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=3719
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. 167-08
February 29, 2008


CONTRACTS
 
AIR FORCE (Revised)
 
            Northrop Grumman Corp., of Los Angeles, Calif., is being awarded a cost plus incentive/award fee, fixed price incentive, firm fixed price contract for the newly-named KC-45. This contract is awarded after full and open bidding, and provides for the system design and development of four test aircraft for $1.5B. This contract also includes five production options targeted for 64 aircraft at $10.6B. At this time no funds have been obligated. Contracting activity is the Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio (contract number FA8625-08-C-6451).
 
            Boeing Co., of St Louis, Mo., is being awarded a contract for $23,947,100. This action provides for Joint Helmet Mounted Cueing Systems (JHMCS) Full Rate Production four (FRP 4) for F-15E, JHMCS pilot equipment. At this time $25,011,094 has been obligated. 641 AESS/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-D-0026, Delivery Order 006604).
 
            Engineered Fabrics Corp., of Rockmart, Ga., is being awarded a contract for $20,623,385. This is a requirement contract for the procurement of KC-135 Fuel Cells. This function will store fuel for use during flight. At this time no funds have been obligated. 848 CBSG/PKB, Tinker Air Force Base, Okla., is the contracting activity (FA8103-08-D-0036).
 
            Boeing Launch Services of Huntington Beach, Calif., is being awarded a contract modification for $20,000,000. This undefinitized contract action for pre/post mission engineering and critical components under the Assured Access to Space Program. Boeing Launch Services, Inc., will perform supply chain management and technological improvement tasks to minimize the risk of launch failure for the Delta IV Rocket on the Evolved Expendable Launch Vehicle Program  under the Launch and Range Systems Wing. At this time all funds have been obligated. SMC, Launch and Range Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (FA8816-06-C-0001, P00020).
 
            Northrop Grumman Space and Mission Systems Corp., of San Diego, Calif, is being awarded a contract for $18,600,000. The objective of the Virtual Combat Environment for Electronic Conflict program is to develop a virtual combat environment for the: 1) design and development of advanced electronic warfare (EW), cyberspace and information operations technologies, 2) evaluation and demonstration of new sensor technologies 3) development and demonstration of layered sensing and battle management techniques and 4) identification of “game changing” disruptive technologies. The virtual combat environment will prepare the United States Air Force and other services for a wide range of challenges, including traditional, irregular, catastrophic and disruptive threats. This unique environment will permit the assessment of existing and conceptual sensor technologies and characterize the application of these “disruptive” technologies. In addition, it will support the identification of sensor technologies that are potential “game-changers” for the evolving battlefield. The virtual combat environment must represent the electro-magnetic spectrum to support Radio Frequency countermeasure development, enable advanced sensor utility analysis, represent Integrated Air Defense System attack, permit software application development, facilitate warfighter analysis, support development of electronic warfare battle management methods and technologies, allow evaluation of layered sensing techniques and concepts, enable demonstrations of network centric technologies, and produce future electronic warfare, cyberspace, and Information Operations (IO) system designs and applications. At this time $25,000 has been obligated. AFRL/PKSE, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-08-D-1301).
 
            Raytheon Co., of Tucson, Ariz., is being awarded a contract for $9,700,900. This contract is for the Lot 7 production of High-Speed Anti Radiation Missile (HARM) Targeting System (HTS) pods and the purchase of initial spares. At this time all funds have been obligated. 693rd Armament Systems Squadron Contracting, Eglin Air Force Base, Fla., is the contracting activity (FA8675-08-C-0048).
 
            TW and Co., of Lanham, Md., is being awarded a contract for $8,809,640. This requirement contract is for certified armed security guard services for installation entry control, commercial vehicle inspection and visitor control center manning at 14 Air Force CONUS locations. At this time all funds have been obligated. AETC CONS/LGCK, Randolph Air Force Base, Texas, is the contracting activity (FA3002-07-D-0023).
 
            Lockheed Martin Corp., Lockheed Martin Aeronautics of Fort Worth, Texas, is being awarded a contract for $6,248,000. This action provides for new aircraft procurement for 30 F-16 aircrafts. This is a foreign military sales procurement for the country of Turkey. This modification incorporates items included in Letter of Offer and Acceptance (LOA) amendment 1. At this time $4,714,000 has been obligated. 312AESG/PKA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-07-C-6043 P00003).
 
NAVY
 
            CBZG Design Builders, LLC, (Clark, Blinderman, M+W Zander, and Graef, Anhalt, Schloemer) Chicago, Ill., is being awarded $24,493,447 for firm-fixed-price modification to a previously awarded contract (N40083-06-C-4017) to exercise Contract Line Item #0003 for the next phase of the Camp Porter Barracks and Infrastructure project at the Recruit Training Command, Naval Station Great Lakes. The work to be performed provides under this option includes the design and construction of a simulated arms marksmanship trainer, visitor’s center, Gate 8 entry control facilities, parking garage, related demolition, and other related infrastructure work.  Infrastructure includes voice, data, telephone, electrical, security, and TV distribution system, steam and condensate loop system, potable water loop system, fire protection water mains distribution system, sanitary sewer loop system, storm water system, extension of natural gas utilities, paving, and landscaping.  The project includes the demolition of existing facilities, site utility services disconnections, and underground and overhead site utilities. The current total contract amount after exercise of this line item will be $152,900,913. Work will be performed in Great Lakes, Ill., and work is expected to be completed by Sep. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.
 
            DME Corp., Orlando, Fla., is being awarded $21,507,615 for delivery 0rder #0007 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-05-D-3011) for VIPER/T Third Echelon Test Set (TETS) and related equipment. TETS is a weapon system field portable, automated, diagnostic fault isolation mechanism. TETS has 3 variants; Radio Frequency (RF), Electro-Optical (EO), and RF/EO. The order is specifically for a quantity of 30 RF variants, quantity 5 EO variants, quantity 35 Stand Alone Instrument Fixtures (SAIF), and quantity 33 calibration interface devices. Work will be performed in Orlando, Fla., with limited subcontractors, and work is expected to be completed by January 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively awarded through full and open competition, with two proposals received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            DynCorp International LLC, Fort Worth, Texas, is being awarded a $16,337,846 cost-plus-award-fee contract to provide support services for Philippines Operations Support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services. This contract contains four 12-month options, which if exercised will bring to total estimated value of the contract to $164,234,414. Work will be performed in the Republic of the Philippines and will commence with a threee-month phase-in/mobilization period beginning on Mar. 7, 2008, through Jun. 5, 2008. Four months, Jun. 6, 2008, through Sep. 30, 2008, of full performance will complete the base period. The term of the contract is not to exceed the seven month base period and four 12-month option periods, with an expected completion date of Sep. 2012. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with two proposals received. The Naval Facilities Engineering Command, Pacific, Hawaii is the contracting activity (N62742-08-C-1115).
 
            Platinum One Contracting, Inc., Landover, Md., is being awarded a maximum $10,000,000, guaranteed minimum of $25,000, firm-fixed-price, indefinite-quantity construction contract for roofing repair/replacement at various Navy and Federal Government installations in the Wash. metropolitan area. The work to be performed provides roof repairs and replacement. Other incidental type work associated with roof repairs and replacement is included and may be ordered for industrial, commercial, and residential locations. This contract contains four option years, which if exercised, will bring the total contract value to an amount not to exceed $50,000,000. Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command (NAVFAC) Wash. area of responsibility including Wash. D.C., (50 percent); Md., (25 percent); and Va., (25 percent), and work is expected to be completed Feb. 2009 (Feb. 2013 with options exercised). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as an eight(a) set-aside via the NAVFAC e-solicitation website, with eight proposals received. The Naval Facilities Engineering Command, Wash., Wash., D.C., is the contracting activity (N40080-08-D-0304).
 
            General Dynamics, Advanced Information Systems Division, Fairfax, Va., is being awarded an $8,898,556 cost-plus-award-fee contract modification to previously awarded contract (N00024-03-C-5439) for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B System Integrator Efforts. This contract action includes system engineering, integration, and testing in preparation for SEWIP Block 1B upgrades to the AN/SLQ-32(V) Electronic Warfare system. The SEWIP program is a spiral development strategy intended to field improved surface Electronic Warfare (EW) capability via a series of Block upgrades that progresses towards an approved requirements capability. Work will be performed in Fairfax, Va., and is expected to be completed by Oct. 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Wash. Navy Yard, D.C. is the contracting activity.
 
            L-3 Communications, Randtron Antenna Systems, Menlo Park, Calif., is being awarded a $6,900,000 not to exceed ceiling priced order #7003 under previously awarded contract (N00383-06-G-072B) for repair of E-2C TRAC-A rotodom antenna assemblies. Work will be performed in Menlo Park, Calif., and work is expected to be completed by Jan. 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not awarded competitively. The Naval Inventory Control Point is the contracting activity.
 
            CTSI-CES Facility Services, LLC*, Wash., D.C., is being awarded a $6,544,363 (base period) combination firm-fixed price, indefinite-delivery award fee/award option contract for base operating and support services at Naval Support Activity Mid-South and Naval Surface Warfare Center, Carderock Division. This contact contains options, which if exercised, will bring the total contract value to an amount not to exceed $91,466,346.   Work will be performed in Millington, Tenn., (95 percent) and Memphis, Tenn., (5 percent), and work is expected to be completed Sep. 2008 (September 2017 with options exercised). Contract funds will expire at the end of the current fiscal year. This contract was competitively negotiated as an eight (a) set-aside via the Naval Facilities Engineering Command e-solicitation website, with 10 proposals received. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-08-D-0066).
 
ARMY
 
            Alliant Lake City Small Caliber Ammunition Co., LLC, Independence, Mo., was awarded on Feb. 28, 2008, a $20,995,228.84 firm-fixed-price contract for small caliber ammunition items; total quantity awarded is 47,855,400 rounds. Work will be performed in Independence, Mo., and is expected to be completed by Sep. 30, 2009. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Jan. 2, 2008, and one bid was received. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity DAAA09-99-D-0016.
 
            Alliant Lake City Small Caliber Ammunition Co., LLC, Independence, Mo., was awarded on Feb. 28, 2008, a $13,485,088.27 firm-fixed-price contract for small caliber ammunition items; total quantity awarded is 27,779,760 rounds. Work will be performed in Independence, Mo., and is expected to be completed by Sep. 30, 2009. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Jan. 2, 2008, and one bid was received. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity DAAA09-99-D-0016.
 
            Caesar Rodney School District, Camden, Del., was awarded on Feb. 28, 2008, an $8,140,207.00 firm-fixed-price contract for the provision of comprehensive education program services. Work will be performed in Camden, Del., and is expected to be completed by Jun. 30, 2009. Contract funds will not expire at the end of the current fiscal year. Bids were solicited by FedBizOpps Synopsis and Solicitation on Feb. 8, 2007, and one bid was received. DDESS, Peachtree City, Ga., is the contracting activity HE1254-07-C-0008.
 
DEFENSE LOGISTICS AGENCY
 
            Valero Marketing & Supply Co., San Antonio, Texas, is being awarded a maximum $30,268,650.00 fixed price with economic price adjustment, indefinite delivery, and indefinite quantity contract for diesel fuel and unleaded gasoline. Other locations of performance are Corpus Christi and Pasadena, Texas. Using service is foreign military sales. Contract funds will expire at the end of the current fiscal year. This proposal was originally Web solicited with three responses. Date of performance completion is Oct. 31, 2008. The contracting activity is Defense Energy Supply Center, Fort Belvoir, Va. (SP0600-08-D-0454).
 
*Small Business