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=3386
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. 1183-06
November 21, 2006


CONTRACTS

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $1,046,165,392 firm-fixed-price contract modification. This action provides for (23) F-22 aircraft and (1) F-22 replacement test aircraft. This action supports the F-22 Lot 6 Full Production contract. At this time, $1,466,447,970 have been obligated. This work will be complete February 2010. PA POC for this contract is Aeronautical Systems Center Media Division, (937) 255-2250. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2850).

L3 Communications, Communications Systems West, Salt Lake City, Utah, and Rockwell Collins, Cedar Rapids, Iowa, is being awarded a $23,000,000 indefinite delivery/indefinite quantity, cost-plus-fixed fee contract. The objective of this task order is to develop a preliminary design for the miniaturized CDL terminal. This effort shall be trade studies and trade space analysis. Furthermore, this task order shall include identification of high risk areas, and plans for mitigating these risks in future task orders. Task order 1 shall also include, but is not limited to, modeling and simulation of the system, its components or subsystem, laboratory demonstrations displaying the proposed technologies for achieving he size, weight, and power requirements, and bread boarding of high risk components. This effort shall culminate in a preliminary design review, at which the contractor shall present the results of the preliminary design review, at which the contractor shall present the results of the preliminary design accomplished, as well as a plan to expand the effort to critical design. At this time, $1,150,000 (each contract) have been obligated. Solicitations began August 2006 and negotiations were complete November 2006. This work will be complete November 2012. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-07-D-4500 & FA8650-07-D-4501).

ITT Industries Systems Division, Cape Canaveral, Fla., is being awarded a $5,809,705 cost-plus-award fee contract modification. This modification will add a Central Command System (CCS); it will give the Mission Flight Control Officer the capability to command and control six Command Transmitter (CT) sites and is located at Vandenberg Air Force Base, Calif. The Western Range Operational Central Command (WROCC) system is a Range Safety critical system used by the Mission Flight Control Officer (MFCO) to issue destruct commands to the Command Transmitter Sites in the event of an errant vehicle. The WROCC Mission Flight Control Center requires installation and operational acceptance of a CCS in order to be activated. The CCS Test Bed project duplicates a majority of the CCS hardware. The Spacelift Range System Contractor Team has been directed to utilize this hardware, and build additional required units to existing designs. At this time, total funds have been obligated. Solicitations began July 2006 and negotiations were complete November 2006. This work will be complete by October 2008. Headquarters Launch and Range Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-01-C-0001/P00350).

NAVY

VT Halter Marine, Inc, Pascagoula, Miss., is being awarded a not-to-exceed $165,465,868 firm-fixed-price letter modification (P00004) to previously awarded contract (N00024-06-C-2212) for long lead time materials in support of the detail design and construction of three Egyptian Fast Missile Crafts for the Egyptian Navy under the Foreign Military Sales Program. The efforts required include all hardware, software, licensing, design engineering, production engineering, manufacturing, test engineering, technical documentation, and program management through Factory Acceptance Testing and shipyard delivery of each respective system. This work will be performed in Wyndmoor, Pa. (24 percent); Pittsburgh, Pa. (24 percent); Washington, D.C. (13%); Newington, Va. (8.5 percent); Manassas, Va. (8.5 percent); Merrimack, N.H. (6%); Pascagoula, Miss. (2%) and other locations (14%). Funding to be provided at contract award is $57,913,054. 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.

General Dynamics C4 Systems, Tauton, Mass., is being awarded a $45,635,047 firm-fixed-priced contract, for the Tactical Data Network (TDN) Data Distribution Systems (DDS) - Replacements (TDN DDS-R). The TDN DDS is a standardized suite of high reliability Automated Data Processing Equipment (ADPE) and communication systems designed for use in a tactical environment. The TDN DDS consists of a network of gateways and servers interconnected with one another and their subscribers via a combination of common-user, long-haul transmissions systems along with the Local Area Networks (LANs) and switched telephone systems. Work will be performed in Tauton, Mass., and is expected to be completed by March 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with two proposals solicited and two offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-07-C-7010).

Tybrin Corp., Fort Walton Beach, Fla.; Lockheed Martin Services Inc., Cherry Hill, N.J.; and L-3 Communications Government Services Inc., Chantilly, Va. are each being awarded a modification to previously awarded indefinite-delivery, indefinite-quantity cost-plus-award-fee contracts (N68936-04-D-0019, N68936-04-D-0020, and N68936-04-D-0022, respectively) under a multiple award to exercise an option for the development and acquisition of new range systems, to integrate various range systems, and upgrade and modernize existing range systems relating to Combat Environment Simulation (CES). Tasks performed under the contracts will include fixed and moving ground, sea, and air targets and emitters, integrated hardware/software systems, and environments, and hostile equipment modeled entirely in software. Tybrin Corp.'s ceiling is $19,930,685; Lockheed Martin Services Inc.'s ceiling is $20,789,176 and L-3 Communications Government Services Inc.'s ceiling is $17,964,329. Places and percentages of work will be determined based on the successful offeror for each individual task order issued. Work is expected to be completed by November 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Weapons Division, China Lake, Calif., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an $8,431,537 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-03-G-0003) for non-recurring engineering required to modify and instrument a VH-3A aircraft in support of the VH-3D Lift Improvement Program. Work will be performed in Stratford, Conn., and is expected to be completed in November 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.

ADI Limited, Australia, is being awarded $6,858,587 firm-fixed price, indefinite-delivery/indefinite-quantity contract for production of Australian Acoustic Generators (AAG), Infrasonic Australian Acoustic Generators (IAAG) and components, in support of the Mine Countermeasures (MCM) Fleet. The contract also contains a provisioned spares contract line item, procured on a firm fixed-price basis. Work will be performed in Uraidla, South Australia, and is expected to be completed by November 2009. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Panama City, Fla., is the contracting activity (N51331-07-D-0006).

ARMY

Textron Marine & Land Systems, New Orleans, La., was awarded on Nov. 16, 2006, a $133,632,621 modification to a firm-fixed-price contract for armored security vehicles. Work will be performed in New Orleans, La., and is expected to be completed by June 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 9, 2005. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-C-0470).

BAE Systems, Anniston, Ala., was awarded on Nov. 15, 2006, an $87,962,244 modification to a firm-fixed-price contract for the Overhaul and Upgrade program for the M113A3 family of vehicles. Work will be performed in Anniston, Ala., 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 20, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-C-0463).

AM General L.L.C., South Bend, Ind., was awarded on Nov. 16, 2006, a $79,244,500 modification to a firm-fixed-price contract for M1151A1 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).

Honeywell International, Clearwater, Fla., was awarded on Nov. 17, 2006, a $38,581,400 to a firm-fixed-price contract for A3 Bradley Fighting Vehicle System, Knight Vehicle, Bradley A3 Fire Support Team, Knight, Stryker, M1A1 Abrams Integrated Management Tank, Mortar Fire Control System, and Firefinder Radar Systems. Work will be performed in Clearwater, Fla., and is expected to be completed by May 31, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Nov. 15, 2006. The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-07-C-0027).

Allison Transmission, Indianapolis, Ind., was awarded on Nov. 17, 2006, a $27,928,757 modification to a firm-fixed-price contract for X200-4A Transmissions without containers for the M113 Vehicles. Work will be performed in Indianapolis, Ind., and is expected to be completed by May 30, 2008. 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 U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-C-0233).

B&K Construction Company Inc.*, Mandeville, La., was awarded on Nov. 16, 2006, a $23,989,042 firm-fixed-price contract for the Southeast Louisiana Urban Flood Control Project. Work will be performed in Jefferson Parish, La., and is expected to be completed by Sept. 15, 2008. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on June 22, 2006, and four bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-07-C-0007).

Litton Systems Inc., Apopka, Fla., was awarded on Nov. 16, 2006, a $23,634,875 firm-fixed-price contract for receiver-transmitters. Work will be performed in Apopka, Fla., 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 March 1, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-07-C-0027).

Capco Inc.*, Grand Junction, Colo., was awarded on Nov. 16, 2006, a $21,344,580 modification to a firm-fixed-price contract for BSU-86A/B Fin Assemblies. Work will be performed in Grand Junction, Colo., and is expected to be completed by Aug. 31, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 16, 2004. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0079).

Taber Construction Inc.*, Concord, Calif., was awarded on Nov. 17, 2006, a $9,895,000 firm-fixed-price contract for pier security upgrades. Work will be performed in Concord, Calif., and is expected to be completed by May 20, 2008. Contract funds will not expire at the end of the current fiscal year. There were 23 bids solicited on Aug. 15, 2006, and two bids were received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-07-C-0003).

Allison Transmission, Indianapolis, Ind., was awarded on Nov. 17, 2006, a $6,129,075 modification to a firm-fixed-price contract for X200-4A transmissions in containers for the M113 vehicles. Work will be performed in Indianapolis, Ind., 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. 9, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-C-N197).

VT Griffin Services Inc., Atlanta, Ga., was awarded on Nov. 16, 2006, a $5,209,408 increment as part of a $127,016,656 cost-plus-award-fee contract for a commercial activities contract. Work will be performed at Fort McCoy, Wis., and is expected to be completed by Jan. 5, 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 29, 2001, and one bid was received. The U.S. Army Contracting Agency, Fort McCoy, Wis., is the contracting activity (DAKF61-02-C-0016).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

International Business Machines Corp., Armonk, N.Y., is being awarded a $12,200,068 increment of a $244,001,364 other transaction for prototypes agreement to complete the design and technical development for high productivity computing petascale systems and demonstrate a petascale prototype. Work will be performed in Austin, Texas (47 percent); Poughkeepsie, N.Y. (41 percent); Yorktown, Heights, N.Y. (10 percent); San Jose, Calif. (2 percent), and is expected to be completed December 2010. Funds will expire at the end of the current fiscal year. Three bids were solicited and three received. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-07-9-0002).

Cray Inc.*, Seattle, Wash., is being awarded a $25,000,000 increment of a $250,000,000 other transaction for prototypes agreement to complete the design and technical development for high productivity computing petascale systems and demonstrate a petascale prototype. Work will be performed in Mendota Heights, Minn. (32 percent); Seattle, Wash. (25 percent); Chippewa Falls, Wisc. (25 percent); Milpitas, Calif. (6 percent); San Jose, Calif. (4 percent); Sunnyvale, Calif. (2 percent); Boise, Idaho (2 percent); Angleton, Texas (1 percent); Santa Clara, Calif. (1 percent); Brisbane, Calif. (1 percent); Fremont, Calif. (1 percent); and other locations, and is expected to be completed December 2010. Funds will expire at the end of the current fiscal year. Three bids were solicited and three received. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-07-9-0001).

DEFENSE LOGISTICS AGENCY

The Boeing Company, St. Louis, Mo., is being awarded a maximum $8,779,652 fixed price with economic price adjustment contract for additional NSNs to the existing Boeing VPV fighter contract. Using services are Navy and Air Force. This is an indefinite quantity contract with no guaranteed minimum after the base period and a two-year option period. This is a sole source competition with 1 solicited and 1 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is May 01, 2007. Contracting activity is the Defense Supply Center Richmond (DSCR), Richmond, Va. (SP0400-01-D-9406).

* 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/