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=3702
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. 0099-08
February 06, 2008


CONTRACTS
 
NAVY
 
            BAE Systems Technology Solutions & Services, Rockville, Md., is being awarded an estimated $242,064,229 indefinite-delivery/indefinite-quantity, cost-plus-incentive fee, firm-fixed-priced, performance-based contract to provide integration, engineering, procurementfabrication, assembly, test, inspection, delivery, and limited installation of integrated C4I capabilities aboard new construction ships. Space and Naval Warfare Systems Command is awarding this Enterprise Platform Integration Contract on behalf of its organizational partner, the Navy’s Program Executive Office for Command, Control, Communication, Computers and Intelligence systems. This contract includes three one-year options which, if exercised, would bring the cumulative value of this contract to an estimated $344,411,364. Work will be performed in North Charleston, S.C., (75.5 percent); New Orleans, La., (4.7 percent); Pascagoula, Miss., (4.2 percent); San Diego, Calif., (3.7 percent); Mobile, Ala., (3.6 percent); Green Bay, Wis., (3.5 percent); Norfolk, Va., (2.4 percent), and Washington, D.C., (2.4 percent), and work is expected be completed by Feb. 2013. If all options are exercised, work will continue until Feb. 2016. Contract funds will not expire at the end of the year. This contract was competitively procured with an unlimited number of proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-08-D-0002).
 
            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $123,041,923 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002). This modification provides for the development, integration, and installation of reprogramming and validation/verification capabilities at the United States Reprogramming Laboratory in support of the F-35 Joint Strike Fighter System Development and Demonstration Program, including training. This will provide a facility to develop and sustain operational and training mission data files, providing a capability to counter emergent and theater advanced electronic warfare and other sensor detected targets and threats for the F-35 Lightning II. Work will be performed in Fort Worth, Texas, (68 percent), Eglin Air Force Base, Orlando, Fla., (24 percent), and El Segundo, Calif., (8 percent), and work is expected to be completed in Oct. 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.
 
            Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $12,000,798 modification to a previously awarded cost-plus-award-fee contract (N00019-03-C-0057) for Aircraft Change Directives in support of the E-2D Advanced Hawkeye Development and Demonstration Program. Work will be performed in Bethpage, N.Y., (79.6 percent) and St. Augustine, Fla., (20.4 percent) and is expected to be completed in Jun. 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.
 
            Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $7,416,996 modification to a previously awarded firm-fixed-priced contract (N00019-05-C-0050) to exercise an option for the FY 2008 production of AN/ARC-210(V) Electronic Protection Radio Systems for U.S. Air Force (USAF) A-10 and F-16 aircraft and U.S. Navy (USN) MV-22 aircraft. This option exercise consists of 58 RT-1824(C) ARC-210 Receiver-Transmitter Radios for the USN; 54 C-12561A Radio Control Sets for the USN (29) and USAF (25). In addition this option provides for 50 RT-1851A(C) ARC-210 Receiver Transmitter Radios; six MT-4935 Mounting Bases; 60 MT-6567 Mounting Bases; 60 C-12719 Controls; and 60 RF Filter Diplexers for the USAF. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in Jul. 2009. 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.
 
            PSI Sierra, LLC*, Lexington Park, Md., is being awarded a $7,370,130 ceiling-priced, indefinite-delivery/indefinite-quantity contract to provide customer support services for Naval Air Systems Command Information Technology/Information Management Department. Services to be provided include video technology support, national help desk support; Navy Marine Corps Intranet (NMCI) customer technical representative (CTR) support; defense messaging Support; and embedded technical support. The estimated level of effort for this base year is 174,720 man-hours. Work will be performed at the Naval Air Warfare Center Aircraft Division, Patuxent River, Md., and is expected to be completed in Feb. 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposals as a 100 percent small business set-aside; 13 offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-08-D-0006).
 
ARMY
 
            AveroVironment, Inc., Simi Valley, Calif., was awarded on Feb. 4, 2008, a $45,851,002 firm-fixed-price-and-cost-plus-fixed-fee contract for the SOCOM Raven Systems and initial spares packages.  Work will be performed in Simi Valley, Calif., and is expected to be completed by Jan. 31, 2009.  Contract funds will not expire at the end of the current fiscal year. One bid was solicited on Jan. 30, 2008, and one bid was received.  The U.S. Army Aviation & Missile Command, Huntsville, Ala., is the contracting activity W58RGZ-05-C-0338.
 
            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Feb. 4, 2008, a $14,231,024 firm-fixed-price contract for option one for the MH-60R Sea Hawk Helicopter.  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.  One bid was solicited on Oct. 20, 2005, and one bid was received.  The U.S. Army Aviation & Missile Command, Huntsville, Ala., is the contracting activity W58RGZ-08-C-0003.
 
            DRS Test & Energy Management, Inc., Huntsville, Ala., awarded on Feb. 4, 2008, a $10,792,942 cost-plus-fixed-fee-level-of-effort-delivery-order contract for systems technical support for embedded diagnostics.  Work will be performed in Huntsville, Ala., and is expected to be completed by Dec. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  A sole source bid was solicited on Sep.. 18, 2007, and one bid was received.  The U.S. Army TACOM Life Cycle Management Command, Rock Island, Ill., is the contracting activity W52H09-06-G-0001.
 
            Balfour Beatty, Fairfax, Va., was awarded on Feb. 1, 2008, a $15,580,000 firm-fixed-price contract for ordnance training facilities for the central campus.  Work will be performed at Fort Lee, Va., and is expected to be completed by Sep. 30, 2011.  Contract funds will not expire at the end of the current fiscal year.  Three bids were solicited on Oct. 22, 2007, and one bid was received.  The U.S. Army Corps of Engineer District, Norfolk, Va., is the contracting activity W91236-08-D-0025.
 
            FN Manufacturing LLC, Columbia, S.C., was awarded on Feb. 4, 2008, a $10,728,822 firm-fixed-price, indefinite-delivery contract for the procurement of at minimum 3,419 squad automatic weapons, with a maximum quantity of 15,149.  Work will be performed in Columbia and Afghanistan and is expected to be completed by Feb. 4, 2013.  Contract funds will not expire at the end of the current fiscal year.  One bid was solicited on Aug. 3, 2007, and two bids were received.  The U.S. Army Joint Munitions and Lethality Life Cycle Management Command Acquisition Center, Picatinny, N.J., is the contracting activity W15QKN-08-D-0006.
 
            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Feb. 5, 2008, an $8,636,268 cost-plus-fixed-fee contract for the design, fabrication, integration and test of the Extended Area Protection and Survivability Battle Element prototype hardware.  Work will be performed in Grand Prairie, Texas, and is expected to be completed by Dec. 31, 2012.  Contract funds will not expire at the end of the current fiscal year.  Thirteen bids were solicited on Oct. 5, 2007, and four bids were received.  The U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity W31P4Q-08-D-0016.
 
            Ferrell Construction of Topeka, Topeka, Kan., was awarded on Feb. 1, 2008, a $7,057,694 firm-fixed-price contract for repairs/construction of an aircraft maintenance hangar. Work will be performed at Forbes Field, Topeka, Kan., and is expected to be completed by Feb. 28, 2009.  Contract funds will not expire at the end of the current fiscal year. Bids were solicited via the World Wide Web on Oct. 17, 2007, and three were received.  The U.S. Army National Guard Bureau, Topeka, Kan., is the contracting activity W912JC-08-C-0002.
 
            Northrop Grumman Space & Mission Systems Corp., San Bernardino, Calif., was awarded on Feb. 5, 2008, a $5,963,494 cost-plus-fixed-fee contract for the design, fabrication, integration and test of the Extended Area Protection and Survivability Battle Element prototype hardware.  Work will be performed in San Bernardino, Calif., and is expected to be completed by Dec. 31, 2012.  Contract funds will not expire at the end of the current fiscal year.  Thirteen bids were solicited on Oct. 5, 2007 and four bids were received.  The U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity W31P4Q-08-D-0017.
 
 
AIR FORCE
 
            Kaman Dayron of Orlando, Fla., is being awarded a firm fixed-price contract modification for $26,772,960.80. This action provides for Joint Programmable Fuze Systems, to include the FMS-152 FUZE; quantity of 14,065 and FZU-55 initiator, quantity of 13,975. This action exercises option 5 of the JPF production contract. The JPF is a state-of-0the-art fuze system used with precision weapon systems such as the Joint Direct Attack Munition (JDAM). The JPF is equipped with variable delay settings that may be programmed manually or from the cockpit through its in-flight reprogrammability feature. At this time all funds have been obligated. 679 ARSS/PK, Eglin Air Force Base, Fla., is the contracting (F08626-98-C-0006, P00101).
 
 
UNITED STATES TRANSPORTATION COMMAND
 
            Flightworks, Inc., Kennesaw, Ga., is being awarded an indefinite delivery/indefinite quantity type contract for $24,018,670.53. The contractor is to perform services necessary to provide air charter service for passengers from Elmendorf Air Force Base, Alaska, to Eareckson Air Force Station and Adak Island, Alaska. This contract was competitively procured and four offers were received. The performance period is from Mar. 1, 2008, to Feb. 28, 2013, including unexercised options. USTRANSCOM Directorate of Acquisitions, Scott Air Force Base, Ill., is the contracting activity (HTC711-08-D-0012).
 
* Small Business