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=3352
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. 982-06
October 03, 2006


CONTRACTS
ARMY
AM General L.L.C., South Bend, Ind., was awarded on Sept. 29, 2006, an $83,353,215 modification to a firm-fixed-price contract for M1152A1 and M1165A2 Marine Corps high mobility multipurpose wheeled 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).
M.A. Mortenson Co., Minneapolis, Minn., was awarded on Sept. 29, 2006, a $52,854,287 firm-fixed-price contract for design and construction of company operations facilities. Work will be performed at Fort Carson, Colo., and is expected to be completed by April 4, 2008. Contract funds will not expire at the end of the current fiscal year. There were 60 bids solicited on May 12, 2006, and nine bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting ac activity (W9128F-06-C-0045).
GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 29, 2006, a delivery order amount of $51,402,114 as part of a $4,973,264,821 firm-fixed-price contract for Stryker vehicles. Work will be performed in Sterling Heights, Mich. (60 percent), and London, Ontario, Canada (40 percent), and is expected to be completed by Oct. 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 April 6, 2000, and 17 bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).
Northrop Grumman Defense Mission Systems Inc., Reston, Va., was awarded on Sept. 29, 2006, a $50,832,407 firm-fixed-price contract for information technology support services. Work will be performed in Reston, Va. (95 percent), and Arlington, Va. (5 percent), and is expected to be completed by Sept. 28, 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 July 20, 2006, and three bids were received. The Contracting Center for Excellence, Washington, D.C., is the contracting activity (W74V8H-06-C-0068).
MPRI Inc., Alexandria, Va., was awarded on Sept. 29, 2006, a delivery order amount of $42,812,500 as part of a $52,000,000 firm-fixed-price contract for program development and analytical support. Work will be performed in Arlington, Va., and is expected to be completed by Sept. 28, 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 Contracting Agency, Fort Eustis, Va., is the contracting activity (W911S0-06-F-0006).
The McCarty Corp., Austin, Texas, was awarded on Sept. 29, 2006, a $42,160,000 increment as part of a $106,339,000 firm-fixed-price contract for construction of battalion headquarters buildings. Work will be performed at Fort Bragg, N.C., and is expected to be completed by Jan. 31, 2010. Contract funds will not expire at the end of the current fiscal year. There were 220 bids solicited on June 12, 2006, and four bids were received. The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-06-C-0074).
GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 29, 2006, a delivery order amount of $25,112,791 as part of a $4,973,264,821 firm-fixed-price contract for stryker vehicles. Work will be performed in Sterling Heights, Mich. (60 percent), and London, Ontario, Canada (40 percent), and is expected to be completed by Oct. 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 April 6, 2000, and 17 bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).
Barr Laboratories Inc.*, Pomona, N.Y., was awarded on Sept. 29, 2006, a $20,778,450 increment as part of a $68,907,407 cost-plus-fixed-fee contract for reinstatement of the adenovirus type 4 and 7 vaccine program. Work will be performed in Pomona, N.Y. (30 percent), Silver Spring, Md. (7.5 percent), Chicago, Ill. (32.5 percent), and Columbia, S.C. (30 percent), and is expected to be completed by Sept. 30, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 5, 2001. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity (DAMD17-01-C-0058).
Thales Raytheon Systems Co. L.L.C., Fullerton, Calif., was awarded on Sept. 29, 2006, a $17,500,000 modification to a firm-fixed-price contract for the firefinder AN/TPQ-37(V) reliability and maintainability improvement program. Work will be performed in Fullerton, Calif., and is expected to be completed by Feb. 28, 2008. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited on July 27, 2006, and one bid was received. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-M207).
Banes General Contractors Inc., El Paso, Texas, was awarded on Sept. 29, 2006, a $13,956,300 firm-fixed-price contract for construction of a border patrol station. Work will be performed in El Paso, Texas, and is expected to be completed by April 20, 2008. Contract funds will not expire at the end of the current fiscal year. There were 20 bids solicited on June 22, 2006, and four bids were received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-06-C-0023).
Bryan Construction Inc.*, Colorado Springs, Colo., was awarded on Sept. 29, 2006, a delivery order amount of $13,190,822 as part of a $19,093,480 firm-fixed-price contract for design and construction of a space control facility. Work will be performed at Peterson Air Force Base, Colo., and is expected to be completed by April 3, 2008. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on Aug. 3, 2006, and three bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-D-0019).
Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Sept. 29, 2006, a $12,970,512 modification to a firm-fixed-price contract for spare parts and sustainment stock parts. Work will be performed in Stratford, Conn., 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 Aug. 24, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).
James Talcott Construction Inc.*, Great Falls, Mont., was awarded on Sept. 29, 2006, a $12,089,000 firm-fixed-price contract for design and construction of a physical fitness center. Work will be performed at Malmstrom Air Force Base, Mont., and is expected to be completed by April 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 July 27, 2006, and five bids were received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0028).
Primatech Construction Inc.*, Honolulu, Hawaii, was awarded on Sept. 28, 2006, a $10,809,000 firm-fixed-price contract for construction of a storage warehouse facility. Work will be performed in Oahu, Hawaii, 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 Aug. 8, 2006, and two bids were received. The U.S. Army Engineer District, Honolulu, Hawaii, is the contracting activity (W9128A-06-C-0011).
Bristol Construction Services L.L.C.*, Anchorage, Alaska, was awarded on Sept. 28, 2006, a $10,161,606 firm-fixed-price contract for a barracks upgrade project. Work will be performed at Fort Lewis, Wash., and is expected to be completed by June 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 6, 2006. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0025).
Environmental Systems Research Institute Inc., Redlands, Calif., was awarded on Sept. 29, 2006, a delivery order amount of $10,141,024 as part of a $10,141,024 firm-fixed-price contract for enhancement of the Palanterra effort. Work will be performed in Redlands, Calif., 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. 11, 2006. The National Geospatial Intelligence Agency, St. Louis, Mo., is the contracting activity (HM1574-04-D-0001).
Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded on Sept. 28, 2006, a $10,000,000 cost-plus-fixed-fee contract for vehicle and dismount exploitation radar development and demonstration program. Work will be performed in Linthicum, Md., and is expected to be completed by April 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 Sept. 19, 2005, and 26 bids were received. The Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-06-C-0144).
COLSA Corp.*, Huntsville, Ala., was awarded on Sept. 29, 2006, a $10,000,000 increment as part of a $10,000,000 cost-plus-fixed-fee contract for development of an open architecture test bed framework. Work will be performed in Huntsville, Ala., and is expected to be completed by Sept. 30, 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 Dec. 21, 2005, and three bids were received. The U.S. Army Space and Missile Defense Command, Redstone Arsenal, Ala., is the contracting activity (W9113M-06-C-0201).
Computer Sciences Corp., Huntsville, Ala., was awarded on Sept. 29, 2006, a $9,900,000 time and materials contract for engineering and management support services. Work will be performed in Kabul, Afghanistan, and is expected to be completed by Sept. 27, 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 Contracting Agency, White Sands Missile Range, N.M., is the contracting activity (W9124Q-06-F-1447).
Burns & McDonnell Engineering Company Inc., Kansas City, Mo., was awarded on Sept. 29, 2006, a $9,846,866 firm-fixed-price contract for design and construction of a modern corrosion control/painting facility. Work will be performed in Bernalillo, N.M., and is expected to be completed by March 19, 2008. Contract funds will not expire at the end of the current fiscal year. There were 20 bids solicited on July 5, 2006, and three bids were received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-06-C-0025).
New Mexico Technology Group L.L.C., White Sands Missile Range, N.M., was awarded on Sept. 29, 2006, a $9,320,056 increment as part of a $386,350,183 cost-plus-award-fee contract for a two-month extension of test support services. Work will be performed at White Sands Missile Range, N.M., and is expected to be completed by Nov. 30, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 31, 1996. The U.S. Army Contracting Agency, White Sands Missile Range, N.M., is the contracting activity (DAAD07-97-C-0108).
General Atomics Aeronautical Systems Inc., San Diego, Calif., was awarded on Sept. 29, 2006, an $8,550,308 firm-fixed-price, cost-plus-fixed-fee, and time and material contract for Lynx I Systems. Work will be performed in San Diego, Calif. (95 percent), and Iraq (5 percent), 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 an unknown number of bids solicited via the World Wide Web on Aug. 29, 2006, and one bid was received. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-P255).
DEFENSE LOGISTICS AGENCY
Exxon Mobil Fuels Marketing Co., Fairfax, Va., is being awarded a minimum $66,533,785 fixed price with economic price adjustment contract for diesel fuel, jet fuel, and gasoline for Navy. Other locations of performance are Andros Island, Bahamas, and Guantanamo Bay, Cuba. There were 5 proposals solicited and 4 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-1259).
AIR FORCE
Boeing Wichita Development & Mod Center, Wichita, Kans., is being awarded a $40,000,000 firm-fixed-price, time and material and cost reimbursable contract modification. This modification is to exercise contract option II for FY07. This is the third year of a five-year contractor logistics support contract. This contract was awarded with a 1-year basic (FY05) and 4 one-year options (FY06 thru FY09) to support the VC-25A aircraft. The Special Air Mission aircraft provide air transportation for the President, Vice-resident, Cabinet Members, and other dignitaries on a worldwide basis and are assigned to the 89th AW, Andrews Air Force Base, Md., the VC-25A presently consists of two specially modified Boeing commercial 747-200 aircraft. 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-0006/P00043)
NAVY
Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., was awarded Sept. 30, 2006, $23,243,555 for firm-fixed price Task Order 0003under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0090) for repairs to 138 housing units impacted by Hurricane Wilma at Naval Air Station Key West. 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 Key West, Fla., and is expected to be completed by June 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 28 proposals solicited, seven offers 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, Southeast, Jacksonville, Fla., is the contracting activity.
Shaw Infrastructure, Inc., San Diego, Calif., was awarded Sept. 30, 2006, $12,812,976 for modification P00010 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68711-03-D-4302) to exercise option 2 for environmental services including compliance effort for consulting, professional services, project management and technical support services, for Navy and Marine Corps installations throughout southern California. The current total contract amount after exercise of this option will be $34,523,445. Work will be performed in southern California, 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 57 proposals solicited, two offers received and award made on Jan. 12, 2005. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Kira, Inc.*, Miami, Fla., was awarded Sept. 30, 2006, $11,883,045 under a combination firm-fixed price, indefinite-quantity regional base operating support (BOS) contract (N69272-03-D-1010) for the exercise of Option 2 for BOS services at Naval Air Station Jacksonville. The work to be performed under the option provides for janitorial, pest control, refuse/recycling, grounds, heating, ventilation and air conditioning, and fire alarm system maintenance for the Jacksonville region and reserve centers. The award of this option brings the total contract value to $33,441,391. Work will be performed in Jacksonville, Fla. and surrounding Southeast region, 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 HUBZone Small Business Set-Aside and competitively procured via the Naval Facilities Engineering Command e-solicitation website with five proposals received, and award made on Dec. 5, 2003. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
Healy Tibbitts Builders, Inc., Aiea, Hawaii, was awarded Sept. 30, 2006, $11,495,600 for firm-fixed price Task Order 0014 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62742-04-D-1300) for repair of Wharf A-7 at Naval Station, Pearl Harbor. Work will be performed in Pearl Harbor, Hawaii, 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 with 11 proposals solicited, seven offers received and award made on June 10, 2004. The total contract amount is not to exceed $250,000,000 (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, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.
The Whiting-Turner Contracting Co., Baltimore, Md., was awarded Sept. 30, 2006, $10,400,000 for firm-fixed price Task Order 0007 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0032) for renovations to Building 58 at the Washington Navy Yard. Work will be performed in Washington, D.C., 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 via the Naval Facilities Engineering Command e-solicitation website with 17 proposals received and award made on July 22, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The multiple contractors (seven 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, Washington, D.C., is the contracting activity.
BAE Systems, Ground Systems Division, York, Pa., is being awarded an $8,331,206 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum ordering quantity of 150 Mine Roller Systems and associated manuals, spares and interface kits. The initial delivery order is for 150 out of the 150 Mine Roller Systems available on the contract. Work will be performed in Colchester, Ill., and work is expected to be complete by February 2007. Contract funds will not expire by the end of the current fiscal year. This contract is a sole source award to BAE Systems, Ground Systems Division as they are the sole manufacturer of the Mine Roller System. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-5173).
John C. Grimberg Co., Inc., Rockville, Md., was awarded Sept. 30, 2006, $7,160,000 for firm-fixed price Task Order 0015 under previously awarded indefinite-quantity multiple award construction contract for repair of air handling units in Building 9 at the National Naval Medical Center. Work will be performed in Bethesda, Md., and is expected to be completed by June 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 17 proposals received and award made on July 22, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The multiple contractors (seven 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, Washington, D.C., is the contracting activity (N62477-04-D-0012).
Hawaiian Dredging Construction Company, Inc., Honolulu, Hawaii, was awarded Sept. 30, 2006, $6,695,000 for firm-fixed price Task Order 0004 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62742-04-D-1302) for repair of Bravo Docks 10-11, Phase 1, at Naval Station, Pearl Harbor. Work will be performed in Pearl Harbor, Hawaii, 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 11 proposals solicited, seven offers received and award made on June 10, 2004. The total contract amount is not to exceed $250,000,000 (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, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.
Innovative Productivity Inc., Louisville, Ky., was awarded Sept., 29, 2006, $6,122,618 for cost-plus-fixed-fee modification to previously awarded contract (N63394-05-C-4001) for a twelve-month extension to operate the McConnell Technology & Training Center (MTTC). MTTC assists the Navy in solving shipboard problems through the insertion of innovative products and technologies and to operate a technology transfer program to help acquire, use and find applications for new technologies. Work will be performed in Louisville, Ky., and is expected to be completed by September 2007. Contract funds in the amount of $3,945,606 will expire at the end of the current fiscal year. The Naval Surface Warfare Center Port Hueneme Division Louisville Detachment, Louisville, Ky., the contracting activity.
* 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/