Seal of the Department of Defense 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=3406
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. 1303-06
December 21, 2006


CONTRACTS

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $931,300,000 firm-fixed-price and time and materials contract modification. This action provides for F-16 C/D new Aircraft for the Peace Xenia IV (Greece) program for the F-16 Block 52 aircraft. The procurement of 20 operational single place F-16C Block 52 aircraft and 10 operational two place F-16D Block 52 aircraft will be accomplished under firm-fixed price portion of the contract. The basic undefinitized contract action was awarded for the long lead requirements only. This modification increases the undefinitized contract action to include all requirements for the production program. At this time, $485,309,000 have been obligated. This work will be complete March 2010. POC is ASC/PA, (937) 255-2725. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-06-C-6003/P00008).

Lockheed Martin Corp., Forth Worth, Texas, is being awarded a $379,561,200 firm-fixed-price contract modification. This action provides for the remaining Lot 8 Advanced Buy Requirements and for Lot 9 Advanced Procurement for Titanium in support of the F-22A Lot 9 aircraft. At this time, total funds have been obligated. This work will be complete December 2011. POC is ASC/PA, (937) 255-2725. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-06-C-2899/P00009).

Aerospace Testing Alliance (ATA), Tullahoma, Tenn., is being awarded a $63,569,386 cost-plus-award fee contract modification. This action provides for operation, maintenance, information management, and support of the Arnold Engineering Development Center (AEDC) for FY07. This increase results from changes to the workload in the test facilities and increased maintenance, investment, and mission support requirements. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Arnold Engineering Development Center, Arnold Air Force Base, Tenn., is the contracting activity (F40600-03-C-0001/P00104).

United Technologies Corp., East Hartford, Conn., is being awarded a $49,996,252 firm-fixed-price and cost-plus-fixed fee contract modification. This action provides for Lot 6 F119-PW-100 Engines (46) for the F-22 and associated Field Support and Training (FS & T) for calendar year 2006. At this time, no funds have been obligated. This work will be complete January 2008. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2851/PZ0008).

Computer Sciences Parsons LLC., Tinker Air Force Base, Okla., is being awarded a $12,831,176 firm-fixed-price contract. This contract is for civil engineering services; the contractor will provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform base civil engineer tasks and function at Tinker Air Force Base, Okla. At this time, total funds have been obligated. This work will be complete September 2007. 72d Contracting Squadron, Tinker Air Force Base, Okla., is the contracting activity (F34650-99-C-0082).

Lockheed Martin Corp., Marietta, Ga., is being awarded a $6,780,220 firm-fixed-price contract modification. This modification is an undefinitized contract action for the purchase of sixty-nine Star VII Mission Computers to support the Block 6.0 Installations. At this time, $5,085,165 have been obligated. This work will be complete December 2008. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456/P00010).

Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $5,197,563 firm-fixed-price contract. This action provides for Contractor Logistics Support (CLS) for Litening Pods for a 12-month period. At this time, total funds have been obligated. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-98-C-2020).

NAVY

Creative Times, Inc.*, Ogden, Utah; I.E. Pacific, Inc.*, Emeryville, Calif.; J.I. Garcia Construction, Inc.*, Fresno Calif.; MACRO-Z Technology Company*, Santa Ana, Calif.; and Pacific West Builders*, Vacaville Calif., are being awarded a not to exceed $100,000,000 (base period and four option years) firm-fixed price, indefinite-delivery/ indefinite-quantity multiple award construction contract with a guaranteed minimum of $25,000. This contract is for new construction and renovation of general building construction within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work will be performed within the 236 North American Industry Classification System (NAICS), primarily by design-build or secondarily by design-bid-build of general building construction. Types of projects may include, but are not limited to, commercial type buildings, institutional buildings, and industrial buildings. Work will be performed at various federal sites within the NAVFAC Southwest AOR including, but not limited to, Northern California (80 percent); Nevada (10 percent); Colorado (5 percent); and Utah (5 percent). The term of the contract is not to exceed five years, with an expected completion date of December 2007 (December 2011 with options). Contract funds will not expire at the end of the current fiscal year. This contract was issued as a combined small business set-aside for HUBZone and Service-Disabled Veteran Owned small business concerns via the NAVFAC e-solicitation website with twelve (12) proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-07-D-2007/2008/2009/2010/2011).

Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $35,320,791 cost-plus-award-fee order against a previously issued basic ordering agreement (N00019-04-G-0007) for non-recurring development and integration efforts in support of Increment 1 of the V-22 Block C Upgrade. Work will be performed in Ridley Park, Pa. (78 percent) and Fort Worth, Texas (22 percent), and is expected to be completed in November 2011. Contract funds in the amount of $12,703,332 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $30,509,201 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-04-G-0007) to provide flight test management, flight test engineering, design engineering and related efforts in support of the MV-22 Follow-on Flight Test and Evaluation Program. Work will be performed in Patuxent River, Md. and is expected to be completed in December 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.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded an $18,538,500 modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-06-D-0007) for AV-8B Harrier post production support services, including engineering analysis, testing, suitability evaluations, effectiveness evaluations, configuration management support, and resolving reliability, availability, and/or supportability problems. Work will be performed in St. Louis, Mo. 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 is the contracting activity.

Integrity Applications, Inc., Chantilly, Va., is being awarded a $9,886,567 cost-plus-fixed-fee level of effort indefinite-delivery, indefinite-quantity contract for engineering and technical services in support of the Naval Air Warfare Center Weapons Division, China Lake's Weapons Engagement Office. Services provided will facilitate the development and evaluation of command and control, intelligence, surveillance, and reconnaissance system prototypes and their transition to programs for fielding. Work will be performed in San Diego, Calif. (55 percent), Chantilly, Va. (25 percent); Ridgecrest, Calif. (15 percent); and Stuggart, Germany (5 percent); and is expected to be completed in December 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-07-D-0001).

General Dynamics' Advanced Information Systems (formerly DSR Solutions division), Fairfax, Va., is being awarded a $9,300,000 cost-plus-award-fee modification under previously awarded contract (N00024-05-C-5100) to exercise an option for System Integrator/Design Agent (SI/DA) services to integrate an Open Architecture Track Manager (OATM) function for the Navy. The SI/DA for OATM will implement an OATM software product for installation on Navy platforms and address evolving Open Architecture initiatives related to track management and sensor netting. Work will be performed in Fairfax, Va., (43 percent); Reston, Va. (41 percent); St. Petersburg, Fla. (16 percent), and is expected to be completed by January 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.

TEAM Construction, LLC*, (a joint venture), Jacksonville, N.C., is being awarded a $7,050,000 firm-fixed-price contract for construction of a Multi-Purpose Machine Gun Range at Marine Corps Base, Camp Lejeune. The work to be performed provides for the construction of 14 firing positions on a raised 10 position firing line and 180 Stationary Infantry Targets (SIT), and incidental related work, which includes, but is not limited to, the construction of a control tower, ammunition breakdown building, covered bleacher enclosure, vehicular holding areas, weapons calibration area, and target emplacements. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the plans and specifications. Work will be performed in Jacksonville, N.C., and is expected to be completed by July 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-07-C-1913).

Lockheed Martin, Maritime Systems and Sensors, Manassas, Va., is being awarded a $6,431,471 firm-fixed-price, cost-plus-fixed-fee contract for AN/SSN-2(V)5 Navigation Command and Control (NAVC2) production systems and engineering services. The NAVC2 system is a major upgrade to the combat and navigation system for Mine Countermeasures (MCM-1) Class ships. NAVC2 is an Open Architecture system providing the framework to support future major combat system upgrades to MCM-1 Class ships and Electronic Chart and Information Display System - Navy capability. Work will be performed in Manassas, Va., and is expected to be completed by December 2008. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-07-C-6349).

Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $5,473,152 modification to a previously awarded firm-fixed-priced contract (N00019-05-C-0050) to exercise an option for AN/ARC-210(V) Electronic Protection Radio Systems for the U.S. Air Force B-1 aircraft. This modification consists of 64 RT-1851(C) receiver-transmitters and 64 High Power Amplifiers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 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.

Lockheed Martin Aeronautics Co., Marietta, Ga., is being awarded a $5,025,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-05-D-0005) to exercise an option for engineering and logistic services in support of the P-3C Fatigue Life Management Program. Work will be performed in Marietta, Ga., and is expected to be completed in December 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.

* 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/