Skip navigation links
US Department of Defense
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=3874
Media contact: +1 (703) 697-5131/697-5132
Public contact:
http://www.defenselink.mil/faq/comment.html
or +1 (703) 428-0711 +1

FOR RELEASE AT
5 p.m. ET
No. 827-08
October 01, 2008


CONTRACTS
 
NAVY
 
            General Electric, Lynn, Mass., is being awarded a $641,000,000 five year Performance Based Logistics (PBL) requirements contract for repair, replacement, and program support for the F404 engine used on the F/A-18 A-D aircraft. Work will be performed at Lynn, Mass., and work is expected to be completed by Dec. 2012. Contract funds will not expire before the end of the current fiscal year. This effort combines efforts with the U.S. Navy (97 percent) and the Government of Switzerland, (1 percent); Finland, (1 percent) and Kuwait, (w percent) under the Foreign Military Sales Program.  This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.
 
            Team Construction LLC*, Jacksonville, N.C., Slone and Associates, Inc.*, Valdosta, Ga.; Spec Pro Environmental Services LLC*, Oak Ridge, Tenn.; HCR/Cape JV LLC a joint venture*, Suwanee, Ga., J2 Engineering Inc. a joint venture*, Tampa, Fla., were awarded an indefinite delivery indefinite quantity multiple award design build construction contract on Sept. 29, 2008, for general building type projects at, but not limited to, the Naval Weapons Station, Charleston; Charleston Air Force Base; Shaw Air Force Base, Sumter; Marine Corps Recruit Depot, Parris Island; Marine Corps Air Station, Naval Hospital, Beaufort and Marine Corps Logistics Base, Albany. The maximum dollar value for all five contracts combined is $100,000,000. Work to be performed will be of general building type projects (new construction, renovation, alteration, demolition, repair work, and any necessary design,) including but not limited to; 1) industrial facilities, 2) airfield, aircraft hangar, aircraft traffic control facilities, 3) infrastructure, 4) administrative facilities, 5) training facilities, 6) dormitories, and 7) community support facilities.  Team Construction LLC was awarded task order #0001 at $6,348,767 for the design and construction of a Structural Fire Station at Marine Corps Air Station Beaufort. Work for this task order is expected to be completed by Feb. 2010. All work on this contract will be performed in S.C., (60 percent) and Ga., (40 percent). The term of the contract is not to exceed 60 months, with an expected completion date of Sept. 2013. Contract funds for task order #0001 will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 17 proposals received in Phase I and nine proposals received in Phase II. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Southeast, Jacksonville, Fla., is the contracting activity (contract numbers N69450-08-D-1779/1780/1781/1782/1783).
 
            Goodwill Industries of Southeastern Wisconsin, Milwaukee, Wis., is being awarded a $96,658,904 fixed price performance based services contract for support service personnel to assist the Naval Station Great Lakes, Ill., in the areas of food service support, logistics support for recruit uniform issue operations, postal operations, warehousing, and other industrial-type functional requirements. This contract includes a one-year base period plus four one-year option periods which, if exercised, bring the total estimated value of the contract to $492,421,792. Work will be performed at Great Lakes, Ill., and work is expected to be completed by Sept. 2009. The contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured under the authority of FAR 8.7 which implements the policies and procedures for acquisitions from non-profit agencies employing people who are blind or severely disabled. The Fleet and Industrial Supply Center Norfolk, Contracting Department, Philadelphia Division is the contracting activity (N00189-09-C-Z003).
 
            Rolls-Royce Defense Services, Inc., Indianapolis, Ind., wasawarded a $90,462,600 firm fixed price, indefinite delivery indefinite quantity contract on Sept. 30, 2008, to provide intermediate and depot level maintenance and related support for in-service T-45 F405-RR-401 Adour engines under the Power-By-the-Hour (PBTH®) arrangement. In addition, this modification provides for inventory control, sustaining engineering and configuration management, as well as integrated logistics support and required engineering elements necessary to support the F405-RR-401 engine at the organization level. Work will be performed at the Naval Air Station (NAS) Kingsville, Texas, (48 percent), NAS Meridian, Miss., (47 percent); NAS Pensacola, Fla., (4 percent), and NAS Patuxent River, Md., (1 percent), and is expected to be completed in Sept. 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant FAR 6.302-1, “Only one responsible source.” The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-09-D-0002).
 
            Sodexho Management, Inc., Gaithersburg, Md., is receiving a $78,851,206 modification (P00055) to previously awarded fixed price incentive contract (M00027-02-C-0001) to exercise the 2nd option year, provides funding and authorizes performance of contract year 7 (FY09 requirements) to provide food services to the Marine Corps and manage and operate their mess halls in the eastern region of the United States. This modification does not include any funding for work that is outside the scope of the original contract. Work will be performed in Jacksonville, N.C., (40 percent); Parris Island, S.C., (20 percent); Quantico, Va., (15 percent); Washington D.C., (5 percent); Arlington, Va., (5 percent); Norfolk, Va., (5 percent); Havelock, N.C., (5 percent); and Beaufort, S.C., (5 percent); and is expected to be completed by Sept. 30, 2010. Contract funds will expire at the end of the current fiscal year. Contract years 1, 2, 3, 4, 5 and 6 (the five year base period and one option period) total $429,050,620. The Regional Contracting Office (Southeast), Marine Corps Base Camp Lejeune, N.C., is the contracting activity.
 
Straub Construction, Inc., Bonsall, Calif., was awarded $43,140,000 for firm fixed price task order #0003 under a previously awarded multiple award construction contract (N62473-08-D-8610) on Sept. 29, 2008 for design and construction of the Force Intelligence Operations Center which includes various administrative and industrial type buildings at Marine Corps Base Camp Pendleton. The work to be performed provides for design and construction of the Force Intelligence Operations Center which includes three administrative and industrial type buildings, one armory, and one rappelling tower. The task order also contains four options, which if exercised would increase cumulative task order value to $50,059,040. Work will be performed in San Diego, Calif., and is expected to be completed by Feb. 2010. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
 
            Plastics Research Corp., Ontario Calif., is being awarded a maximum $13,173,690 to procure polymer Tow Missile Shipping Containers for development and qualification testing. If successful, follow-on containers will be purchased utilizing the indefinite delivery indefinite quantity contract CLIN’s (contract line item number). The proposed contract provides for issuing a delivery order for the 30 prototype units and associated sample test coupons for testing and qualification, a container maintenance demonstration, product drawings, and data at a firm, fixed unit price. After qualification is complete, delivery orders would then be issued for the production containers, all at a firm fixed unit price. The Marine Corps Systems Command will be able to purchase up to the maximum quantity of 10,000 full rate production containers over a three-year period. Contract funds in the amount of $101,689.80 will expire at the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-09-D-1027).
 
            Northrop Grumman Space & Mission Systems, Herndon, Va., is being awarded a $10,962,308 modification to previously awarded contract (N00178-04-D-1004), for engineering and other technical support for tactical and non-tactical computers, displays and peripherals for the Combat Direction Systems Activity, Dam Neck, Va. Work will be performed in Virginia Beach, Va., (95 percent), Taiwan, (2.5 percent), and Japan, (2.5 percent), and is expected to be completed by Apr. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Dahlgren, Dahlgren, Va., is the contracting activity.
 
            SRI International, Menlo Park, Calif., was awarded a $9,996,194 cost plus fixed fee contract on Sept. 30, 2008, for support in the areas of technical engineering, research and development, systems design, systems analysis, systems test and evaluation, technical documentation, integrated logistics support, operational studies and technology demonstration for instrumentation and simulation. Work will be performed in Menlo Park, Calif., and is expected to be completed by Sept. 2009. Contract funds in the amount of $2,862,752 expired at the end fiscal year 2008.   This contract was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-08-C-0057).
 
            Science Applications International Corp., San Diego, Calif., is being awarded a $7,894,928 modification to a previously awarded indefinite delivery, indefinite quantity, cost plus fixed fee, performance-based contract to provide training and support services for the U.S. Navy’s Marine Mammal Program.  The program maintains a collection of marine mammals utilized for fleet programs and research and development projects.  The program requires feeding, health care, handling, training, and transportation of marine mammals to meet fleet requirements. The Space and Naval Warfare Systems Center Pacific (SSC Pacific), BioSciences Division, is responsible for, and tasked with, the daily management of the program. The cumulative value of this contract, including this modification, is $48,384,719. Work will be performed in San Diego, Calif., throughout the continental U.S., and on U.S. Navy deployments worldwide as required, and work is expected to be completed July 30, 2009. Contract funds will not expire at the end of the current fiscal year. This contract was approved for other than full and open competition pursuant to the authority of 10 U.S.C. 2304(c)(1), Only One Responsible Source (FAR 6.302-1). The SSC Pacific is the contracting activity (N66001-03-C-0003).
 
            Center for Disease Detection, San Antonio, Texas, is being awarded a $6,948,170 firm fixed price, indefinite delivery, indefinite quantity contract for Human Immunodeficiency Virus (HIV) testing in support of the Department of the Navy and the Marine Corps. This contract includes one nine month basic ordering period plus four one-year option periods which, if exercised, bring the total estimated value of the contract to $36,934,799. Work will be performed at San Antonio, Texas, and work is expected to be completed by Sept. 2009. The contract funds will not expire before the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online, with four offers received. The Fleet and Industrial Supply Center Norfolk, Contracting Department, Philadelphia Division is the contracting activity.
 
ARMY
 
            Sauer Inc, Jacksonville, Fla., was awarded on Sept. 29, 2008, a $59,500,098 firm fixed price contract for renovation/restoration of Building 1100, Starship 11000bBarracks at Fort Jackson, South Carolina. Work will be performed in Fort Jackson, S.C., with an estimated completion date of Sep 30, 2010. Proposals Solicited were four and proposal solicited was one bid received. U.S. Army Engineer District, Charleston, S.C., is the contracting activity (W912HN-07-D-0061).
 
            General Atomics Aeronautical System, Inc, San Diego, Calif., was awarded on Sept. 26, 2008, a $35,000,000 firm fixed fee price contract for acquisition of replenishment spares in support of the quick response capability unmanned aerial system fielding in Joint Chief of Staff mandated surge in operation Iraqi freedom and operation enduring freedom. Work will be performed in San Diego, Calif., and Salt Lake City, with an estimated completion date of Mar. 15, 2011. One bid was solicited and one bid was received. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-07-C-0107).
 
            Navistar Defense LLC, Warrenville, Ill., was awarded on Sept. 27, 2008, a $31,615,903 firm fixed fee price contract for 24-28 passenger buses. Work will be performed in Conway, Ark., with an estimated completion date of Apr. 30, 2010. Bids solicited were via the Web and four bids were received. TACOM, Warren, Mich., is the contracting activity (W56HZV-08-D-G238).
 
Cabrera Services, Hartford, Conn., Lata-Sharp Remediation Services, Loa Alamos, N.M., TPMC- Energy Solutions Environmental Services, Irving, Texas, Tide water Chestnut LLC, Columbia, Md., Integrated Environmental Management and Gaithersburg, Md., were awarded on Sept. 26, 2008, a $29,500,000 multiple awards, indefinite delivery order firm fixed fee price contract for radiological and other hazardous and toxic waste projects for customers within the US Army Corp of Engineers North Atlantic Division boundaries. Work will be performed in Wash., N.Y., N.J., Pa., Del., Md., Va., Maine, N.H., Vt., Conn., Mass., and R.I., with an estimated completion date of Sept. 28, 2013. Bids solicited were put on the web and fourteen bids were received. U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-08-D-0026, W912DR-08-D-0023, and W912DR-08-D-0025, W912DR-08-D-0024, and W912DR-08-D-0022).
 
            BAE Systems, Survivability Systems, LLS, Fairfield, Ohio, was awarded on Sept. 27, 2008, a $27,801,676 firm fixed price contract, as part of the Objective Gunner Protection Kit (O-GPK), to purchase 4,135 (with an available 300 precent option of) Battery-Powered Motorized Traversing Units. Work will be performed in Fairfield, Ohio, with an estimated completion date of Sept. 26, 2009. One bid was solicited and one bid was received. TACOM LCMC, Rock Island, Ill., is the contracting activity (W52H09-08-C-0081).
 
            Tug Hill, Watertown, N.Y., was awarded on Sept. 29, 2008, a $22,570,500 firm fixed price contract. This work consists of providing materials, equipment and labor for the construction of the Fires Brigade, Phase one Infrastructure which includes cleaning and grubbing, earthwork, site work, concrete roadway paving, concrete parking lot paving.  Work will be performed in Fort Bliss, El Paso, Texas, with an estimated completion date of Oct. 31, 2009. Four bids were solicited and three bids were received. U.S. Army Engineer, Fort Worth, Texas, is the contracting activity (W9126G-06-D-0032).
 
            HSU Development Company Inc, Rockville, Md., was awarded on Sept. 29, 2008, a $21,617,800 firm fixed price contract for design/build, 100 precent small business set aside, firm fixed price contract. Work will be performed in Fort Meade, Md., with an estimated completion date of Mar. 30, 2010. Six bids were solicited and six bids were received. Corp of Engineers, Baltimore, Md., is the contracting activity (W912DR-08-C-0063).
 
            Mid Eastern Builders Inc, Chesapeake, Va., was awarded on Sept. 26, 2008, a $19,213,199 firm fixed price contract. This project is for the Replacement of the Water Distribution System at the Defense Supply Center, Richmond, Va. Work will be performed in Richmond, Va., with an estimated completion date of May 30, 2010.  Fifty-seven bids were solicited and five bids were received. U.S. Army Engineer, Norfolk, Va., is the contracting activity (W91236-08-C-0075).
 
            Voith Siemens Hydro Power Generation, Inc., of York, Penn., was awarded Sept. 29, 2008, a $19,165,900 firm fixed price contract for turbine runners at the Lookout Point Dam, Ore. Work will be performed at the Lookout Point Dam in Lowell, Ore., and will be completed by Sept. 1, 2012.  One offer was issued and six offers were received. The U.S. Army Engineer District, Portland, Ore., is the contracting activity. (W9127N-08-C-0027)
 
            Oshkosh Corp., Killeen, Texas, was awarded on Sept. 26, 2008, a $17,500,000 cost plus fixed price contract for technical services and M939 Repower Kit. Work will be performed in Killeen, Texas, with an estimated completion date of Sept. 30, 2012. Bids were solicited via the Web and two bids were received. TACOM, Warren, Mich., is the contracting activity (W56HZV-08-C-0730).
 
            CH2M Hill Facilities and Infrastructure, Inc., of Spartanburg, S.C., was awarded Sept. 27, 2008, a $17,000,400 firm fixed price contract for repairs to the 1950s-era Airborne School trainee barracks at Fort Benning, Ga. The work will be performed on Fort Benning with an estimated completion of Apr. 3, 2010. Four proposals were solicited and three proposals were received. The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0060).
 
            Alliant Ammunition and Power Co., LLC, of Radford, Va., was awarded Sept. 25, 2008, a $12,853,589 firm fixed price contract for BS-NACO propellant supporting the five-inch 54 propelling charge. Work will be performed at the co.,’s Radford Army Ammunition Plant in Radford, Va., with an estimated completion date of Jun. 30, 2009. One bid was solicited and one bid was received. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-02-G-0010/0012).
 
            AAI Corp. of Hunt Valley, Md., was awarded Sept. 20, 2008, a $12,694,331 firm fixed price contract for the purchase of 50 laser designation retrofit kits for the Shadow Unmanned Aircraft System. The Shadow system provides flexible and responsive near real-time reconnaissance and surveillance, battle damage assessment and battle-management support to Army ground-maneuver commanders. Work will be performed at the company’s Hunt Valley location with an estimated completion date of Jul. 31, 2010. One bid was solicited and one bid was received. The U.S. Army Aviation and Missile Command at Redstone Arsenal, Al., is the contracting activity (W58RGZ-08-C-0023).
 
            Harris Corp. of Melbourne, Fla., was awarded Sept. 26, 2008, a $12,020,662 firm fixed price contract for the acquisition of high-density feature data over select areas. Work will be performed the company’s Melbourne facility as well as sites in Tampa and St. Petersburg, Fla., Mission, Kan.; Kansas City, Mo., Frederick, Md.; Atlanta; and Leewood, Kan., with an estimated completion date of Sept. 21, 2009. Bids were solicited via the worldwide web and one bid was received. The National Geospatial-Intelligence Agency is the contracting activity. (NMA302-03-D-0006)
 
            I.L. Fleming, Inc., of Midway, Ga., was awarded Sept. 29, 2008, a $6,974,931 firm fixed price contract to construct a 200-acre tank and fighting vehicle stationary-gunnery range at Fort Benning, Ga. The range complex also will include a control tower, general-instruction building, bathroom, operations and storage building, bleacher enclosure, covered mess area, ammunition loading dock and utilities. Work will be performed at Fort Benning with an estimated completion of Mar. 31, 2010. Five proposals were solicited and five proposals were received. The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-D-90046).
 
            Raytheon Co., Integrated Defense Co., Bedford, Mass., was awarded a on Sept. 26, 2008, a $6,056,996 cost plus fixed price contract for fiscal year 2008 Patriot Engineering services Contract Option Award for 42,694 man/hours of effort. Work will be performed in Burlington, Mass., Huntsville, Ala., Andover, Mass., Tewksbury, Mass., El Paso, Texas and Norfolk, Va., with an estimated completion date of Jan. 31, 2009. One bid was solicited and one bid was received. U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0020).
 
            MB Contracting, LLC, and Ashridge, Inc., of St. Stephen, S.C., were awarded Sept. 27, 2008, a $6,185,880 firm fixed price contract for improvements to Andrews Island dike and to the Brunswick Harbor in Glynn County, Ga. Work will be performed in Glynn County, Ga., with an estimated completion date of Aug. 2, 2009. Bids were solicited via FedBizOpps and seven bids were received. The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-C-0057).
 
            Kipper Tool Company of Gainesville, Ga., was awarded Sept. 29, 2008, a $6,035,187 firm fixed price contract to procure tool kits. Work will be performed in Gainesville with an estimated completion date of Jan. 30, 2009. One bid was solicited and one bid was received. The U.S. Army Tank Automotive Command at Rock Island Arsenal, Ill., is the contracting activity (W52H09-08-F-0101).
 
AIR FORCE
 
            The Air Force is modifying a firm fixed price contract with the Boeing Co., of Long Beach, Calif., not to exceed $523,419,558. This contract action will provide for the total system support for the C-17 weapon system to include program management, sustaining logistics, material and equipment management, sustaining engineering, depot level aircraft maintenance, engine management, long term sustainment planning, Air Logistics Center partnering support, depot activation, and support of USAF and FMS operators of the C-17. At this time $256,475,584 has been obligated. 330th Aircraft Sustainment Wing, Contracting Flight, 730th ACSG/GFKAA, Robins AFB, Ga., is the contracting activity (FA8614-04-C-2004-P00500).
 
            The MITRE Corp., of Bedford, Mass., is being awarded a cost reimbursable contract not to exceed $60 million. This action is for systems engineering and integration support for Air Force ceiling programs and Air Force non-ceiling programs for FY2009. Support level is estimated at 145 direct staff years for the Air Force ceiling programs and 41 direct staff years for the Air Force non-ceiling program. MITRE is a federally-funded research and development center. The MITRE Corp., will perform this effort at Bedford, Mass. At this time $11,848,422 has been obligated. ESC/PKE, Hanscom AFB, Mass., is the contracting activity (FA8721-09-C-0001).
 
Northrop Grumman Space Technology of Redondo Beach, Calif., is being awarded a cost plus award fee contract for $38,267,650. The Defense On-Orbit Support and Sustaining Contract will provide all On-Orbit sustainment support for both the sensor and spacecraft bus provided by Northrop Grumman Space Technology and Northrop Grumman Electronic Systems. At this time no funds have been obligated. Space and Missile Systems Center (SMC/ISKD), Los Angeles AFB, El Segundo, Calif., is the contracting activity (FA8810-09-C-0001).
 
            The Air Force is modifying a firm fixed price contract with Lockheed Martin Corp., Lockheed Martin Aeronautical Systems of Marietta, Ga., for $36,687,375.46. This action will exercise period three options to purchase the following: initial spares for 2008 – 2010 for both existing and new base requirements, attachment four price lists for 2008-2010. At this time all funds have been obligated. USAF/AFMC, Aeronautical Systems Center (657 AESS), Wright-Patterson AFB, Ohio, is the contracting activity (FA8625-06-C-6456).
 
            TW & Co., of Lanham, Md., is being awarded an indefinite delivery, indefinite quantity contract for $30,602,307. This requirement is for certified armed security guard services for installations entry control, commercial vehicle inspection and visitor control center at 16 Air Force CONUS and OCONUS locations. At this time all funds have been obligated. AETC CPMS/LGCD, Randolph AFB, Texas, is the contracting activity (FA3002-07-D0024-0003).
 
            CH2M Hill of Salt Lake City, Utah, is being awarded an indefinite delivery, indefinite quantity contract for $30 million. The objective of this contract is to provide architect and engineering environmental services, restoration program, environmental compliance and conservation planning programs, in and around Hill Air Force Base, Utah. At this time no funds have been obligated. 75 CONS/PKB, Hill AFB, Utah is the contracting activity (FA8201-08-D-0012). 
 
            EM-Assist of Layton, Utah, is being awarded an indefinite delivery, indefinite quantity contract for $30 million. The objective of this contract is to provide architect and engineering environmental services, restoration program, environmental compliance and conservation planning programs, in and around Hill Air Force Base, Utah. At this time no funds have been obligated. 75 CONS/PKB, Hill AFB, Utah is the contracting activity (FA8201-08-D-0017).
 
            WH Americas, Inc., of South Jordan, Utah, is being awarded an indefinite delivery, indefinite quantity contract for $30 million. The objective of this contract is to provide architect and engineering environmental services, restoration program, environmental compliance and conservation planning programs, in and around Hill Air Force Base, Utah. At this time no funds have been obligated. 75 CONS/PKB, Hill AFB, Utah is the contracting activity (FA8201-08-D-0015).
 
            North Wind of Idaho Falls, Idaho, is being awarded an indefinite delivery, indefinite quantity contract for $30 million. The objective of this contract is to provide architect and engineering environmental services, restoration program, environmental compliance and conservation planning programs, in and around Hill Air Force Base, Utah.  At this time no funds have been obligated. 75 CONS/PKB, Hill AFB, Utah is the contracting activity (FA8201-08-D-0016).
 
            Tetra Tech of SLC, Utah, is being awarded an indefinite delivery, indefinite quantity contract for $30 million. The objective of this contract is to provide architect and engineering environmental services, restoration program, environmental compliance and conservation planning programs, in and around Hill Air Force Base, Utah. At this time no funds have been obligated. 75 CONS/PKB, Hill AFB, Utah is the contracting activity (FA8201-08-D-0014).
 
            The Air Force is modifying a cost plus fixed fee contract with Rockwell Collins, Inc., of Rapids, Iowa for $26,239,650. This contract action will develop and demonstrate a robust, affordable communications capability to interconnect five nodes types: weapons, tactical Unmanned Arial Vehicles (UAVs), dismounted ground forces, manned aircraft, and strategic UAVs. These data links will enable precision strikes against time critical and mobile targets, support combat identification of targets, provide bomb impact assessment (BIA), and allow secure weapon handoff from launch platform to any of several control platforms in the combat area, both air and surface. The main technology challenges areas center on, but are not limited to, development of small form factor data link radios and development of networking technologies to provide “seam filing” capabilities between legacy stove-piped waveforms and the global Information Grid (GIG). Changing requirements and capabilities of the dynamic tactical environment and rapidly changing threat do not limit this activity to the five specific nodes listed above. The Quint Network Technology (QNT) program seeks to provide networking to units that communicate using selected existing military data links on weapon control platforms. This Engineering Change Proposal (ECP) will leverage the QNT technology to develop data link terminals to support Joint Strike Fighter Operational test and Evaluation measurements. At this time $7,760,505 has been obligated. Air Force Research Lab/RIKD, Rome, N.Y., is the contracting activity (FA8650-05-C-7214 P0068).
 
The Air Force is modifying an indefinite delivery, indefinite quantity contract with Southeastern Protective Service (SEP), Inc., of Rock Hill, S.C., for $25,347,297. This requirement is for certified armed security guard services for installations entry control, commercial vehicle inspection and visitor control center at 16 Air Force CONUS and OCONUS locations. At this time all funds have been obligated. AETC CONS/LGCD, Randolph AFB, Texas, is the contracting activity (FA3002-07-D-0022-0003).
 
            The Air Force is modifying an indefinite delivery, indefinite quantity contract with TW & Co., of Lanham, Md., for $20,069,151. This requirement is for certified armed security guard services for installations entry control, commercial vehicle inspection and visitor control center at 16 Air Force CONUS and OCONUS locations. At this time all funds have been obligated. AETC CONS/LGCD, Randolph AFB, Texas, is the contracting activity (FA3002-07-D-0023-0003).
 
            The Air Force is modifying a fixed price with cost reimbursable CLINS contract with DTS Aviation Services, Inc. of Fort Worth, Texas, for $14,045,401. This action will provide aircraft backshop maintenance, munitions, and equipment support for the Air Armament Center and for Air Armament and Command, Control, Communications, Computers, and Intelligence (C4I) Systems Testing for a 12-month period.  At this time $12,840,255 has been obligated. 96 CONS/MSCB, Eglin AFB, Fla., is the contracting activity (F08651-02-C-0085, Modification P00054).
 
            Del-Jen, Inc., of Gardena, Calif., is being awarded a fixed price with award fee contract for $13,748,491.  This action provides for Base Operating and Support Services at Laughlin AFB, Texas, for the functions of operations and maintenance, site maintenance, grounds maintenance, furnishings management, supply, transportation, fuels and airfield management. At this time all funds have been obligated. 47 CONS, Laughlin AFB, Texas, is the contracting activity (F41689-02-C-0010 A00254).
 
            The Air Force is modifying a firm fixed price contract with McDonnell Douglas Corp., a wholly-owned subsidiary of The Boeing Co., of St. Louis, Mo., not to exceed $12,480,000. This action is for FY09, T-38C Avionics Upgrade Program (AUP) contractor logistics support (CLS) Flying-Hours Program for Columbus AFB, Edward, Laughlin AFB, Randolph AFB, Sheppard AFB, Vance AFB, and Patuxent River Naval Station. A performance-based effort where the contractor provides logistic support of the Line Replaceable Units (LRU) associated with the upgraded T-38C avionics system. At this time no funds have been obligated. 663 AESS/SYKA, Wright-Patterson AFB, Ohio, is the contracting activity (F41608-96-D-0700, DO: 0110).
 
            The Air Force is modifying an indefinite delivery contract with Spectrum Communications, Inc., of Hampton, Va., for $6,181,647. This action will provide for advisory and assitance services comprised of 33 various task descriptions for support of the 9th Reconnaissance Wing at Beale Air Force Base and supported locations worldwide. At this time all funds have been obligated. 9th Contracting Squadron, Beale AFB, Calif., is the contracting activity (FA4890-07-D-0002-5N01; Modification 02).
 
TRICARE MANAGEMENT ACTIVITY
 
Saint Vincent Catholic Medical Centers, New York, NY, has been awarded a fixed price contract for the TRICARE Uniformed Services Family Health Plan (USFHP) effective Oct. 1, 2008.  The contract delivers the TRICARE Prime benefit to eligible beneficiaries and their family members. The contract provides quality health care coverage to active duty family members, all military retirees and their eligible family members, including those 65 years of age and over. Saint Vincent’s contract is only one of the six providers designated in providing the TRICARE Prime benefit to eligible beneficiaries under the USFHP.  The performance period includes a base year and four one-year option periods.  The contract award amount is $104,162,748 for the one year base period. The award has been funded by Fiscal Year 2009 Defense Health Program funds, and the total estimated contract value for the base period and all four unexercised options is approximately $520,810,000.  The base period is October 1, 2008 through Sept. 30, 2009.  The Department of Defense, TRICARE Management Activity is the contracting activity. The contract number is H94002-09-C-0006.
 
            Brighton Marine Health Center, Boston, Ma.,has been awarded a fixed price contract for the TRICARE Uniformed Services Family Health Plan (USFHP) effective Oct. 1, 2008.  The contract delivers the TRICARE Prime benefit to eligible beneficiaries and their family members. The contract provides quality health care coverage to active duty family members, all military retirees and their eligible family members, including those 65 years of age and over. Brighton’s contract is only one of the six providers designated in providing the TRICARE Prime benefit to eligible beneficiaries under the USFHP.  The performance period includes a base year and four one-year option periods. The contract award amount is $114,729,640 for the one year base period. The award has been funded by Fiscal Year 2009 Defense Health Program funds, and the total estimated contract value for the base period and all four unexercised options is approximately $573,645,000.  The base period is Oct. 1, 2008 through Sept. 30, 2009.  The Department of Defense, TRICARE Management Activity is the contracting activity. The contract number is H94002-09-C-0001.
 
            CHRISTUS Health Systems, Houston, Texas, has been awarded a fixed price contract for the TRICARE Uniformed Services Family Health Plan (USFHP) effective Oct. 1, 2008.  The contract delivers the TRICARE Prime benefit to eligible beneficiaries and their family members. The contract provides quality health care coverage to active duty family members, all military retirees and their eligible family members, including those 65 years of age and over. CHRISTUS’s contract is only one of the six providers designated in providing the TRICARE Prime benefit to eligible beneficiaries under the USFHP.  The performance period includes a base year and four one-year option periods. The contract award amount is $153,955,515 for the one year base period. The award has been funded by Fiscal Year 2009 Defense Health Program funds, and the total estimated contract value for the base period and all four unexercised options is approximately $769,755,000. The base period is October 1, 2008 through Sept. 30, 2009.  The Department of Defense, TRICARE Management Activity is the contracting activity.  The contract number is H94002-09-C-0002.
 
            Johns Hopkins Medical Services Corp., Baltimore, Md., has been awarded a fixed price contract for the TRICARE Uniformed Services Family Health Plan (USFHP) effective October 1, 2008. The contract delivers the TRICARE Prime benefit to eligible beneficiaries and their family members.  The contract provides quality health care coverage to active duty family members, all military retirees and their eligible family members, including those 65 years of age and over. The Johns Hopkins’ contract is only one of the six providers designated in providing the TRICARE Prime benefit to eligible beneficiaries under the USFHP.  The performance period includes a base year and four one-year option periods. The contract award amount is $226,117,266 for the one year base period. The award has been funded by Fiscal Year 2009 Defense Health Program funds, and the total estimated contract value for the base period and all four unexercised options is approximately $1,130,585,000.  The base period is October 1, 2008 through Sept. 30, 2009. The Department of Defense, TRICARE Management Activity is the contracting activity.   The contract number is H94002-09-C-0003.
 
            Martin’s Point Health Care, Portland, Maine., has been awarded a fixed price contract for the TRICARE Uniformed Services Family Health Plan (USFHP) effective October 1, 2008. The contract delivers the TRICARE Prime benefit to eligible beneficiaries and their family members. The contract provides quality health care coverage to active duty family members, all military retirees and their eligible family members, including those 65 years of age and over.  The Martin’s Point contract is only one of the six providers designated in providing the TRICARE Prime benefit to eligible beneficiaries under the USFHP.  The performance period includes a base year and four one-year option periods. The contract award amount is $206,667,030 for the one year base period. The award has been funded by Fiscal Year 2009 Defense Health Program funds, and the total estimated contract value for the base period and all four unexercised options is approximately $1,033,335,000. The base period is October 1, 2008 through September 30, 2009.  The Department of Defense, TRICARE Management Activity is the contracting activity. The contract number is H94002-09-C-0004.
 
            Pacific Medical Centers, Seattle, Wash., has been awarded a fixed price contract for the TRICARE Uniformed Services Family Health Plan (USFHP) effective Oct. 1, 2008. The contract delivers the TRICARE Prime benefit to eligible beneficiaries and their family members. The contract provides quality health care coverage to active duty family members, all military retirees and their eligible family members, including those 65 years of age and over.  The Pacific Medical contract is only one of the six providers designated in providing the TRICARE Prime benefit to eligible beneficiaries under the USFHP.  The performance period includes a base year and four one-year option periods. The contract award amount is $126,265,087 for the one year base period. The award has been funded by Fiscal Year 2009 Defense Health Program funds, and the total estimated contract value for the base period and all four unexercised options is approximately $631,325,000.  The base period is Oct. 1, 2008 through Sept. 30, 2009.  The Department of Defense, TRICARE Management Activity is the contracting activity.  The contract number is H94002-09-C-0005.
 
UNITED STATES TRANSPORTATION COMMAND
 
            NCI Information Systems, Inc., of Reston, Va., 20190-4764, is being awarded an $11,522,974 labor-hour task order modification for Option Year Five for information technology (IT) support of selected United States Transportation Command (USTRANSCOM) Command, Control, Communications and Computer (C4) systems and support functions. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed 31, May 2011. Contract funds will expire at the end of the current fiscal year. Five bids were solicited and two were received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott AFB, Ill., 62225 (W91QUZ-04-D-0001-YK01).
 
            NCI Information Systems, Inc., of Reston, VA., 20190-4764, is being awarded a $6,890,590 labor-hour task order modification for Option Year Five for information technology (IT) support of selected United States Transportation Command and Air Mobility Command (AMC) Command, Control, Communications and Computer (C4) systems and support functions.  Work will be performed at Scott Air Force Base, ILL., and is expected to be completed 31, May 2011. Contract funds will expire at the end of the current fiscal year. Five bids were solicited and two were received. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott AFB, ILL., 62225. (W91QUZ-04-D-0001-YK02).
 
            Lockheed Martin Corp., of Manassas VA., 20110, is being awarded a $14,161,936 fixed price labor hour option modification for Global Transportation Network (GTN) maintenance sustainment. Work will be performed at Scott Air Force Base, ILL., and is expected to be completed Sept. 2011. Contract funds will expire at the end of the current fiscal year. This was a limited source acquisition under GSA. The contracting activity is United States Transportation Command, Directorate of Acquisition, Scott AFB, Ill., 62225. (HTC711-08-F-0047).
 
GENERAL SERVICES ADMINISTRATION
 
            The General Services Administration (GSA), Federal Acquisition Service, is awarding a task order for Commissary Whole Facilities Maintenance Services for the Defense Commissary Agency (DeCA).  The task order is being awarded to Trane U.S. Inc for $7,750,999 on Sept. 30, 2008.  Solicitation, GST0808BP0063, was issued on EBuy, Jun. 16, 2008, and received 24 responses, 19 no-bids and five proposals. The task order is a firm fixed priced hybrid, performance based and technical instruction based for all services.  The contractor will be responsible for the Whole Facilities Maintenance of 41 commissaries in the southeast United States.  Trane U.S. Inc., is located at 3600 Pammel Creek Rd., La Cross, WI 54601-7511. The DeCA funds used to fund this task order are non-appropriated no year surcharge funds. The contract has a base year and four one-year options. The contracting office responsible for this task order is Region eight, based in the Denver Federal Center, GSA. 
 
DEFENSE FINANCE AND ACCOUNTING SERVICE
 
            Bank of America N.A., Military Bank-Overseas Division, San Antonio, Texas, is being awarded a Fiscal Year 2009 option of $7,158,256 to provide full banking services to authorized individuals that include, active duty U.S. military personnel; Department of Defense civilian employees who are U.S. citizens; U.S. citizens who are employees of all other U.S. Government departments, agencies, private organizations, and nonappropriated fund instrumentalities carrying on functions on a Department of Defense installations overseas; as well as authorized family members of such military and civilian employees. Work will be performed in San Antonio Texas, and at various overseas DOD locations. The date of performance completion under this option is Sept. 30, 2009.  The estimated aggregate face value of this contract at time of award was $35,246,044. The DFAS Contract Services Directorate, Columbus, Ohio is the contracting activity (MDA210-02-D-0003-0008).
 
* Small Business