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=3730
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. 201-08
March 14, 2008


CONTRACTS
 
 
            International Military and Government LLC (IMG), Warrenville, Ill., is being awarded a $410,730,320 firm-fixed-priced delivery order #0007 under previously awarded contract (M67854-07-D-5032) for additional Mine Resistance Ambush Protected (MRAP) Low Rate Initial Production (LRIP) vehicles. This delivery order is for the purchase 743 Category I vehicles. The Category I is an MRAP vehicle used by the Marine Corps and other Joint Forces for convoy operations. MRAP vehicles are required to increase the survivability and mobility of troops operating in hazardous fire areas against known threats such as small arms fire, improvised explosive devices, and other explosive threats. Work will be performed in WestPoint, Miss, and work is expected to be completed November 2008. Contract funds will not expire by the end of the current fiscal year.This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            Stewart & Stevenson Tactical Vehicle, Division of Armor Holdings, Sealy, Texas, is being awarded $481,835,008 for firm-fixed-priced delivery order #0004 under previously awarded contract (M67854-07-D-5030) for the purchase of 1,024 Mine Resistant Ambush Protected Category (CAT) II vehicles with CAT I seating configuration. MRAP vehicles are required to increase the survivability and mobility of troops operating in hazardous fire areas against known threats such as small arms fire, improvised explosive devices, and other explosive threats. Work will be performed in Sealy, Texas, and work is expected to be completed November 2008. Contract funds will not expire by the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
                BAE Systems Land & Armaments, LP. Ground Systems Division, York, Pa., is being awarded $234,043,500 for firm-fixed-priced delivery order #0007 under previously awarded contract (M67854-07-D-5025) for the purchase of 3 Special Operations Command variants, 51 Ambulance variants, and 393 Category II variants of the Mine Resistant Ambush Protected (MRAP) vehicles. MRAP vehicles are required to increase the survivability and mobility of troops operating in hazardous fire areas against known threats such as small arms fire, improvised explosive devices, and other explosive threats. Work will be performed in York, Pa., and work is expected to be completed by November 2008. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            United Technologies Corp., Pratt and Whitney, Military Engines, East Hartford, Conn., is being awarded a $70,236,975 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3003) for weight reduction activities for the F-135 propulsion system. Work will be performed in East Hartford, Conn. (56 percent); Bristol, United Kingdom (43 percent); and Indianapolis, Ind. (1 percent), and work is expected to be completed in September 2013. 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.
 
            Applied Engineering Management Corp. is being awarded a not to exceed $36,235,103 firm-fixed-price task order #JN01 under previously awarded contract (N00178-05-D-4183) to provide maintenance for Electronic Navy Housing (eNH), an integrated enterprise system that supports housing business processes and program management throughout the Department of the Navy housing enterprise and that is compliant with Navy information technology specifications including the Navy-Marine Corp Intranet environment. Secondly, this task order is to provide on-site systems analyst and program management support for CNIC (Commander, Navy Installations Command) Housing. Lastly, this task is to provide continuing technical and project management support for the mission critical human resource management, baseloading and Inventory and Utilization (I&U) modules of eNH by providing contractor technical support representatives and systems integrators. Work will be performed in Virginia (90 percent); California (8 percent); and Colorado (2 percent), and work is expected to be complete March 2009 (March 2013 including options).   This task order was initially sent out only to small businesses with only one proposal received at almost three times the government estimate. It was then solicited to both small and large businesses with two offers received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.
 
            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $28,153,661 modification to a previously awarded firm-fixed-price contract (N00019-07-C-0035) for time critical parts in support of the EA-18G Low Rate Initial Production II (LRIP II) Airborne Electronic Attack kits. Work will be performed in St. Louis, Mo., and is expected to be completed in April 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.
 
            North Island Corp. and Centennial Contractors Enterprises, Inc.* (a joint venture), Havre De Grace, Md., is being awarded a maximum amount of $20,000,000, guaranteed minimum of $25,000 (base period), firm-fixed-price, indefinite-quantity construction contract for multi-traded maintenance, repair, alteration, and minor new construction at predetermined unit prices with price coefficients at various Navy and Federal Government installations in the Washington metropolitan area. The total contract amount is not to exceed $100,000,000 (base period and four option years). Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command Washington area of responsibility including Washington, D.C. (50 percent), Maryland (25 percent), and Virginia (25 percent). The term of the contract is not to exceed five years, with an expected completion date of March 2009 (February 2013 with options exercised). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) set-aside via the Naval Facilities Engineering Command e-solicitation website with eight proposals received. The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-08-D-0306).
 
            North Island Corp. and Centennial Contractors Enterprises, Inc.* (a joint venture) Havre De Grace, Md., is being awarded a maximum amount of $20,000,000, guaranteed minimum of $25,000 (base period), firm-fixed-price, indefinite-quantity construction contract for multi-traded maintenance, repair, alteration, and minor new construction at predetermined unit prices with price coefficients at various Navy and Federal Government installations in the Washington metropolitan area. The total contract amount is not to exceed $100,000,000 (base period and four option years). Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command Washington area of responsibility including Washington, D.C. (50 percent), Maryland (25 percent), and Virginia (25 percent). The term of the contract is not to exceed five years, with an expected completion date of March 2009 (February 2013 with options exercised). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) set-aside via the Naval Facilities Engineering Command e-solicitation website with eight proposals received. The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-08-D-0305).
 
            Naval Automation Group, Norfolk, Va. is being awarded a $19,841,107 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide Tank Level Indicating (TLI) Systems which are to be installed on various classes of Naval ships. TLI Systems provide a reliable and accurate system for measurement of liquid levels in shipboard tanks. Work will be performed in Norfolk, Va., and work is expected to be completed by June 2010. Contract funds in the amount of $2,500,000 will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa. is the contracting activity (N65540-08-D-0003).
 
            Force Protection Industries, Inc., Ladson, S.C., is being awarded $9,849,420 for delivery order under previously awarded contract (M67854-07-D-5031) to acquire 12 Mine Resistant Ambush Protected (MRAP) Category I vehicles and 6 MRAP Category II vehicles. Work will be performed in Ladson, S.C., and work is expected to be completed November 2008. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            Force Protection Industries, Inc., Ladson, S.C., is being awarded $7,690,529 for firm-fixed-priced delivery order #0007 under previously awarded contract (M67854-07-D-5006) for the purchase of 11 Category III (Buffalo) Mine Resistant Ambush Protected vehicles. Work will be performed in Ladson, S.C., and work is expected to be completed September 2008. Contract funds will not expire by the end of the current fiscal year. This contract was sole source procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            Ocean Systems Engineering Corp., Oceanside, Calif., is being awarded $6,023,146 for task order #0040 under previously awarded contract (M67854-02-A-9020) to provide on-going engineering, technical, acquisition, administrative and management support to the Marine Air-Ground Task Force (MAGTF) Command and Control (C2) Systems (MC2S) Program Management Office (PMO). Specific programs covered under this Statement of Work (SOW) include MAGTF C2 Systems and Application, Joint Tactical Common Operational Picture Workstation (JTCW), Target Location Designation Handoff System (TLDHS), Advanced Field Artillery Tactical Data System (AFATDS), Blue Force Situational Awareness (BFSA), Theatre Battle Management Core Systems (TBMCS) and Joint Interface Control Officer Support System (JSS). All programs are currently between Milestone B and Post Production Support and require support through all phases of the acquisition cycle. The focus of effort is support for engineering and management activities related to (MAGTF) Command and Control (C2) Systems (MC2S) programs to develop the capability sets and related projects into an integrated solution of hardware and software interoperability, system testing, engineering assessments, technical documentation, systems training, and on-site material fielding.   Work will be performed in Stafford, Va., and work is expected to be completed in March 2009. Contract funds in the amount of $4,723,405 will expire at then end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.
 
DEFENSE LOGISTICS AGENCY
 
            Shell Chemical Yabucoa, Inc., Yabucoa, Puerto Rico is being awarded a maximum $129,917,372 fixed price with economic price adjustment, partial set aside, indefinite delivery and indefinite quantity contract for fuel. There are no other locations of performance. Using service is Defense Energy Support Center. There were 48 original proposals solicited with 23 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is April 30, 2009. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-08-D-0471).
 
            Coastal Pacific Food Distributers, Stockton, Calif.,* is being awarded a maximum $36,000,000 fixed price with economic price adjustment contract for full line food distribution. Other locations of performance are the same.  Using services are Army, Navy, Air Force and Marine Corps. This is a bridge contract for Japan, Singapore and Diego Garcia. There was 1 proposal originally solicited with 1 response. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is December 17, 2008.  The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-08-D-3239).
 
            American Medical Depot, Opa Locka, Fla.,* is being awarded a maximum $13,260,000 firm fixed price, total set aside contract. Other locations of performance are the same. This is an option to extend, for one year, the performance of the contract that establishes the Fleet Medical Surgical Program to support medical/surgical requirements. Using service is Navy. There was originally 1 proposal solicited with 1 response. The base period was for five years with five one-year options. This is the fifth option period. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2009.  The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-99-D-7150).
 
            Propper International, Inc., Mayaguez, Puerto Rico is being awarded a maximum $7,186,068 firm fixed price contract for shipboard utility coveralls. Other locations of performance are in Puerto Rico. Using service is Navy. This proposal was originally solicited on Gateway with 13 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is July 2009. The contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-08-D-1054).
 
AIR FORCE
 
                   Aerospace Testing Alliance of Tullahoma, Tenn., is being awarded a modified contract for $69,660,053. This action is a modification for the operation, maintenance, information management, and support of the Arnold Engineering Development Center (AEDC) for FY 08. This increase results from changes to the workload in the facilities and increased maintenance, investment, and mission support requirements. At this time no funds have been obligated. Arnold AFB, Tenn., is the contracting activity (F40600-03-C-0001, Modification P00136).
 
            Spain AFS of Madison, Ala., is being awarded a contract for $27,230,030. action will provide base operating and maintenance services using Government-furnished facilities at Moron Air Base and Zaragoza, Spain to include: program management, postal services and communications, safety, occupational health, industrial hygiene and ambulance service, civil engineering services, and logistic support services. In addition to providing day-to-day base operation and maintenance services, the requirement also includes contingency and exercise support on a to be negotiated (TBN) basic. At this time $27,230,030 has been obligated. 496 ABS/LGS, Unit 6585, Bldg. 106, APO AE 0945-6585 is the contracting activity (FA5613-07-C-5400-A00003).
 
*Small Business