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=3372
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. 1105-06
November 01, 2006


CONTRACTS

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $1,233,164,599 firm-fixed-price contract modification. This is a funding modification to the ongoing undefinitized contract action supporting the F-22 Lot 7 Long Lead Procurement. At this time, $403,207,999 have been obligated. This work will be complete October 2009. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-06-C-2899/P00007).

Tecolote Research Inc., Goleta, Calif., and Quantech Services Inc., Bedford, Mass., is being awarded an $88,000,000 indefinite delivery/indefinite quantity contract. This contract will procure the specialized cost service for Hanscom Air Force Base for the next four years. These services includes but are not limited to cost estimating, earned value computations, what if calculations, etc. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above. At this time, $1,242,949 have been obligated. Solicitations began June 2006 and negotiations were complete October 2006. This work will be complete October 2010. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-07-D-0002-0001 and FA8721-07-D-0003-0001).

ITT Industries, System Division, Canaveral, Fla., is being awarded a $40,205,450 cost-plus-award-fee, cost-reimbursable and firm-fixed-price contract modification. This modification provides for the option exercise and incremental funding of the FY07 contract line item numbers for the space lift range system contract. This action provides for the continued support for the program management, interface management, systems engineering and integration, depot maintenance transition, product acquisitions and modifications, and instrument modernization for operational systems and infrastructure including instrumentations, network, control, and display. At this time, $18,353,907 have been obligated. This work will be complete October 2007. Space and Missile Systems Center Logistics Group, Peterson Air Force Base, Colo., is the contracting activity (F04701-01-C-0001/P00363).

Lockheed Martin Corp., Simulation Training and Support, Orlando, Fla., is being awarded an $25,583,326 firm-fixed-price, cost-reimbursable no fee and cost-plus-fixed fee contract modification. This action will exercise/fund option for FY2007, in support of the C-130 Aircrew Training Systems. At this time, total funds have been obligated. This work will be complete September 2007. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42630-99-C-0195/P00188).

Northrop Grumman Space and Mission Systems Corp., Redondo Beach, Calif., is being awarded an $8,406,844 cost-plus-fixed-fee contract modification. This contract action will exercise option 1 to the basic contract and activate Phase II of the Enhanced Polar System (EPS) payload study. Phase II will focus on further system definition efforts associated with the payload. The study, along with a separate parallel effort to investigate ground architecture concepts and system integration, will lay the foundation for the future EPS system definition and production efforts. It will also provide information necessary to support the development of an overall EPS acquisition strategy. At this time, $6,000,000 have been obligated. This work will be complete December 2007. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-06-C-0005/P00002).

Boeing Satellite Systems Inc., El Segundo, Calif., is being awarded an $8,399,960 cost-plus-fixed-fee contract modification. This contract action will exercise option 1 to the basic contract and activate Phase II of the EPS payload study. Phase II will focus on further system definition efforts associated with the payload. The study, along with a separate parallel effort to investigate ground architecture concepts and system integration, will lay the foundation for the future EPS system definition and production efforts. It will also provide information necessary to support the development of an overall EPS acquisition strategy. At this time, $6,000,000 have been obligated. This work will be complete December 2007. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-06-C-0004/P00002).

Select Sensors and Airborne Systems Electro-Optics Ltd., Basildon, United Kingdom, is being awarded a $6,632,108 cost-plus-award-fee and cost-plus-fixed-fee contract modification. This action provides for 1 Lot contractor logistics support, 1 Lot over and above, contractor acquired property and contractor furnished material, 1 Lot award fee and 1 Lot data for the all low light television system applicable to the AC-130 Gunship. At this time, total funds have been obligated. This work will be complete October 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F33657-95-C-0072/P00080).

Gulfstream Aerospace Corp., Savannah, Ga., is being awarded a $5,484,211 firm-fixed-price contract modification. This action will exercise one year option for continue fleet maintenance support on nine Gulfstream aircraft owned by the Eqyptian Government. The modification extends the contract for 12 months. At this time, total funds have been obligated. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8106-04-C-0001/P00013).

ARMY

Hensel Phelps Construction Co., Chantilly, Va., was awarded on Oct. 31, 2006, a $301,526,367 modification to a fixed-price incentive with award fee contract for in-scope changes to the Pentagon renovation. Work will be performed in Arlington, Va., and is expected to be completed by Dec. 30, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 19, 2001. The Pentagon Renovation & Construction Program Office, Arlington, Va., is the contracting activity (MDA947-01-C-2001).

EADS North American Defense, Arlington, Va., was awarded on Oct. 31, 2006, a $170,562,621 modification to a firm-fixed-price, and cost-reimbursable contract for MEDEVAC B Kits, Hoist B kits, student pilot and maintainer training, and a procedural training device for the Light Utility Helicopter Aircraft. Work will be performed in Columbus, Miss. (97 percent), Grand Prairie, Texas (1 percent), and Tampa, Fla. (2 percent), and is expected to be completed by June 30, 2016. 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 26, 2005, and five bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Oct. 30, 2006, a $151,963,687 modification to a firm-fixed-price contract for war replacement AH-64D Apache Longbow Aircraft. Work will be performed in Mesa, Ariz., and is expected to be completed by Nov. 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 19, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0274).

Raytheon Co., West Andover, Mass., was awarded on Oct. 30, 2006, a delivery order amount of $82,861,425 as part of a $683,154,082 firm-fixed-price contract for new spare procurement to support the maintain the patriot missile system. Work will be performed in West Andover, Mass., 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 Sept. 3, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-05-D-0029).

Kidde Dual Spectrum, Goleta, Calif., was awarded on Oct. 31, 2006, a delivery order amount of $12,289,797 as part of a $52,068,647 firm-fixed-price contract for automatic fire extinguishing system kits and test sets for the M1114 Up-Armored High Mobility Multipurpose Wheeled Vehicles. Work will be performed in Wilson, N.C., and is expected to be completed by Nov. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on Dec. 8, 2005, and four bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-D-0116).

GM GDLS Defense Group L.L.C., Sterling Heights, Mich., was awarded on Oct. 27, 2006, a $16,794,304 modification to a cost-plus-fixed-fee contract for maintenance and repair of desert damaged vehicles. Work will be performed in Sterling Heights, Mich. (90 percent), and London, Ontario, Canada (10 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 July 28, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

Urban Associates L.P.*, El Paso, Texas, was awarded on Oct. 30, 2006, an $11,735,664 firm-fixed-price contract for design and construction of a general instructional facility. Work will be performed at Fort Bliss, Texas, 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 168 bids solicited on Sept. 13, 2006, and three bids were received. The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-07-C-0001).

Manson Construction Co., Seattle, Wash., was awarded on Oct. 27, 2006, a $5,250,000 firm-fixed-price contract for maintenance dredging of Channel Islands and Port Hueneme Harbor. Work will be performed in Port Hueneme, Calif., and is expected to be completed by Jan. 31, 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 27, 2006, and one bid was received. The U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-07-C-0002).

NAVY

General Dynamics Advanced Information Systems, Pittsfield, Mass., is being awarded a $56,068,682 cost-plus-incentive-fee contract modification to previously awarded contract (N00030-05-C-0051) to provide for the FY 2006 TRIDENT II fire control omnibus contract, which includes fire control production, operational support, field engineering services, repair and return effort, and development. It also includes SSGN Attack Weapons Control Systems Life Cycle Cost Control and Technology Refresh. This contract contains options which, if exercised, will bring the total cumulative value of this contract to $111,223,072. Work will be performed in Pittsfield, Mass., and the expected completion date is December 2009. This contract was not competitively procured. Contract funds in the amount of $14,133,565 will expire at the end of the current fiscal year. Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-05-C-0051).

General Dynamics, Advanced Information Systems, Fairfax, Va., is being awarded a $13,335,632 cost-plus-award-fee modification to previously awarded contract (N00024-03-C-5439) for engineering and technical services in support of the FY 07 system integrator efforts for the Surface Electronic Warfare Improvement Program. Efforts will include program management, systems engineering, software engineering, specialty engineering, integration and test, integrated logistics support, training, and installation support functions required for Block 1A, 1B1 and 1B2. Work will be performed in Fairfax, Va., and is expected to be completed by October 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.

Computer Science Corp., Falls Church, Va., is being awarded an $11,004,430 award term task order #0037 to a previously awarded task order #0025 under previously awarded firm-fixed-price contract (M67854-02-A-9004) for specialty engineering support, annual technical support to the Operating Forces Marine Corps Tactical Systems Support Activity (MCTSSA). Funding in the amount of $7,947,291 is being applied at the time of award. The Contractor will provide technical support to the Operating Forces (TSOF), a key element of the Marine Corps Systems Command (MARCORSYSCOM), MCTSSA support for fielded tactical C4ISR systems for Marine Corps Operating Forces (OPFORs). Technical support under this effort include on-site/on-call support at the MCTSSA Operating Forces Tactical Systems Support Center (OFTSSC), on-site technical representation at specified Marine Corps Command organizations worldwide, exercise support based upon the operational schedule of the supported units, and support of contingency operations (e.g., hazardous duty, combat operations, peace-keeping) on a discrete basis. Principal support activities include on-site system administration and troubleshooting for C4ISR local and wide area networks (LAN / WAN), technical guidance to OPFORs on fielded Marine Corps and Joint C4ISR systems and software. Additional support requirements include providing regional on-site technical support for USMC Computing Platforms and Services (CPS) Systems to include Tactical Collaborative Works Suites (TC, Defense Message System (DMS), Marine Corps Common Hardware Suite and Marine Corps Enterprise IT Services throughout the OPFORs, both in CONUS and OCONUS. Support will include system administration, asset tracking/management, installation and troubleshooting, support for exercises, technical consulting, test support and consulting, and on-site software/hardware training on CPS software and hardware. There is an additional requirement to support information technology technical support services in the area of Information Assurance, Web Server Administration, and Web Development Support. The goal is to provide continuous and unparalleled C4ISR support. As such, TSOF is designed to accommodate newly fielded C4ISR systems. Work will be performed in San Diego, Calif., and is expected to be completed in October 2007. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Bell Helicopter Textron, Inc., Fort Worth, Texas, was awarded on October 30, 2006, a $10,620,000 delivery order against a previously awarded basic ordering agreement (N00019-06-G-0001) for 45 painted U.S. Marine Corps Turned Exhaust Kits for the AH-1W. Work will be performed in Hurst, Texas, and is expected to be completed in October 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.

BAE Systems Land & Armaments, L.P., Armament Systems Division, Minneapolis, Minn., is being awarded an $8,673,627 fixed-price-plus-award-fee modification to previously awarded contract (N00024-04-C-5454) for procurement of MK 25 MOD 0 canisters, packaging, handling, storage, and transportation equipment, reconfigurable coding plug assemblies and explosive bolts for Navy and NATO SeaSparrow Program Office (NSPO) foreign government requirements. MK 25 canisters for the MK 41 Vertical Launching System store, transport in safety, and enable loading of the evolved SeaSparrow Missile into the MK 41 Vertical Launching Systems aboard Navy ships. This modification combines efforts for the Navy (57 percent) and the Governments of Germany (32 percent) and Spain (11 percent) under the foreign military sales program. Work will be performed in Aberdeen, South Dakota, and is expected to be completed by December 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.

DEFENSE INFORMATION SYSTEMS AGENCY

The following companies: Qwest Government Services, Inc. AT&T Corporation, and Arrowhead Global Solutions, Inc. will be awarded on 31 October 06 an Indefinite Delivery/Indefinite Quantity Firm-Fixed Price contracts. The maximum not-to-exceed value for the DATS contract over a 10-year period is $3 Billion, the Government's guaranteed minimum for the three year base period is a total of $5 Million ($1.25 Million per Region). The goal is for some time and material contract line item numbers (CLNS) for the four regions of the Defense Information Systems Network (DISN) Access Transport Services (DATS). The period of performance is from 31 October 2006 through 30 October 2016 ( a three year base period and seven one-year options). Performance will be at various locations within the Continental United States (CONUS) which includes the 48 contiguous states and the District of Columbia. The solicitation was issued as a full and open competitive action. There were seven proposal received. The Defense Information Technology Contract Organization (DITCO), Scott AFB, IL is the contracting activity (HC1013-07-D-2005, HC103-07-D-2006, and HC103-07-D-2007).

*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/