. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-04-C-A204).
FN Manufacturing L.L.C., Columbia, S.C., was awarded on Sept. 26, 2006, a $34,177,482 modification to a firm-fixed-price contract for Procurement of M240B machine guns. Work will be performed in Columbia, S.C., and is expected to be completed by Jan. 27, 2008. 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 U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-05-C-0283).
Stewart & Stevenson Tactical Vehicle Systems L.P., Sealy, Texas, was awarded on Sept. 26, 2006, a delivery order amount of $24,791,268 as part of a firm-fixed-price contract for refurbishment of Family of Medium Tactical Vehicles. Work will be performed in Texarkana, Texas, and is expected to be completed by Sept. 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 27, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-D-0345).
J&J Contractors Inc.*, Lowell, Mass., was awarded on Sept. 25, 2006, a $12,573,650 firm-fixed-price contract for construction of an aerial port facility, combined security forces/telecommunications facility, and an entry control point. Work will be performed in North Kingstown, R.I., and is expected to be completed by Feb. 17, 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 Feb. 24, 2006, and four bids were received. The National Guard Bureau, North Kingstown, R.I., is the contracting activity (W912LD-06-C-0036).
General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Fla., was awarded on Sept. 26, 2006, a $9,357,586 firm-fixed-price contract for various types of non-standard ammunition. Work will be performed in Afghanistan, and is expected to be completed by Dec. 30, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 30, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-06-C-0044).
Coakley & Williams Construction Inc., Gaithersburg, Md., was awarded on Sept. 22, 2006, a $9,308,000 firm-fixed-price contract for construction of a physical fitness center. Work will be performed at Fort McNair, Washington, D.C., and is expected to be completed by Sept. 20, 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 July 20, 2006, and four bids were received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0046).
SLR Contracting & Service Company Inc.*, Buffalo, N.Y., was awarded on Sept. 26, 2006, a $7,870,000 firm-fixed-price contract for Construction of a fire and crash rescue station. Work will be performed at Niagara Falls Air Reserve Station, N.Y., and is expected to be completed by April 30, 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 July 17, 2006, and four bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0051).
Weeks Marine Inc., Covington, La., was awarded on Sept. 25, 2006, a $7,266,500 firm-fixed-price contract for maintenance dredging. Work will be performed in Vermillion Parish, La. (55 percent), and Cameron Parish, La. (45 percent), and is expected to be completed by Feb. 12, 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 Aug. 1, 2006, and two bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0201).
Petticoat Construction*, Cropwell, Ala., was awarded on Sept. 25, 2006, a delivery order amount of $5,705,000 as part of a $5,705,000 firm-fixed-price contract for construction of a child development center. Work will be performed at Redstone Arsenal, Ala., and is expected to be completed by April 15, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 8, 2005. The U.S. Army Engineer District, Mobile, Ala., is the contracting activity (W91278-05-D-0032).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
General Atomics, San Diego, Calif., was awarded on September 18, 2006, a $2,000,000 increment of a $32,715,505 modification to a previously awarded cost-plus-fixed-fee contract for phase 3B of the High Energy Liquid Laser Area Defense System (HELLADS). Work will be performed in San Diego, Calif. (78 percent), Sunnyvale, Calif. (20 percent), and Somerville, Mass. (2 percent) and is expected to be completed January 2008. Funds will not expire at the end of the current fiscal year. This is a sole source award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, VA (HR0011-03-C-0024).
DEFENSE LOGISTICS AGENCY
AmeriQual Group, LLC, Evansville, Indiana,* is being awarded a maximum 82,340,253 firm, fixed price, indefinite delivery, indefinite quantity contract for unitized group ration. This is option "A" on first option year. Using services are Army, Navy, Air Force, and Marine Corps. There were 3 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-04-D-Z214).
Labatt Food Company, San Antonio, Texas,* is being awarded a maximum 42,352,337 firm fixed price, indefinite delivery, indefinite quantity contract for unitized group ration. This is option "A" on first option year. Using services are Army, Navy, Air Force, and Marine Corps. There were 3 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-04-D-Z216).
The Wornick Company, Cincinnati, Ohio, is being awarded a maximum 120,596,043 firm fixed price, indefinite delivery, indefinite quantity contract for unitized group ration. Other locations of performance are McAllen, Texas. This is option "A" on first option year. Using services are Army, Navy, Air Force, and Marine Corps. There were 3 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-04-D-Z216)
* 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/