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=3351
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. 978-06
October 02, 2006


CONTRACTS

AIR FORCE

MITRE Corp., Bedford, Mass., is being awarded a $311,985,973 cost-plus-fixed fee contract. This action is for systems engineering and integration support for Air Force ceiling programs and Air Force non-ceiling programs for FY 2007. Support level is estimated at 926 direct staff years for the Air Force ceiling programs and 131 direct staff years for the Air Force non-ceiling program. MITRE is a federally Funded Research and Development Center (FFRDC). This effort supports foreign military sales with Saudi Arabia, France, United Kingdom, and Japan. At this time, $8,279,138 have been obligated. This work will be complete October 2007. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-07-C-0001).

McDonnell Douglas Corp., St Louis, Mo., is being awarded a $47,202,314 cost-plus-fixed fee, firm-fixed-price, time and materials, cost reimbursable without fee contract. This action provides for remanufacturing, engineering services and associated data determined to be sole source to the Boeing Co., within the authority of the Class J & A for multiple platforms, F-15 and avionics items in support of the E-3 and the B-52. At this time, no funds have been obligated. This work will be complete September 2016. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8537-06-D-0001).

Kolin Construction Tourism Industry and Trading Co., Ankara, Turkey, is being awarded a $17,841,086 performance-price trade off contract. The Improve Family Housing Phantom project will provide phased delivery of whole neighborhood improvements to 235 dwelling units the Phantom housing area of Incirlik Air Base. Improvements will include general interior and exterior modernization, renovation, and conversion of some 2 bedroom units to 3 and 4 bedroom units through re-partitioning and increasing the interior spaces of the individual dwelling units. At this time, total funds have been obligated. Solicitations began April 2006 and negotiations were complete September 2006. This work will be complete January 2009. 39th Air Base Wing, Incirlik Air Base, Turkey, is the contracting activity (FA5685-06-C-0029).

McDonnell Douglas Training Systems, St Louis, Mo., is being awarded a $15,971,610 firm-fixed-price contract. This action is FY07 T-38C avionics upgrade program contractor logistics support flying house program for Columbus Air Force Base, Edwards Air Force Base, Laughlin Air Force Base, Moody Air Force Base, Randolph Air Force Base, Sheppard Air Force Base, Vance Air Force Base and Patuxent River Naval Station. Flight hours consist of all post acceptance flight hours, including transfer flights for all T-38C flying programs. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F41608-96-D-0700-0080).

L3 Communications/Vertex Aerospace, LLC, is being awarded a $13,400,908 indefinite delivery/indefinite quantity, time and materials pricing arrangement contract. This action provides for temporary personnel for depot level maintenance for aircraft and weapons systems. This service will be provided in Aircraft Organization at OO-ALC. At this time, no funds have been obligated. This work will be complete September 2007. 75th Contracting Squadron, Hill Air Force Base, Utah, is the contracting activity (F34601-97-D-0425/R246).

Alutiiq Global Solutions, LLC, Anchorage, Alaska, is being awarded a $9,840,416 firm-fixed-price, cost reimbursable contract. This objective of this contract is to provide asset management for Medical Treatment Facility Real Property Installed Equipment (RPIE) and biomedical equipment repair and maintenance. It's intended to address the RPIE and Bio-Medical Equipment sustainment needs of government medical treatment facility of varying sizes and mission orientation through the implementation of a full spectrum maintenance and repair program. At this time, total funds have been obligated. Solicitations began July 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-06-C-7013).

NAVY

V.T. Griffin Services, Inc., Atlanta, Ga., was awarded on Sept. 30, 2006, $66,000,000 under previously awarded firm-fixed-price award fee, indefinite-quantity base operating support (BOS) contract (N69272-00-D-3170) to exercise Option 5 for BOS services at Naval Base, Kings Bay. The work to be performed provides for full range of base operations and maintenance to include security, fire protection janitorial, refuse disposal, grounds maintenance, emergency medical services, family housing maintenance, utilities and telephones operation and maintenance, facility maintenance, vehicle maintenance, crane maintenance, equipment maintenance, social services counseling, hazardous material tracking and hazardous waste collection and disposal. The award of this option brings the total contract value to $318,000,000. Work will be performed in Kings Bay, Ga., and is expected to be completed September 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 201 proposals solicited, three offers received, and award made to J.A. Jones Management Services (purchased by V.T. Griffin Services, Inc.) on Aug. 10, 2001. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

BAE Systems Land & Armaments L.P., Santa Clara, Calif., was awarded Sept. 29, 2006, a $40,700,001 firm-fixed-price contract for the production of Marine Corps Transparent Armor Gun Shields (MC TAGS). Work will be performed in York, Pa. (35 percent); Louisville, Ky. (30 percent); Anniston, Ala. (30 percent); and Santa Clara, Calif. (5 percent); and is expected to be completed July 2007. Contract funds will not expire by the end of the current fiscal year. This contract is awarded as a result of sole source negotiations with BAE Systems pursuant to 10 U.S.C. 2304(c)(1) and (2). The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-C-6023).

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $34,781,976 cost-plus-fixed-fee contract for non-nuclear maintenance and repair support for operational nuclear submarines, floating dry-docks, support & service craft and other platforms and equipment at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn. Work will be performed in the New London, Conn., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-07-C-4005).

BREMCOR (a joint venture), Arlington, Va., was awarded on Sept. 30, 2006, a $13,161,940 firm-fixed-price, indefinite-quantity award option contract for Base Operating Support (BOS) services at U.S. Naval Station, Guantanamo Bay. This contract contains options which, if exercised, would bring the total contract to a value not to exceed $128,052,773. Contract funds in the amount of $8,463,651 will expire at the end of the current fiscal year. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed November 2007 (November 2016 with options). This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-06-D-4611).

Pacific Eagle International Security, Inc.*, Los Alamitos, Calif., was awarded on Sept. 30, 2006, a $13,099,128 Modification P00021 under previously awarded firm-fixed-price contract (N68711-03-C-3613) to exercise Option 4 for armed security guard services for Navy installations in the San Diego, Calif. area. The current total contract amount after exercise of this option will be $32,691,100. Work will be performed at Naval Base Point Loma, Calif. (39 percent); Naval Base San Diego, Calif. (32 percent); Naval Base Coronado, Calif. (26 percent); and Naval Air Field El Centro, Calif. (3 percent), and is expected to be completed September 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was a sole source negotiated procurement under the U.S. Small Business Administration's 8(a) program and award was made on May 29, 2003. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Flintco Construction Solutions, Memphis, Tenn., was awarded Sept. 30, 2006, $11,520,413 for firm-fixed price Task Order 0003 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62467-03-D-0290) for relocation and consolidation of Enlisted Placement Management Center (EPMAC) and Naval Reserve Personnel Command (NRPC) into Navy Personnel Command (NPC) at Naval Support Activity Mid-South. The work to be performed provides for the design, renovation and construction of existing facilities. This project will convert Building 453 to administrative offices to support the relocation and consolidation. NPC/Bureau of Naval Personnel will be relocated among Buildings 453, 457, 768 and 791 to facilitate EPMAC and NRPC consolidating into NPC. This project will include interior and exterior alterations to bachelor quarters (BQ) Building 454 to facilitate the consolidation for all BQ tenants into one building, making Building 453 available for conversion from BQ to Administrative Office. Work will be performed in Millington, Tenn., and is expected to be completed by December 2007. Contract funds will not 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 on Sept. 1, 2004. The total contract amount is not to exceed $30,000,000, 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, Midwest, Great Lakes, Ill., is the contracting activity.

Islands Mechanical Contractor, Inc.*, Jacksonville, Fla., was awarded Sept. 30, 2006, a $9,539,000 firm-fixed price contract for base wide wastewater treatment system repairs at Naval Station Guantanomo Bay. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Work will be performed in Guantanomo Bay, Cuba, and is expected to be completed by October 2007. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69272-06-C-0012).

Weeks Marine, Inc., Cranford, N.J., was awarded on Sept. 30, 2006, $7,983,895 under previously awarded firm-fixed-price contract (N40085-06-C-6023) to exercise Options 4 and 6 to provide various repairs to Berth 2 and Pier No. 6 Substations 1 and 2 at the Norfolk Naval Shipyard. Work will be performed in Portsmouth, Va., and is expected to be completed by September 2007. The entire period of performance including all options will be through June 2009. After exercise of this option, the total cumulative contract amount will be $79,062,975. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with 35 offers solicited and two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Litton Systems, Inc., Navigation Systems Div., Woodland Hills, Calif., is being awarded a $6,690,000 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0074) for the procurement of one AN/UPX-24(V) Interrogator set, 9 control indicators, and 14 retrofit kits for the U.S. Navy. The AN/UPX-24(V) Interrogator Set is one of two major subsystems that provide a centralized identification system for Fleet tactical ships. Work will be performed in San Diego, Calif. (90 percent) and Woodland Hills, Calif. (10 percent), and is expected to be completed in August 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

P&L General Contractors, Inc.*, Oak Harbor, Wash., was awarded Sept. 30, 2006, $5,590,952 for firm-fixed-price Task Order X026 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N44255-04-D-9124) for the repair and overhaul of main dewatering pumps and replacement of suction sluice gates at Drydock #6 at Puget Sound Naval Shipyard/Intermediate Maintenance Facility, Naval Base Kitsup. Work will be performed in Bremerton, Wash., and is expected to be completed by October 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured through the Small Business Administration's 8(a) Program via the Naval Facilities Engineering Command e-solicitation website with 12 proposals received and award made on Sept. 29, 2004. The total contract amount is not to exceed $99,000,000, which includes the base period and two option years. The multiple contractors (four 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, Northwest, Silverdale, Wash., is the contracting activity.

ARMY

HUNT Building Co. Ltd., El Paso, Texas, was awarded on Sept. 27, 2006, a $50,859,470 firm-fixed-price contract for design and construction of military family housing. Work will be performed at Mountain Hope Air Force Base, Idaho, and is expected to be completed by Oct. 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 June 14, 2006, and two bids were received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0023).

B.L. Harbert International, Birmingham, Ala., was awarded on Sept. 28, 2006, a $42,842,916 firm-fixed-price contract for design and construction of Infantry Brigade Combat Team Company operations facilities. Work will be performed at Fort Knox, Ky., and is expected to be completed by Dec. 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 24, 2006, and one bid was received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting ac activity (W912QR-06-C-0054).
McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 28, 2006, a delivery order amount of $37,000,000 as part of a $37,000,000 firm-fixed-price contract for integration of the aircraft survivability equipment system onto the Extended Block II AH64D Apache Longbow Attack Helicopter Aircraft. Work will be performed in Mesa, Ariz., and is expected to be completed by May 10, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 12, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-G-0005).

John C. Grimberg Co. Inc., Rockville, Md., was awarded on Sept. 28, 2006, a $27,049,000 firm-fixed-price contract for construction of a chemical, biological, radiological sample receipt facility. Work will be performed at Aberdeen Proving Ground, Md., and is expected to be completed by March 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were 95 bids solicited on Feb. 24, 2006, and four bids were received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0054).

McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 28, 2006, a delivery order amount of $26,127,000 as part of a $26,127,000 firm-fixed-price contract for integration of the latest improved data modem and elimination of all Army software blocking test limitations on the AH-64D Apache Extended Block II Aircraft. Work will be performed in Mesa, Ariz., 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 June 15, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-G-0005).

Anteon Corp., Fairfax, Va., was awarded on Sept. 28, 2006, a $15,126,543 cost-plus-fixed-fee contract for augmentation personnel to support the 160th Signal Brigade. Work will be performed in Southwest Asia, Central Asia, and Africa, and is expected to be completed by Dec. 31, 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 March 20, 2006, and four bids were received. The U.S. Army Contracting Agency, Fort Huachuca, Ariz., is the contracting activity (W91RUS-06-C-0041).

MPRI Inc., Alexandria, Va., was awarded on Sept. 27, 2006, a $15,000,000 cost-plus-fixed-fee contract for law enforcement personnel embedded with units deploying to Iraq and Afghanistan. Work will be performed in Washington, D.C. (13 percent), Iraq and Afghanistan (87 percent), and is expected to be completed by Sept. 30, 2007. 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 Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-06-C-0040).

International Consulting and Contracting Services Ltd.*, Lansing, Mich., was awarded on Sept. 28, 2006, a $14,511,659 firm-fixed-price contract to provide and install furniture, furnishings, and equipment for various buildings and facilities. Work will be performed at Al Udeid Air Base, Qatar, and is expected to be completed by Dec. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were 35 bids solicited on July 27, 2006, and six bids were received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-06-C-0022).

Day & Zimmerman Inc.*, Philadelphia, Pa., was awarded on Sept. 27, 2006, a delivery order amount of $14,290,810 as part of a $14,290,810 firm-fixed-price contract for M82 Primers. Work will be performed in Texarkana, Texas, 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 May 18, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-04-G-0008).

Urban Associates L.P.*, El Paso, Texas, was awarded on Sept. 28, 2006, a $13,841,693 firm-fixed-price contract for construction of crash fire rescue stations. Work will be performed at Holloman Air Force Base, N.M., and is expected to be completed by April 12, 2008. Contract funds will not expire at the end of the current fiscal year. There were 45 bids solicited on Aug. 1, 2006, and six bids were received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-06-C-0022).

TECOM Inc., Selfridge Air National Guard Base, Mich., was awarded on Sept. 28, 2006, a $13,127,133 increment as part of a $43,359,964 firm-fixed-price, time and materials, and cost contract for base operations and maintenance services. Work will be performed in Warren, Mich. (45 percent), and Harrison Township, Mich. (55 percent), and is expected to be completed by Sept. 30, 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 17, 2003, and seven bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W912CH-04-C-A507).

SM Wilson & Co., St. Louis, Mo., was awarded on Sept. 27, 2006, a $12,958,459 firm-fixed-price contract for construction of permanent party barracks. Work will be performed at Fort Leonard Wood, Mo., and is expected to be completed by Sept. 29, 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 21, 2006, and four bids were received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0052).

ECI Construction Inc.*, Stillwell, Kan., was awarded on Sept. 28, 2006, a $12,354,739 firm-fixed-price contract for force protection enhancements. Work will be performed at Vance Air Force Base, Okla., and is expected to be completed by March 10, 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 25, 2006, and three bids were received. The U.S. Army Engineer District, Tulsa, Okla., is the contracting activity (W912BV-06-C-2013).

Forrester Construction Co., Rockville, Md., was awarded on Sept. 28, 2006, a delivery order amount of $12,072,000 as part of a $12,072,000 firm-fixed-price contract for design, construction, and renovation of Buildings 2257 and 4217. Work will be performed at Fort Meade, Md., and is expected to be completed by Feb. 1, 2008. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on March 3, 2006, and one bid was received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (DACA31-03-D-0003).

Day & Zimmerman Inc.*, Philadelphia, Pa., was awarded on Sept. 27, 2006, a delivery order amount of $11,159,938 as part of an $11,159,938 firm-fixed-price contract for modular crowd control munitions. Work will be performed in Texarkana, Texas, 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. 27, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-04-G-0009).

PCL Construction Services Inc., Denver, Colo., was awarded on Sept. 28, 2006, a $10,854,500 firm-fixed-price contract for additions and alterations to a communications center. Work will be performed at Buckley Air Force Base, Colo., and is expected to be completed by Jan. 9, 2008. Contract funds will not expire at the end of the current fiscal year. There were 27 bids solicited on Jan. 10, 2006, and four bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0006).

W.G. Yates & Sons Construction Co., Philadelphia, Miss., was awarded on Sept. 28, 2006, a $9,782,000 firm-fixed-price contract for design and construction of a replacement squad/wing operations facility. Work will be performed in Gulfport, Miss., and is expected to be completed by Feb. 25, 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 24, 2006, and two bids were received. The U.S. Property and Fiscal Office, Jackson, Miss., is the contracting activity (W9127Q-06-C-0006).

Sheehy Construction Co., St. Paul, Minn., was awarded on Sept. 28, 2006, an $8,852,800 firm-fixed-price contract for construction of an administrative/office space and general-purpose shop. Work will be performed in Minneapolis, Minn., and is expected to be completed by April 15, 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 10, 2006, and three bids were received. The National Guard Bureau, Little Falls, Minn., is the contracting activity (W912LM-06-C-0002).

Barlovento L.L.C.*, Dothan, Ala., was awarded on Sept. 27, 2006, an $8,489,459 firm-fixed-price contract for replacement of a Hurricane Katrina-damaged civil engineering complex. Work will be performed in Gulfport, Miss., and is expected to be completed by Nov. 1, 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 May 25, 2006, and one bid was received. The U.S. Property and Fiscal Office, Jackson, Miss., is the contracting activity (W9127Q-06-C-0005).

Sauer Inc., Jacksonville, Fla., was awarded on Sept. 28, 2006, an $8,384,284 modification to a firm-fixed-price contract for renovations and repairs to Buildings 3105 and 3335. Work will be performed at Fort Benning, Ga., and is expected to be completed by Nov. 24, 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 5, 2006, and one bid was received. The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-06-C-0047).

BAE Systems Land and Armaments, York, Pa., was awarded on Sept. 28, 2006, a delivery order amount of $8,359,001 as part of an $8,359,001 cost-reimbursable contract for long lead materials to support the reset and repair of desert-damaged vehicles. Work will be performed in York, Pa. (83 percent), Aiken, S.C. (5 percent), San Jose, Calif. (8 percent), and Fayette, Pa. (4 percent), 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 Sept. 20, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

American Mechanical Inc.*, Fairbanks, Alaska, was awarded on Sept. 28, 2006, a delivery order amount of $7,710,769 as part of a $17,195,658 firm-fixed-price contract for design and construction of utilidors, Phase VII. Work will be performed at Eielson Air Force Base, Alaska, and is expected to be completed by Nov. 27, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Aug. 11, 2006, and two bids were received. The U.S. Army Engineer District, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-05-D-0012).

Sierra Nevada Corp.*, Sparks, Nev., was awarded on Sept. 28, 2006, a delivery order amount of $6,923,607 as part of a $6,923,607 firm-fixed-price, cost-plus-fixed-fee, and time and materials contract for procurement of modified commercial-off-the-shelf handheld digital devices and vehicle mounted components, and ancillary equipment. Work will be performed in Sparks, Nev., and is expected to be completed by June 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 April 6, 2006, and one bid was received. The Vicksburg Consolidated Contract Office, Alexandria, Va., is the contracting activity (W9132V-06-D-0003).

AM General L.L.C., South Bend, Ind., was awarded on Sept. 28, 2006, a $6,441,000 modification to a firm-fixed-price contract for incorporation of RICO spare tire carrier and emergency rescue wrench onto the M115A1 Vehicles. 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 U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

NDG Constructors*, Golden, Colo., was awarded on Sept. 28, 2006, a $5,954,660 firm-fixed-price contract for design and construction of a leadership development facility. Work will be performed at Buckley Air Force Base, Colo., and is expected to be completed by Dec. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were 238 bids solicited on Jan. 4, 2006, and five bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0048).

BKJ Solutions*, Perkins, Okla., was awarded on Sept. 27, 2006, a $5,711,422 firm-fixed-price contract for historic renovation of Building 403. Work will be performed at Fort Riley, Kan., and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 22, 2006. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0051).

Weston Solutions Inc., Manchester, N.H., was awarded on Sept. 28, 2006, a delivery order amount of $5,177,391 as part of a $10,952,340 cost-plus-fixed-fee contract for Phase II remedial action, Atlas Corporation Superfund Site. Work will be performed in Fairhaven, Mass., and is expected to be completed by Feb. 28, 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. 18, 2006, and three bids were received. The U.S. Army Corps of Engineers, Concord, Mass., is the contracting activity (W912WJ-05-D-0009).

Neanna Ventures*, Fairbanks, Alaska, was awarded on Sept. 27, 2006, a $5,010,000 firm-fixed-price contract for design and construction of an information systems facility. Work will be performed at Fort Wainwright, Alaska, and is expected to be completed by December 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 11, 2006, and three bids were received. The U.S. Army Engineer District, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-06-C-0026).

DEFENSE LOGISTICS AGENCY

Science Applications International Corporation, Reston, Va., is being awarded a maximum $15,240,365 fixed price with economic price adjustment contract to perform environmental document updates at DoD fuel terminals storing Defense Energy Support Center (DESC) capitalized product world wide for a five-year period for DESC. Proposals were Web-solicited and 7 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-D-5608).

Tesoro Refining and Marketing Co., San Antonio, Texas, is being awarded a minimum $5,617,037 fixed price with economic price adjustment contract for jet fuel for Navy. Other location of performance is Kekaha, Hawaii. There were 10 proposals solicited and 6 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is December 31, 2009. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-D-1267).

* 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/