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=3718
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. 163-08
February 28, 2008


CONTRACTS
 
NAVY
 
            Beaufort-Jasper Water & Sewer Authority (BJWSA), Okatie, S.C., a quasi-state organization categorized as other than small business and the regional water and wastewater utility provider in the Beaufort-Jasper County Region, is being awarded an estimated $251,486,063 utilities privatization contract for the operation and maintenance of the water and wastewater utility system of Marine and Naval activities in the Beaufort, S.C. area. The work to be performed provides for initial system modifications required to bring the systems up to industry standards, operation, maintenance and repair of the systems, as well as renewal and replacement of the system’s components over the term of the contract. 10 U.S.C. 2688 authorized the privatization of Government utility systems if certain criteria were met. The water and wastewater utility systems will be conveyed to BJWSA through a quit claim deed. The contractual instrument is a fixed price contract with prospective price redetermination with a term of 50 years. Work will be performed in the Beaufort, S.C. area. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with five proposals received. BJWSA is the current provider of water for the Beaufort facilities. The Naval Facilities Engineering Command Southeast, Jacksonville, Fla., is the contracting activity (N69450-08-C-0070).
 
            Nan, Inc., dba Ocean House Builders, Honolulu, Hawaii; Niking Corp.,*, Wahiawa, Hawaii; Pioneer Contracting Co., Ltd.*, Wahiawa, Hawaii; Triton Marine Construction Corp.*, Bremerton, Wash.; and Watts Constructors LLC, Honolulu, Hawaii, are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for various construction projects at locations within the State of Hawaii. The work to be performed provides for the acquisition of new construction, repair, alteration, and related demolition of existing infrastructure based on design build, two phase design build, modified design build or full plans and specifications for Department of Defense infrastructure. The total amount for all contracts combined is not to exceed $100,000,000 (base period and four option years) with a guaranteed minimum of $10,000 for each contract. Work will be performed in the State of Hawaii. The term of the contract is not to exceed five years, with an expected completion date of Feb. 2009 (Feb. 2013 with options exercised). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with 41 offers solicited and 12 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-08-D-4009/4010/4011/4012/4013).
 
            General Electric Co., Aircraft Engines Business Group, Lynn, Mass., is being awarded a $30,114,736 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0088) for the Fiscal Year 2007 Full Rate Production of eight F414-GE-400 engines and eight device kits for the F/A-18E/F aircraft. Work will be performed in Lynn, Mass. (50 percent); Madisonville, Ky. (22 percent); Hooksett, N.H. (13 percent); Albuquerque, N.M. (6 percent); Rutland, Vt. (5 percent); Dayton, Ohio, (2 percent); Evandale, Ohio, (1 percent); and Bromont, Canada (1 percent), and is expected to be completed in Mar. 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.
 
            Raytheon Space and Airborne Systems, El Segundo, Calif., is being awarded $22,000,000 for delivery order #0005 under a previously awarded firm-fixed ceiling priced definite-delivery/definite-quantity contract (N00383-04-G-200H) for various line items of F/A-18 advanced targeting forward looking infra red (ATFLIR) system components. Work will be performed in El Segundo, Calif., (70 percent), and Forrest, Miss., (30 percent), and work is expected to be completed by Dec. 2009. 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.
 
            The Haskell Co., Jacksonville, Fla., is being awarded $12,030,960 for firm-fixed price task order #0004 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62472-01-D-0075) for design and construction of a two story Damage Control School Trainer Facility at Naval Support Activity, Norfolk. The facility will provide student training on techniques to arrest ship flooding situations. Construction includes a damage control wet trainer (Buttercup), trainer rooms, classrooms, and support spaces. Demolition includes a portion of Building #N30 (also including a pool, trainer device and associated equipment) where the current wet-trainer exists on Naval Station, Norfolk. The contract contains one additional option totaling $220,000, which may be exercised within 120 calendar days, bringing the total contract amount to $12,250,096. Work will be performed in Norfolk, Va., and work is expected to be completed by Sep. 2009. Contract funds will not expire at the end of the current fiscal year. Two proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
 
            Great Eastern Group, Inc., Fort Lauderdale, Fla., is being awarded a $10,843,223 modification to previously awarded contract N61331-07-C-0011 for crew support, operation and maintenance of the SeaFighter (FSF-1). The SeaFighter (FSF-1) is a wave-piercing catamaran (262 ft long/950 ton displacement/15 ft draft) powered by a Combined Diesel or Gas (CODOG) power plant. The SeaFighter (FSF-1) operates as a technology demonstrator/risk reduction platform.  Work will be performed in Panama City, Fla., and is expected to be completed by Aug. 2010. Contract funds in the amount of $314,052 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Panama City, Fla., is the contracting activity. The Naval Surface Warfare Center, Panama City, Fla., is the contracting activity.
 
            General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $9,000,000 cost-plus-fixed-fee modification to the previously awarded contract (N00024-96-C-2100) for the planning efforts of the USS N. C. (SSN 777) Post Shakedown Availability (PSA). Work will include performing planning efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work. Work will be performed in Groton, Conn. (99 percent) and Quonset Point, R.I. (1 percent), and is scheduled to be completed by Dec., 2009. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.
 
            Virtexco Corp., Norfolk, Va., is being awarded $7,498,902 for firm-fixed-price task order #0003 under a previously awarded indefinite-delivery/indefinite-quantity, multiple award construction contract (N40085-06-D-4010) for construction of a Field Medical Services School at Marine Corps Base, Camp Lejeune. Work will be performed in Jacksonville, N.C., and work is expected to be completed by Dec. 2009. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
 
            Harry Pepper & Associates, Inc., (large business), Jacksonville, Fla., is being awarded $6,943,722 for firm-fixed-price task order #0004 under a previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N69272-03-D-0031) for improvements of Gate Structures at Blount Island Marine Corps Command. The work to be performed provides for the replacement of existing gate structures at both the rear and main entrances and installation of cable-reinforced security fencing in the vicinity of the new, canopied gate locations. The old gatehouses will be demolished and new, hardened gatehouses will be constructed at both entrances. A new Pass and ID Office with parking will be constructed at the main entrance location outside of the secured installation perimeter. A new automatic sliding gate will be installed at the perimeter at both entry control point locations and a new base identification sign. Design and installation includes all necessary barrier, utilities and services. Work will be performed in Jacksonville, Fla., and work is expected to be completed by Jul. 2009. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
 
AIR FORCE
 
            Northrop Grumman Mission Systems of Bellevue, Neb., is being awarded a contract for $239,000,000. The contract is for Systems Engineering, Management, and Sustainment, for the Air Force Weather Systems. At this time no funds have been obligated. 55th Contracting Squadron, Offutt Air Force Base, Neb., is the contracting activity (FA4600-08-D-0002).
 
            General Atomics of San Diego, Calif., is being awarded a contract for $17,202,335. This
action is for non-recurring engineering development for eh Advanced Cockpit Increment Two
for Predator/Reaper Ground Control Station.  At this time $7,804,672 has been obligated. 658 AESS/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-05-G-3028 0030).
 
            Taitech, Inc. of Beavercreek, Ohio, is being awarded a contract for $5,700,000. The objective of this five-year effort is to advance the state of the art in diagnostic and component development for high-speed propulsion systems. There are unique problems associated with sustained-combustion in supersonic flows. This program will address those problems through innovative inlet, isolator, injector, combustor and exhaust designs. These design concepts will be fabricated and evaluated in a controlled research environment and complimented by numerical simulations. The research is divided into two technology areas, Technology Area 1 (TA1) and Technology Area 2 (TA2). At this time no funds have been obligated. AFRL/PKPC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-08-D-2844).
 
            Innovative Scientific Solutions, Incorp., of Dayton Ohio, is being awarded an indefinite quantity/indefinite delivery contract for $8,400,000. The objective of this five-year effort is to advance the state of the art in diagnostic and component development for high-speed propulsion systems. There are unique problems associated with sustained-combustion in supersonic flows. This program will address those problems through innovative inlet, isolator, injector, combustor and exhaust designs. These design concepts will be fabricated and evaluated in a controlled research environment and complimented by numerical simulations. The research is divided into two technology areas, Technology Area 1 (TA1) and Technology Area 2 (TA2). At this time no funds have been obligated. AFRL/PKPC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-08-D-2845).
 
DEFENSE LOGISTICS AGENCY
 
            Strategic Energy, LLC, Pittsburgh, Pa., is being awarded a maximum $33,511,680.00 firm fixed price contract for electrical support.  Other locations of performance are Ill.  Using services are Federal Civilian Agencies. There were originally 147 proposals solicited with 11 responses. Contract funds will not expire at the end of the current fiscal year.  Date of performance completion is Dec. 31, 2010.  The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-08-D-8011).
 
* Small Business