U.S. Department of Defense Header Image (click to return to U.S. Department of Defense homepage)
Search DefenseLink.mil
Oct. 24, 2004  War on Terror   Transformation   News Products   Press Resources   Images   Websites   Contact Us 
U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contracts
On the Web:

Media contact: +1 (703) 697-5131
Public contact:
http://www.dod.mil/faq/comment.html
or +1 (703) 428-0711

FOR RELEASE AT No. 959-04
5 p.m. ET September 27, 2004

CONTRACTS

 

NAVY

 

            Bearing Point, Landover, Md., is being awarded a not-to exceed $175,700,000 cost-plus-incentive award fee, firm-fixed-price letter contract for Global Template 1 of the converged Navy Enterprise Resource Planning (ERP) system, to include Release 1.0, consisting of all capability in the Navy ERP pilots, including financial management, program management, intermediate level maintenance, workforce management, and plant level supply; option for Release 1.1, consisting of wholesale supply; and an option for Release 1.X , consisting of regional material management.  The contract will provide for the procurement of configuration, and testing of all functionality proposed for the releases, including configuration of the Commercial-Off-The-Shelf (COTS) product to Navy business processes, integration testing and certification, and support for independent third party testing and formal acceptance.  The scope will include deployment planning, change management, user training materials development, instructor training, user support, development and test hosting, production hosting planning, and Operational Evaluation (OPEVAL) support, including site preparation and end user initial training at initial OPEVAL sites.  Work will be performed in Annapolis, Md., and is expected to be completed by March 2008.  Contract funds in the amount of $496,305 will expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-04-C-6322).

 

            Rolls-Royce Defense Services Inc., Indianapolis, Ind., is being awarded a $60,157,394 fixed-price modification to a previously awarded requirements contract (N00019-03-D-0012) to exercise an option for Power-By-the-Hour (PBTH®) logistics support for approximately 187 T-45 F405-RR-401 engines.  Work will be performed at the Naval Air Station (NAS) Meridian, Miss. (53 percent); NAS Kingsville, Texas (46 percent); and NAS Patuxent River, Md. (1 percent), and is expected to be completed in September 2005.  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

 

            Planning Consultants Inc. (PCI), Virginia Beach, Va., is being awarded a $55,118,253 cost-plus-fixed fee contract for engineering services in support of Research and Development (R&D), Total Ship System Engineering, and Combat System Engineering (CSE) initiatives in the introduction of advanced combat system advanced technology and modernization of current combat systems for surface ship combatants.  Engineering tasking shall include computing plant architecture, requirements management, ship integration, safety analysis, interoperability assessment, spiral design development, and baseline strategy development.  Surface combatant ships supported will include DDX, CGX, LCS, DDG, AEGIS CG 47 and DD51 Class, carriers, amphibious ships, and combatant systems.  Work will be performed in Dahlgren, Va. (90 percent) and Virginia Beach, Va. (10 percent), and is expected to be completed by September 2009.  Contract funds in the amount of $176,000 will expire at the end of the current fiscal year.  The contract was competitively procurement and advertised via the Internet, with one offer received.  This contract combines support of the U.S. Navy (99 percent), and the Governments of Japan (0.7 percent), Norway (0.1 percent), South Korea (0.1 percent), and Spain (0.1 percent) under the Foreign Military Sales Program.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-04-C-2004).

 

            Raytheon Co., Integrated Defense Systems (IDS), Poulsbo, Wash., is being awarded a $32,000,000 fixed-price Performance Based Logistics (PBL) award fee requirements contract for support of the AN-SLQ-48 (Mine Neutralization) and AN/SQQ-32 (Minehunting Sonar) Weapon Systems.  Work will be performed at Norfolk, Va. (98 percent), and Portsmouth, Rhode Island (2 percent), and is expected to be completed by October 2009.  Contract funds will not expire by the end of the fiscal year.  This contract combines requirements for the U.S. Navy (99 percent) and the Countries of Japan (.5 percent) and Spain (.5 percent) under the Foreign Military Sales Program.  This contract was not competitively procured.  The Naval Inventory Control Point is the contracting activity (N00104-05-D-L001).

 

            Lockheed Martin Corp., Maritime Systems and Sensors (LM MS2), Manassas, Va., is being awarded a $13,652,967 modification to a previously awarded letter contract (N00024-04-C-6207) for production for the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) program.  The modification provides upgrade kits for the A-RCI program.  A-RCI integrates and improves towed array, hull array, sphere array, and other ship sensor processing on SSN 688, SSN 688I, SSN 21, SSN 774, SSGN, and SSBN 726 Class submarines.  These improvements are incorporated via rapid insertion of COTS based hardware and software.  Efforts to be performed include interfaces to the legacy systems; signal processing enhancements; display enhancements; and incorporation of Government Furnished Information (GFI) algorithms.  Work will be performed in Manassas, Va. (60 percent); Chantilly, Va. (12 percent); Midland, Va. (5 percent); St. Louis, Mo. (4 percent); Provo, Utah (3 percent); Tazwell, Va. (3 percent); Alameda, Calif. (3 percent); Dana Point, Calif. (2 percent); San Diego, Calif. (2 percent); Hokesville, N.Y. (2 percent); Sodus, N.Y. (1 percent); Charlotte, N.C. (1 percent); Salisbury, Md. (1 percent); and Tampa, Fla. (1 percent), and is expected to be completed by March 2007.  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.

 

            Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $10,118,984 modification to previously awarded contract (N00024-03-C-6207) for the upgrade of the Virginia Class Combat Control System for Shipset #5 (SSN 778) and Long Lead Time Materials for Shipset #6 (SSN 779).  Work will be performed in Portsmouth, R.I., and is expected to be completed by September 2006.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, Wash. D.C., is the contracting activity.

 

            BAE Systems Information & Electronic Systems Integration Inc. (IESI), Communications, Navigation, Identification & Reconnaissance, Greenlawn, N.Y., is being awarded a not to exceed  $9,989,900 ceiling price order against a Basic Ordering Agreement (N00383-03-G-038B) for newly manufactured F/A 18 combined interrogator transponder (CIT) components for the Foreign Military Sales Finland Upgrade Program.  Work will be performed at Greenlawn, N.Y.  Work is to be completed by September 2006.  Funds will not expire by the end of the fiscal year.  This contract was not competitively procured.   The Naval Inventory Control Point the contracting activity (Order 5035).

 

            Eagle Systems Inc.*, California, Md., is being awarded a $9,934,984 ceiling-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-00-D-0264) to exercise an option for technical and engineering support services for the Naval Air Systems Command Aircraft Division, Electromagnetic Environment Effects (E3) Division, Atlantic Range and Facilities Department.  The estimated level of effort for this option is 154,700 man-hours.  Work will be performed at the Naval Air Systems Command Aircraft Division, Patuxent River, Md. (86%) and California, Md. (14%), and is expected to be completed in September 2005.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity.

 

            American Bridge Co., Long Beach, Calif., is being awarded $9,892,000 for firm-fixed price Task Order 0002 under an indefinite-delivery/indefinite-quantity multiple award construction contract for pier improvements at Naval Station Bremerton.  The work provides for complete upgrading of 35-ton capacity bollards to 100 tons; construction of new storm bollards; construct a new 5,000 psig high-pressure compressed air (HPA) system; replace the existing 2,190 linear feet of creosote fendering and wale system; and demolish two buildings.  Work will be performed in Bremerton, Wash., and is expected to be completed by March 2006.   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 with 12 offers received and award made on Sept. 25, 2003.  The total contract amount for each contractor is not to exceed $50,000,000 (base period and four option years) bringing the cumulative total for all four contracts to $200,000,000.  The multiple contractors (four 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 Engineering Field Activity Northwest, Naval Facilities Engineering Command, Poulsbo, Wash., is the contracting activity (N68711-03-D-7055).

 

            Campbell-Ewald, Warren, Mich., is being awarded an $8,215,000 delivery order modification under previously awarded firm fixed price contract (N00140-00-D-6048) for services in support of the Navy Recruiting Command's Navy Recruitment Advertising Program.  Work will be performed at Warren, Mich., and is expected to be completed by November 2004.  Contract funds will not expire by the end of the fiscal year.  This contract was procured through full and open competition, with two offers received.  The Fleet & Industrial Supply Center Norfolk Detachment, Philadelphia, Pa., the contracting activity (Order 0026).

 

            The Boeing Co., St. Louis, Mo., is being awarded a $7,000,000 ceiling-priced modification to a previously awarded cost-plus-award-fee contract (N00019-04-C-0005) to provide additional fault isolation in the ALQ-218 (V)2 Tactical Jamming Receiver components in support of the EA-18G System Development and Demonstration.  Work will be performed in Baltimore, Md. (73 percent); St. Louis, Mo. (14 percent) and Bethpage, N.Y. (13 percent); and is expected to be completed in September 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.

 

            Macro-Z Technology*, Santa Ana, Calif., is being awarded a $6,402,588 firm-fixed-price contract for the construction of a Waterfront Security Force Facility and incidental work at Strategic Weapons Facility, Pacific, Naval Submarine Base, Bangor.  The work to be performed provides for all labor, materials, and equipment to construct a 12,100 square foot, single story, building including berthing, mess and galley, storage space, and garages.  Incidental work includes site grading for utilities.  Work will be performed in Silverdale, Wash., and is expected to be completed by November 2005.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured through the Small Business Administration’s (SBA) 8(a) Program via the NAVFAC e-solicitation website with five proposals received.  The Engineering Field Activity Northwest, Naval Facilities Engineering Command, Poulsbo, Wash., is the contracting activity (N44255-03-C-1026).

 

            San Juan Construction Inc./John Laing International Limited (a joint venture), Montrose, Colo., is being awarded a $6,099,172 modification to previously awarded contract (N62742-01-C-1306) to repair the runway at U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory (BIOT).  The work to be performed provides for:  (1) saw transverse grooves along the full length of the Diego Garcia runway; (2) surface grind (i.e., texture) the first 3,000 feet of both ends of the runway; (3) repair pavement cracks; (4) repair longitudinal joints and replace joint seals; (5) replace pavement markings removed by construction activities and provide all other necessary runway repairs.  Work will be performed at Diego Garcia, and is expected to be completed by February 2005.  Contract funds will expire at the end of the current fiscal year.   The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

 

            Anteon Corp., Fairfax, Va., is being awarded a $5,759,568 option under previously awarded contract (N00178-02-C-2001) for continuing technical and administrative support for Surface Combat System Configuration Management for surface combatant ships.  This contract option will procure continued technical and administrative support for surface ship combat system configuration management support for surface combatants such as Aegis cruisers and destroyers, amphibious ships, aircraft carriers and the next-generation destroyer (DD(X)).  The programs being supported involve combat systems for U.S. Navy ships (both under construction and operational) and land-based sites, ships being built in foreign shipyards in which the United States provides elements of the combat systems, and ships being built in the United States for Foreign Military Sales (FMS).  The option combines support for the U.S. Navy (99.7 percent and the country of Japan (.3 percent) under the FMS Program.  The work will be performed in Dahlgren, Va. (71 percent); Bath, Maine (13 percent); Pascagoula, Miss. (13 percent); and Moorestown, N.J. (3 percent), and is expected to be completed by September 2005.  Contract funds in the amount of $43,000 expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity.

 

            3PSC, LLC, Cape Canaveral, Fla., is being awarded a $5,194,320 firm-fixed price contract with reimbursables for the operation and maintenance of two large, medium-speed, roll-on/roll-off ships (LMSRs).  The LMSRs - USNS Gordon and USNS Gilliland – will move cargo primarily in support of deployed U.S. military forces worldwide.  This contract contains four one-year options, which if exercised, would bring the total cumulative value of this contract to $27,246,893.  The ships will be primarily maintained at U.S. East Coast and Gulf ports in reduced operating status, but must be deployable worldwide.  Work performance under this contract is expected to be completed by September 2009.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured with more than 50 proposals solicited and seven offers received.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting authority (N00033-05-C-5305).

 

ARMY

 

            Watterson Construction Co., Anchorage, Alaska, was awarded on Sept. 22, 2004, a $54,253,000 firm-fixed-price contract for design and construction of replacement housing.  Work will be performed at Fort Wainwright, Alaska, and is expected to be completed by Oct. 22, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were three bids solicited on April 21, 2004, and two bids were received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-04-C-0019).

 

            GM GDLS Defense Group L.L.C., Shelby Township, Mich., was awarded on Sept. 23, 2004, a $21,217,720 modification to a cost-plus-fixed-fee contract for slat deployment armor support.  Work will be performed in Lima, Ohio (85 percent), Shelby Township, Mich. (5 percent), Fort Wainwright, Alaska (3 percent), Fort Lewis, Wash. (2 percent), and Fort Irwin, Calif. (5 percent), and is expected to be completed by Sept. 30, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 2, 2002.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 

            Wexford Group*, Vienna, Va., was awarded on Sept. 24, 2004, a $16,934,409 modification to a firm-fixed-price contract for improvised explosive device task force augmentation.  Work will be performed in Iraq and Afghanistan, 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 Nov. 13, 2003.  The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-04-C-0012).

 

            Thales Raytheon Systems Co., Fullerton, Calif., was awarded on Sept. 23, 2004, a $13,060,210 modification to a firm-fixed-price contract for production and integration of enhanced target range and classification kits into Sentinel Radar Systems.  Work will be performed in Fullerton, Calif. (40 percent), Huntsville, Ala. (15 percent), Lowell, Mass. (20 percent), and El Paso, Texas (25 percent), and is expected to be completed by Oct. 31, 2008.   Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Feb. 4, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0140).

 

            Federal Contracting Inc.*, Colorado Springs, Colo., was awarded on Sept. 23, 2004, a $9,717,001 firm-fixed-price contract for design and construction of a mission support facility.  Work will be performed at Peterson Air Force Base, Colo., and is expected to be completed by May 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 176 bids solicited on July 13, 2004, and eight bids were received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (DACA45-03-C-0029).

 

            McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 16, 2004, an $8,744,528 firm-fixed-price contract for composite rotor blades for the Apache Helicopter Program.  Work will be performed in Mesa, Ariz., and is expected to be completed by Sept. 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 19, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-01-G-0024).

 

            Universal Propulsion Company Inc., Phoenix, Ariz., was awarded on Sept. 23, 2004, a $5,327,304 modification to a firm-fixed-price contract for 68,000 M84 Non-Lethal Stun Hand Grenades and an addition of 140 for the First Article Test.  Work will be performed in Phoenix, Ariz., and is expected to be completed by April 23, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on June 23, 2004.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (DAAE30-00-C-1087).

 

            University of Mississippi, University, Miss., was awarded on Sept. 23, 2004, a $5,147,937 cost-reimbursement contract for vehicle optimization through minimization of fluid/structure interactions and combustive systems associated with high-speed flight.  Work will be performed in University, Miss., and is expected to be completed by May 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on March 24, 2000, and one bid was received.  The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-04-C-0133).

 

            General Dynamics, Minneapolis, Minn., was awarded on Sept. 24, 2004, a $1,342,721 increment as part of an $11,915,794 cost-plus-fixed-fee contract for defense against cyber attacks on mobile, ad hoc network systems.  Work will be performed in Minneapolis, Minn., and is expected to be completed by Nov. 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on March 2, 2004, and one bid was received.  The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-04-C-P204).

 

            Alphatech Inc.*, Burlington, Mass., was awarded on Sept. 24, 2004, a $1,043,712 increment as part of an $11,466,609 cost-plus-fixed-fee contract for defense against cyber attacks on mobile, ad hoc network systems.  Work will be performed in Arlington, Va., and is expected to be completed by Nov. 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on March 2, 2004, and one bid was received.  The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-04-C-P203).

 

            LOC Performance Products Inc.*, Plymouth, Mich., was awarded on Sept. 23, 2004, a delivery order amount of $431,663 as part of a $10,329,188 firm-fixed-price contract for a heavy duty tow bar with M88A1 application.  Work will be performed in Plymouth, Mich., and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 15 bids solicited on April 13, 2004, and 30 bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-0218).

 

AIR FORCE

 

            OptiMetrics Inc., Ann Arbor, Mich., is being awarded a $49,750,000 indefinite delivery/indefinite quantity contract to provide for Technical, engineering, and scientific research and development efforts in support of the Air Force Research Laboratory’s Optical Radar/EO Sensor (OREOS) laboratories located at Wright-Patterson AFB, Ohio.  This facility consists of laser radar (LADAR), laser source, optical beam steering, and optical research laboratories.  The effort will include assessing system modifications, performing modifications, the analysis and solution of unique or time critical problems, and to participate in test efforts remote to the OREOS facilities.  The location of performance is OptiMetrics Inc., Ann Arbor, Mich.  The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount.  At this time, $100,000 of the funds has been obligated.  This work will be complete by September 2009.  Solicitation began June 2004 and negotiations were completed September 2004.  The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-04-D-1712).

 

            ITT Industries, Colorado Springs, Colo., is being awarded a $38,795,000 cost-plus award-fee contract modification.  This modification exercises the system support, software support, and hardware support options for fiscal year 05.  The contractor will provide Sustainment type support for the radars and the associated software and hardware necessary to keep the sensors functioning.  No funds have been obligated.  This work will be complete by September 2005.  The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F19628-02-C-0010, P00062).

 

            Sverdrup Technology, Tullahoma, Tenn., is being awarded a $18,800,000 cost-plus award-fee contract modification to provide for services for consolidated operations, maintenance and sustaining engineering of all critical launch and spacecraft service systems at Cape Canaveral Air Force Station, Fla.  The services are applicable to the option to extend services for the period 1 October 2004 thru 15 February 2005.  No funds have been obligated.  This work will be complete by February 2005.  The 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity (F08650-98-C-0035, P00145).

 

            Reece Albert, San Angelo, Texas, is being awarded a $11,028,075 firm fixed price contract to repair the Outside Runway at Laughlin Air Force Base, Texas.  Total funds have been obligated.  This work will be complete by January 05.  Solicitation began July 2004 and negotiations were completed September 2004.  The Air Education and Training Command, Laughlin Air Force Base, Texas, is the contracting activity (FA3099-04-C-0004).

 

            General Dynamics, Needham, Mass., is being awarded a $5,480,730.04 firm fixed price contract to provide for Services and Materials Necessary for On-Site Preventive and Remedial Maintenance for the Intelligence Information Command and Control, Equipment and Enhancements (ICE2).  Work will be accomplished at more than 500 sites worldwide.  Total funds have been obligated.  This work will be complete by June 2005.  The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-D-0095-1108).

 

*Small Business



Updated: 27 Sep 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov