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=2481
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. 178-03
March 31, 2003


NAVY

Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $192,035,522 not-to-exceed modification to a previously awarded undefinitized cost-plus-fixed-fee contract (N00019-93-C-0006) for continuing phase I of the MV-22 block upgrade program, which consists of the non-recurring engineering design activities, integration and flight testing required through delivery of aircraft 34 for block A, the critical design review for block B, and all associated flight testing. Work will be performed in Fort Worth, Texas (50%), and Ridley, Pa. (50%), and is expected to be completed in September 2003. Contract funds in the amount of $34,693,532 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Manhattan Construction Co., Fairfax, Va., is being awarded a $95,841,000 firm-fixed-price contract for construction of an addition to the Defense Intelligence Analysis Center (DIAC) at Bolling Air Force Base. Work will be performed in Wash., D.C., and is expected to be completed by July 2005. Contract funds will not expire by the end of the current fiscal year. This contract was competitively procured with 83 offers solicited and five proposals received. The Engineering Field Activity Chesapeake, Naval Facilities Engineering Command, Washington, DC, is the contracting activity (N62477-00-C-0175).

Raytheon Co., Tucson, Ariz., is being awarded a $45,500,000 firm-fixed-price modification to previously awarded contract (N00024-02-C-5415) for block 1B upgrade and conversion performance enhancement equipment for Phalanx Close-In Weapon Systems (CIWS). Twelve overhauls, seven on-board repair part kits, spares and other ancillary equipment are being acquired under this modification. The MK-15 Phalanx CIWS is a fast reaction terminal defense against low and high flying, high speed maneuvering anti-ship missile threats that have penetrated other ships' defenses. Work will be performed in Louisville, Ky., and is expected to be completed by October 2005. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, DC, is the contracting activity.

Hunt Building Corp., Ltd., El Paso, Texas, is being awarded a $22,113,200 (base item and six options) firm-fixed-price contract for the design and construction replacement of 110 family housing units at Travis Air Force Base. Work will be performed in Fairfield, Calif., and is expected to be completed by November 2004. 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 five offers received. The Engineering Field Activity West, Naval Facilities Engineering Command, Daly City, Calif. is the contracting activity (N62474-03-C-4003).

Northrop Grumman Norden Systems, Inc., Melville, N.Y., is being awarded a $19,003,484 not-to-exceed modification to exercise an option under previously awarded contract (N00024-02-C-4057) for four lightweight AN/SPQ-9B radar systems. The AN/SPQ-9B is an upgrade to the AN/SPQ-9 radar of the MK-86 gun fire control system currently installed on CG-47 Class surface combatants. The radar supports surface engagement capability to effectively detect and track sea-skimming, low-radar cross-section, high-speed targets, in heavy clutter environments. It uses a high resolution, track-while-scan, X-Band, pulse Doppler radar to provide real time acquisition and automatic tracking of multiple targets. Work will be performed in Melville, N.Y. (79%); Baltimore, Md. (19%); and Norwalk, Conn. (2%), and is expected to be completed in October 2005. 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.

Harper Construction Co., Inc., San Diego, Calif., is being awarded $11,200,000 for firm-fixed-priced Task Order 0003 under a multiple award construction contract for Wholehouse Revitalization, Phase II, at Marine Corps Air Station Yuma. Work will be performed in Yuma, Ariz., and is expected to be completed by August 2004. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website, five proposals were received and award made on March 29, 2002. The total contract amount is not to exceed $250,000,000, which includes the base period and four option years. The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (N68711-02-D-8019).

DRS Surveillance Support Systems, Largo, Fla., is being awarded a $7,000,000 cost-plus-fixed-fee, design agent contract for technical/engineering services necessary to support special studies, failure analysis, engineering change proposals investigation, and other developmental efforts under the AN/SPS-67(V)3 radar program. The AN/SPS-67(V)3 radar system is a class A, C-band radar, providing navigation, surface surveillance and limited detection of low flying aircraft. This contract includes options, which if exercised, would bring the total cumulative value of this contract to $9,400,000. Work will be performed in Chesapeake, Va. (80%); Gaithersburg, Md. (10%); and Largo, Fla. (10%), and is expected to be completed by March 2006. 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 (N00024-03-C-4029).

All Cities Enterprises*, San Francisco, Calif., is being awarded a $6,832,778 firm-fixed-price contract for an upgrade to security fencing and perimeter roads at Naval Air Station, Lemoore. The work to be performed provides for the design and construction of chain-link security fencing and gravel perimeter roads; realignment of approximately one mile of existing paved road; installation of conduits and conductors for an intrusion detection system; and the procurement and installation of one motorized vehicle gate. Work will be performed in Lemoore, Calif., and is expected to be completed by January 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website, restricted to 8(a) firms in the Fresno and San Francisco Small Business Administration districts, with eight offers received. The Engineering Field Activity West, Naval Facilities Engineering Command, Daly City, Calif is the contracting activity (N62474-02-C-0025).

Harry Pepper & Associates, Inc.*, Jacksonville, Fla., is being awarded $5,561,650 for firm-fixed-price Task Order 0005 under an indefinite-delivery/indefinite-quantity, multiple award construction contract for gate improvements at Naval Air Station, Jacksonville. This task order contains one option, which may be exercised within 180 calendar days, bringing the total cumulative value to a not to exceed amount of $7,791,125. Work will be performed in Jacksonville, Fla., and is expected to be completed by June 2004. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 50 proposals solicited, 19 offers received and award made on June 25, 1999. The total contract amount is not to exceed $200,000,000 (four-year performance period). The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract. Three offers were received for this task order. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-95-D-0680).

CORRECTION

The contract awarded to Hunt Building Corp., El Paso, Texas on March 25, should have read is being awarded a $38,802,000 firm-fixed-price contract for replacement of 317 family housing units at Tarawa Terrace, Marine Corps Base, Camp Lejeune (phase II only). Phase III will be awarded at a later date bringing the total not to exceed contract amount to $79,800,000 (base period and options).

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded on March 27, 2003, a $72,360,750 modification to a firm-fixed-price/cost-plus-fixed-fee contract for the high mobility artillery rocket system. Work will be performed in Grand Prairie, Texas (15%) and East Camden, Ark. (85%), and is expected to be completed by Dec. 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 7, 2002. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0005).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded on March 27, 2003, a $69,230,709 modification to a firm-fixed-price contract for the conversion delta of nine UH-60L aircraft to HH-60L aircraft. Work will be performed in Stratford, Conn., 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 Oct. 4, 2000. The U. S. Army Aviation and Missile Command, Huntsville, Ala., is the contracting activity (DAAH23-02-C-0006).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded on March 27, 2003, a $36,178,936 modification to a cost-plus-incentive-fee contract for support of the PAC-3 missile full-rate production program. Work will be performed in Grand Prairie, Texas, and is expected to be completed by Oct. 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 7, 2002. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-02-C-0075).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded on March 27, 2003, a $11,609,050 increment as part of a $56,716,383 cost-plus-fixed-fee contract for the multiple launch rocket system. Work will be performed in Grand Prairie, Texas, and is expected to be completed by March 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 9, 2001. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-01-C-0141).

Martin Electronics Inc., Perry, Fla., was awarded on March 27, 2003, a $9,729,181.65 modification to a firm-fixed-price contract for 621,039 M213 hand grenade and 2,010,960 M228 training hand grenade fuzes. Work will be performed in Perry, Fla., and is expected to be completed by Feb. 26, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Oct. 10, 2001. The Headquarters Joint Munitions Command, Rock Island, Ill., is the contracting activity (DAAA09-02-C-0012).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded on March 27, 2003, a $6,500,000 modification to a cost-plus-incentive-fee contract for the guided multiple launch rocket system unitary component advanced development. Work will be performed in Grand Prairie, Texas (15%) and East Camden, Ark. (85%), and is expected to be completed by March 31, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 9, 2002. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0051).

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) is awarding competitive firm fixed price contracts to Lockheed Martin Missiles and Fire Control in Dallas, Texas (HQ0006-03-C-0044) and Northrop Grumman Space & Mission Systems Corporation in Reston, Virginia (HQ0006-03-C-0045). This competition marks the first phase toward adding a kinetic energy (KE) boost/ascent intercept capability to the MDA ballistic missile defense system testbed. The KE interceptor program will develop and test a robust kinetic energy kill capability against ballistic missiles in the boost/ascent phase with some capability against ballistic missiles in other flight phases. Each company will develop a plan and conceptual design to achieve this capability before the end of the decade. At the end of the concept design phase, the MDA will select one of these two contractors to advance into the development and test of the boost/ascent phase intercept capability. Each contract is valued at $10,000,000 with an eight-month period of performance.