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=3724
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. 0184-08
March 07, 2008


CONTRACTS
 
ARMY
 
            Sikrosky Aircraft Corp., Stratford, Conn., was awarded on March 6, 2008, a $368,385,849 firm-fixed price contract for six UH-60M and twenty HH-60M Black Hawk helicopters and post DD250 Installation of auxiliary power unit kits. Work will be performed in Stratford, Conn., and is expected to be completed by Dec. 31, 2012. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Oct. 20, 2005, and one bid was received. The U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity W58RGZ-08-C-003.
 
            Thales-Raytheon Systems Co. LLC, Fullerton, Calif., was awarded on March 6, 2008, a $39,725,937 firm-fixed price contract for sixteen AN/TPQ-46 antenna transceiver group and 15 each Spare AN/TPQ-36 Antenna Array Assemblies for the FIREFINDER radar program. Work will be performed in Fullerton, Calif., and is expected to be completed by Nov. 30, 2010. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on Aug. 7, 2007, and one bid was received. The CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity W15P7T-06-D-T001.
 
            General Dynamics Information Technology, Inc., Needham, Mass., was awarded on March 6, 2008, an $18,319,778 firm-fixed price contract for high frequency radio system and services, upgrade eight existing sites and providing five new sites. Work will be performed at multiple sites, and is expected to be completed by March 29, 2009. Contract funds will not expire at the end of the current fiscal year. There was one sole source bid solicited on June 11, 2007, and one bid was received. The CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity W15P7T-08-C-D202.
 
AIR FORCE
 
            Science Applications International Corp. of San Diego, Calif., is being awarded an indefinite delivery/indefinite quantity contract for $60,000,000. This action is for the follow-on architect-engineer (A-E) services for perform Title I, Title II, and other A-E services. These services are required to support Tinker Air Force Base Civil Engineer’s environmental and real property sustainment, restoration, and construction programs. Primary services include: Title I: all aspects of real property facilities, infrastructure, and environmental design and activities to support those designs including value engineering and Leadership in Energy and Environmental Design analysis. Title II: all aspects of construction quality assurance and oversight of environmental, facility, and infrastructure construction projects. Other A-E Services: support for base environmental restoration, conservation and planning, and environmental quality programs including compliance and pollution prevention.   At this time $32,906.06 (SAIC), $81,781.48 (CH2M Hill), $24,854.80 (URS Group) and $55,146.21 (Cherokee CRC) has been obligated.  72nd Contracting Squadron, Tinker Air Force Base, Okla., is the contracting activity (CH2M Hill, Inc. – FA8101-080D-0002; Cherokee CRC – FA8101-08-D-0003; Science Applications International Corporations – FA8101-08-D-0004; URS Group, Inc. – FA8101-08-D-0005).
 
            Integral Systems, Incorporated of Lanham, Md., is being awarded a contract modification for $21,168,253. This contract modification provides for the purchase and integration of additional interference detection sensors and antennas for the deployable systems of the Rapid Attack Identification, Detection, and Reporting System Block 10.  At this time $14,189,645 has been obligated. USAF HQ Space and Missile Systems Center/SYSW/PK El Segundo Calif., is the contracting activity (FA8819-08-C-0018; P000053).
 
 
            AGVIQ/CH2M HILL Constructors, Inc.*, Anchorage, Alaska, is being awarded a maximum $20,000,000, guaranteed minimum of $100,000 (base period), cost reimbursement plus award fee, indefinite-delivery/indefinite-quantity remedial action contract for environmental remediation services on Navy and Marine Corps installations at various Department of Defense sites.  This contract contains four option years, which if exercised, will bring the total contract to a value not-to-exceed $100,000,000. Work will be performed in Florida (10 percent), Louisiana (10 percent), South Carolina (10 percent), Tennessee (10 percent), Texas (10 percent), Washington (10 percent), Caribbean and Central America (10 percent), Alabama (1 percent), Alaska (1 percent), Arkansas (1 percent), Georgia (1 percent), Idaho (1 percent), Illinois (1 percent), Indiana  (1 percent), Iowa (1 percent), Kansas (1 percent), Kentucky (1 percent), Michigan (1 percent), Minnesota (1 percent), Mississippi (1 percent), Missouri (1 percent), Montana (1 percent), Nebraska (1 percent), North Dakota (1 percent), Ohio (1 percent), Oklahoma (1 percent), Oregon (1 percent), South Dakota (1 percent), Wisconsin (1 percent), Wyoming (1 percent) and other sites (7 percent). The term of the contract is not to exceed 60 months with an expected completion date of March 2009 (March 2013 if options are exercised). 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 six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-08-D-1006).
 
            General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded for a $15,658,359 modification (P00122) under previously awarded firm-fixed-price contract (M67854-02-C-2052) to exercise an option for 12 common modules and 24 Combat Operations Center (COC) capability set IIIs in support of the COC integrated, mobile, command and control center consisting of shelter, power, cabling, processing systems, and trailers. Work will be performed in Scottsdale, Ariz., and work is expected to be completed by July 2009. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
 
            Pacific Ship Repair & Fabrication, San Diego, Calif., is being awarded a $10,979,089 firm-fixed-price contract for a post shipyard availability of Military Sealift Fleet Support Command dry cargo/ammunition ship USNS Richard E. Byrd (T-AKE 4).  This availability primarily accomplishes post-construction alterations, including conversions to the bakery, galley and scullery, as well as modifications to the second deck cargo hold and bow thruster chilled-water piping system. The ship is expected to deploy on its first operational mission this summer and will deliver ammunition, provisions, stores, spare parts, potable water and petroleum products to the Navy’s carrier strike groups and other naval forces worldwide. The contract includes options which, if exercised, would bring the total contract value to $12,736,666. Work will be performed by Pacific Ship Repair & Fabrication at the General Dynamics NASSCO shipyard in San Diego, Calif., and work is expected to be completed by June 2008. Contract funds will expire at the end of the fiscal year. This contract was competitively procured with three offers received. The U.S. Navy’s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting authority (N40442-08-C-3004).
 
            BAE Systems, Norfolk Ship Repair, Norfolk, Va., is being awarded an $8,023,532 firm-fixed-price contract for a regular overhaul of Military Sealift Command fast combat support ship USNS Supply (T-AOE 6).  Work performed during this availability will include dry-docking the ship, painting of the underwater hull, various surveys and inspections, and repair of degaussing cable conduit and cargo reefer compressor. Supply is one of four fast combat support ships that provide one-stop shopping to the Navy’s fleet for fuel, ammunition, food and other cargo. These ships are especially valuable because of their speed and ability to carry all the essentials to replenish Navy ships at sea.  The contract includes options which, if exercised, would bring the total contract value to $9,211,228. Work will be performed in Norfolk, Va., and work is expected to be completed in June 2008. Contract funds will expire at the end of the fiscal year. This contract was competitively procured with two offers received. The U.S. Navy’s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting authority (N40442-08-C-2002).
 
DEFENSE LOGISTICS AGENCY
 
            Interstate Storage & Pipeline Corp., Nashua, New Hampshire, is being awarded a minimum $13,477,500 firm fixed price with cost reimbursement contract to secure necessary facilities to receive, store and ship government-owned fuel and fuel system icing inhibitor in the Jacksonville, New Jersey area.  Using services are Army, Navy and Air Force. This proposal was originally Web solicited with one response.  Date of performance completion is Feb.28, 2013.  The contracting activity is Defense Energy Supply Center, Fort Belvoir, Va. (SP0600-08-C-5804).
 
*Small Business