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=3353
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. 991-06
October 04, 2006


CONTRACTS

ARMY

AM General L.L.C., South Bend, Ind., was awarded on Sept. 29, 2006, a $98,721,988 modification to a firm-fixed-price contract for M1151A1 with B2 and M1152A1 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).

Texas Engineering, College Station, Texas, was awarded on Sept. 29, 2006, a $7,697,663 modification to a cost-plus-fixed-fee contract for development of a controllable active material. Work will be performed in College Station, Texas, and is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Feb. 4, 2004. The U.S. Army Aviation Applied Technology Directorate, Fort Eustis, Va., is the contracting ac activity (W911W6-05-C-0015).

AM General L.L.C., South Bend, Ind., was awarded on Sept. 29, 2006, a $6,862,206 modification to a firm-fixed-price contract for Air Force vehicles consisting of M1116 chassis for the High Mobility Multipurpose Wheeled Vehicle. 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).

J&J Contractors Inc., Lowell, Mass., was awarded on Sept. 29, 2006, a delivery order amount of $6,347,000 as part of a $6,347,000 firm-fixed-price contract for construction of a weapons maintenance and load crew training facility. Work will be performed in Westfield, Mass., and is expected to be completed by Oct. 5, 2007. Contract funds will not expire at the end of the current fiscal year. There were 11 bids solicited on Aug. 31, 2006, and five bids were received. The U.S. Property and Fiscal Office, Westfield, Mass., is the contracting activity (W912SV-05-D-0006).

Nan Inc., Honolulu, Hawaii, was awarded on Sept. 28, 2006, a $6,345,840 firm-fixed-price contract for construction of a consolidated training facility. Work will be performed at Hickam Air Force Base, Hawaii, 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 ten bids solicited on Aug. 3, 2006, and five bids were received. The U.S. Army Engineer District, Honolulu, Hawaii, is the contracting activity (W9128A-06-C-0010).

Basic Marine Inc.*, Escanaba, Mich., was awarded on Sept. 29, 2006, a $6,137,228 firm-fixed-price contract for design, construction, testing, and delivery of a deck barge. Work will be performed in Escanaba, Mich., 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 ten bids solicited on July 14, 2006, and two bids were received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-06-C-0028).

Day & Zimmerman Inc., Philadelphia, Pa., was awarded on Sept. 29, 2006, a delivery order amount of $6,100,000 as part of a $6,100,000 firm-fixed-price contract for ammunition storage. Work will be performed in Hawthorne, Nev., 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 Feb. 11, 1999. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0022).

Idaho Technology Inc.*, Salt Lake City, Utah, was awarded on Sept. 29, 2006, a $5,984,324 modification to a firm-fixed-price contract for associated support items of equipment for the Joint Biological Agent Identification Diagnostic System. Work will be performed in Salt Lake City, Utah, and is expected to be completed by July 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Jan. 17, 2003, and two bids were received. The U.S. Army Space and Missile Defense Command, Frederick, Md., is the contracting activity (DASG60-03-C-0094).

Bryan Construction Inc.*, Colorado Springs, Colo., was awarded on Sept. 29, 2006, a delivery order amount of $5,902,658 as part of a $5,902,658 firm-fixed-price contract for design and construction of repair medical clinic. 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. 28, 2006, and one bid was received. The U.S. Army Corps of Engineers Omaha, Neb., is the contracting activity (W9128F-06-D-0019).

Whitesell-Green Inc., Pensacola, Fla., was awarded on Sept. 29, 2006, a $5,864,000 firm-fixed-price contract for repair of a hangar complex. Work will be performed at Fort Rucker, Ala., and is expected to be completed by Oct. 30, 2009. Contract funds will not expire at the end of the current fiscal year. There were 590 bids solicited on July 18, 2006, and two bids were received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0046).

McDonnell Douglas Helicopter, Mesa, Ariz., was awarded on Sept. 29, 2006, a delivery order amount of $5,300,000 as part of a $5,300,000 firm-fixed-price contract for AN/APX-123 common transponder integration and installation into the AH-64D helicopters. Work will be performed in Mesa, Ariz., and is expected to be completed by Dec. 31, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source bid solicited on July 7, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-G-0005).

NAVY

IAP-Hill, LLC (a joint venture), Cape Canaveral, Fla., was awarded Sept. 30, 2006, $55,458,533 under previously awarded combination firm-fixed-price award fee, indefinite-quantity regional base operating support (BOS) contract (N62467-00-D-2451) to exercise Option 6 for BOS services at Naval Air Station Jacksonville. The award of this option brings the total contract value to $391,491,403. Work will be performed in Jacksonville, Fla., 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 75 proposals solicited, three offers received, and award made on June 28, 2000. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Bath Iron Works, Bath, Maine, is being awarded a $13,730,538 modification to previously awarded contract (N00024-06-C-2307) for accomplishment of lead yard services for the DDG 51 Class Destroyer Program. The purpose of the DDG 51 Class Lead Yard services is to maintain necessary lead yard engineering and technical support for DDG 51 Class lead and follow ships class configurations which includes maintenance of the class design drawings; screening, preparation and scoping of class engineering change proposals; development of class flight upgrade design; support for defining configuration of drawings warranted to the follow-shipbuilder and the resolution of problems or questions submitted by the follow-shipbuilder through the liaison inquiry process. Work will be performed in Bath, Maine, and is expected to be completed by November 2006. 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.

IAP-Hill, LLC (a joint venture), Cape Canaveral, Fla., was awarded Sept. 30, 2006, $12,048,540 for firm-fixed-price Task Order 0751 under previously awarded combination firm-fixed-price award fee, indefinite-quantity regional base operating support (BOS) contract (N62467-00-D-2451) for service calls in support of the BOS contract at Naval Air Station Jacksonville. Work will be performed in Jacksonville, Fla., 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 75 proposals solicited, three offers received, and award made on June 28, 2000. The Engineering Field Activity Southeast, Naval Facilities Engineering Command, Jacksonville, Fla., is the contracting activity.

Krempp Lumber Company*, Jasper, Ind.; Wight Construction Company, Darien, Ill.; Weddle Brothers Construction Co., Bloomington, Ind.; and Korte Construction Company dba The Korte Co., Highland, Ill., were each awarded Sept. 30, 2006, a guaranteed minimum design-build multiple award construction contract for design, construction, and renovation of government facilities in Illinois, Indiana, and Tennessee. The total amount for all contracts combined is not to exceed $200,000,000 (base period and four option years). Krempp Lumber Company is being awarded $7,005,000 (including the minimum guarantee) for the initial task order for design and construction of the new Special Weapons Facility at Naval Surface Warfare Center, Crane, Ind. Work for this task order is expected to be completed by March 2008. The remaining three contractors are being awarded the minimum guarantee of $25,000. Work will be performed at government facilities in Indiana (60 percent); Illinois (30 percent); and Tennessee (10 percent), and is expected to be completed September 2007 (September 2011 with options). 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 11 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-06-D-4018/4019/4020/4021).

AIR FORCE

Boeing Co., St Louis, Mo., is being awarded a $9,000,000 indefinite delivery/indefinite quantity, cost-plus-fixed-fee contract modification. This contract will design and test a large penetrating munition, to demonstrate the weapon's lethality against multi-story building with hardened bunkers and tunnel facilities, and to reduce technology risk for future development. This program is funded by Defense Threat Reduction Agency. At this time, no funds have been obligated. This work will be complete October 2009. Air Force Research Laboratory, Eglin Air Force Base, Fla., is the contracting activity (FA8651-04-D-0427/P00002).

Lockheed Martin Space Systems Co., Space and Missiles, Sunnyvale, Calif., is being awarded a $7,639,325 cost-plus-award fee contract modification. This contract modification incorporates software and hardware changes to the Advanced Extremely High Frequency (AEHF) satellite system. The changes are necessary to develop and maintain backward compatibility with the predecessor Milstar communications satellite system. The changes made in this modification are part of a series of modifications necessary for backward compatibility. Backward compatibility will allows the AEHF system to work with this Milstar system and better service the joint warfighter. At this time, $263,922 has been obligated. This work will be complete January 2009. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-02-C-0002/A00013).

Civil Air Patrol Inc., Maxwell Air Force Base, Ala., is being awarded a $6,243,000 cooperative agreement contract modification. This modification will increase funding for FY 2007 Civil Air Patrol operation and maintenance and counter-drug activities, drug demand reduction program, residual support for CAP-USAF State Directors and the AFROTC/CAP Flying Orientation Program is authorized by 10 U.S.C. 9442(b) and 10 U.S.C. 9444(a) and (b). At this time, total funds have been obligated. This work will be complete September 2007. 42d Air Base Wing, Maxwell Air Force Base, Ala., is the contracting activity (F41689-00-2-0001/A00108).

* 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/