New Military Contracts Awarded


NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $1,503,050,893 modification to its FY04-FY08 Virginia class multi-year contract, which provides funding for FY05 multi-year ship (SSN 780), Advance Procurement (AP) funding for FY06 multi-year ship (SSN 781), and Economic Order Quantity funding for FY06-08 multi-year ships (SSN 781-783). Electric Boat will continue to subcontract with Northrop Grumman’s Newport News Shipbuilding. Work will be performed in Groton, Conn. (30 percent), Quonset Point, R.I. (15 percent), Newport News, Va. (15 percent), with other efforts performed at various sites throughout the United States (40 percent), and work is expected to be completed by April 2014. 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. (N00024-03-C-2101)

Data Link Solutions, Cedar Rapids, Iowa, is being awarded a not-to exceed amount of $82,141,155 for a cost-plus-incentive-fee/firm fixed price Engineering Change Proposal modification, and a cost-plus-incentive-fee/firm fixed price delivery order for the product improvement of the Multifunctional Information Distribution System Low Volume Terminal (MIDS-LVT) to a JTRS software communications compliant architecture under Contract N00039-00-D-2101 for U.S. Navy and Air Force Platforms. The MIDS-JTRS will replace the MIDS-LVT to provide secure, high capacity, jam resistant, digital data and voice communications capability. Work will be performed at Cedar Rapids, Iowa (50 percent) and at Wayne, N.J. (50 percent), and is expected to be completed by September 2007. Contract funds in the amount of $10,064,308 will expire at the end of the current fiscal year. The Space and Naval Warfare Systems Command, San Diego, Calif. is the contracting activity (N00039-00-D-2100).

ViaSat*, Carlsbad, Calif., is being awarded a not-to-exceed amount of $60,729,345 for a cost-plus-incentive-fee/firm-fixed-price Engineering Change Proposal modification, and a cost-plus-incentive-fee/firm-fixed-price delivery order for the product improvement of the Multifunctional Information Distribution System Low Volume Terminal (MIDS-LVT) to a JTRS software communications compliant architecture under Contract N00039-00-D-2101 for U.S. Navy and Air Force Platforms. The MIDS-JTRS will replace the MIDS-LVT to provide secure, high capacity, jam resistant, digital data and voice communications capability. Work will be performed in Carlsbad, Calif., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-00-D-2101).

Rolls-Royce Engine Services – Oakland Inc., Oakland, Calif., is being awarded a $38,612,734 firm-fixed-price contract for the overhauling and engineering support for 16 T56-A-14 engine propulsion systems and the conversion of 20 T56-A-10W engine propulsion systems to T56-A-14 for the Republic of Korean Navy under the Foreign Military Sales Program. Work will be performed in Seoul, Korea (64%) and Oakland, Calif. (36%), and is expected to be completed in December 2007. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-05-D-0014).

C. E. Wylie Construction Co., San Diego, Calif., is being awarded firm-fixed price Task Order 0001 at $27,000,000 (base item) under an indefinite delivery indefinite quantity multiple award construction contract for the design and construction of four hangars at the Naval Air Facility, El Centro. This task order contains one option at $18,000,000, which may be exercised within 365 calendar days, bringing the total cumulative value to $45,000,000. Work will be performed in El Centro, Calif., and is expected to be completed by June 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 sixteen (16) proposals received and award made on 30 September 2003. The total contract amount for each contractor is not to exceed $100,000,000 (base period and four option years) bringing the cumulative total for all five contracts to $500,000,000. The multiple contractors (five in number) may compete for task orders under the terms and conditions of the existing contract. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (contract number N68711-03-D-7058).

CDM Constructors Inc., Carlsbad, Calif., is being awarded Modification 05 at $20,648,434 under a combination firm-fixed price indefinite delivery, indefinite quantity design-build-operate-maintain contract for Wastewater Systems at Marine Corps Base, Camp Pendleton. Award of this modification brings the total contract amount to $40,497,434. Work will be performed in Oceanside, Calif., and is expected to be completed by September 2006. Work will be performed in Oceanside, Calif., and is expected to be completed by July 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 eight proposals received and award made on July 8, 2004. The total contract amount for the indefinite quantity portion of this contract is not to exceed $155,777,000 (base period and four option years) bringing the cumulative total for the total contract to $260,000,000. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (contract number N68711-04-D-5110).

Dick Pacific Construction Co., Ltd. Barrigada, Guam, is being awarded a $17,973,000 firm-fixed price contract for the FenaWater Treatment Plant Upgrade at Commander, Naval Marianas, Marianas Islands, Guam. Work will be performed at the U.S. Navy Public Works Center Guam, and is expected to be completed by January 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with two offers solicited and two proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (contract number N62742-04-C-1311).

Harper Construction Co. Inc., San Diego, Calif., is being awarded a firm-fixed price Task Order 0010 at $17,500,000 under an indefinite delivery indefinite quantity multiple award construction contract for construction of a Bachelor Enlisted Quarters, Area 13, at Marine Corps Base, Camp Pendleton. Work will be performed in Oceanside, Calif., and is expected to be completed by September 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 with11 proposals received and award made on March 29, 2002. The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years) bringing the cumulative total for all four contracts to $600,000,000. 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 Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (contract numbers N68711-02-D-8014).

Harper Construction Co. Inc., San Diego, Calif., is being awarded firm-fixed price Task Order 0008 at $16,260,000 under an indefinite delivery indefinite quantity multiple award construction contract for design and construction of a Bachelor Enlisted Quarters at Marine Corps Air Station, Yuma. Work will be performed in Yuma, Ariz., 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 eleven (11) proposals received and award made on March 29, 2002. The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years) bringing the cumulative total for all four contracts to $600,000,000. 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 Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (contract numbers N68711-02-D-8014).

Sauer Inc., Jacksonville, Fla., is being awarded firm-fixed price Task Order 0004 at $9,167,300 under an indefinite delivery, indefinite quantity multiple award construction contract for design and construction of a Ordnance Vehicle Maintenance Shop at Naval Weapons Station, Yorktown. Work will be performed in Yorktown, Va., and is expected to be completed by May 2006. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively negotiated with 36 offers solicited, 17 proposals received and award made on September 28, 2001. The total contract amount is not to exceed $60,000,000, which includes the base period and three option years. The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (contract number N62470-01-D-1079).

CDM Constructors Inc., Carlsbad, Calif., is being awarded Task Order 0001 at $7,208,534 under a combination firm-fixed price indefinite delivery, indefinite quantity design-build-operate-maintain contract for a Pump Station and Force Mains Replacement at Marine Corps Base, Camp Pendleton. Work will be performed in Oceanside, Calif., and is expected to be completed by July 2006. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with eight proposals received and award made on July 8, 2004. The total contract amount for the indefinite quantity portion of this contract is not to exceed $155,777,000 (base period and four option years) bringing the cumulative total for the total contract to $260,000,000. The single contractor may propose on task orders under the terms and conditions of the existing contract. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (contract number N68711-04-D-5110).

Harper Construction Co. Inc., San Diego, Calif., is being awarded firm-fixed price Task Order 0007 at $5,169,511 under an indefinite delivery indefinite quantity multiple award construction contract for construction of an Ordnance Station Area, Phase II, at Marine Corps Air Station, Yuma. Work will be performed in Yuma, Ariz., and is expected to be completed by January 2006. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively negotiated with 75 offers solicited, 10 proposals received and award made on January 30, 2001. The total contract amount is not to exceed $150,000,000, which includes the base period and four option years. The multiple contractors (five 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 Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (contract number N68711-01-D-6223).

AIR FORCE

Booz Allen and Hamilton, McClean, Va., Portage Environmental, Idaho Falls, Idaho, Systems Research and Applications Corp., Fairfax, Va., and TEAM Integrated Engineering Inc., Evergreen, Colo., are being awarded a $850,000,000 indefinite delivery/indefinite quantity contract to provide a full range of Advisory and Assistance Services (A&AS) in support of the Air Force Center for Environmental Excellence’s mission. These services shall include A&AS categories such as management and professional; studies, analysis, and evaluation and engineering and technical. The program name for this effort is Global Engineering, Integration and Technical Assistance. The period of performance is sixty months for the purpose of ordering and additional 12 months for task order completion. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than this amount. Work will be performed at Air Force and other installations worldwide. At this time, $75,000 of the funds has been obligated. This work will be complete by November 2010. Solicitation began June 2004 and negotiations were completed November 2004. The Headquarters Air Force Center for Environmental Excellence Brooks City-Base, Texas, is the contracting activity (FA8903-05-D-8729 through 8733).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $608,300,000 contract modification. This modification increases the funding/termination liability values for the month of January 2005 through May 2005 for Lot 5 Production Long Lead Activities and Training System Support as a Capability. This effort supports F/A-22 Aircraft. The location of performance is Lockheed Martin Corp., Marietta, Ga. At this time, $173,100,000 of the funds has been obligated. This work will be complete by December 2007. Solicitation began July 2004 and negotiations were completed May 2005. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-04-C-2851).

The Boeing Co., Hunting Beach, Calif., is being awarded a $143,903,755 contract modification for the Navstar Global Positioning System Block IIF contract to provide the next generation for advanced GPS satellites with enhanced navigation support for both military and civilian users. This modification consists of exercising the option to begin production of Satellites (Space Vehicles) 07 through 09 and initial funding in calendar year 2005. Total funds have been obligated. This work will be complete June 2008. The Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-96-C-0025, P00332).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $47,000,000 firm-fixed-price, cost-plus fixed fee and cost reimbursement contract to enable continued engineering and technical services to support the Air Force Electronic Warfare Evaluation Simulator (AFEWES) development, test, operations, maintenance, technical support activities, development of new simulator capabilities, and upgrades to include integration of new threat simulators into the AFEWES to enable required evaluation testing. The AFEWES is a hardware-in-the-loop test facility that provides secure, technical evaluation of Electronic Warfare (EW) systems and techniques against Radio Frequency (RF) radar and infrared (IR) guided terminal threat systems, surface-to-air missiles (SAM), and IR air-to-air missiles. This facility incorporates both hardware and software to simulation threat systems and interacts with Department of Defense, Department of Homeland Security, Foreign Military Sales, Allied EW Systems, and other Defense contractor’s EW systems and techniques. This environment includes the evaluation of active and passive electronic sensors and countermeasures. The AFEWES unique capability supports the U.S. warfighter and it’s allies through a technologically superior test and evaluation facility. At this time, no funds have been obligated. This work will be complete December 2009. The Air Force Flight test Center, Edwards Air Force Base, Calif., is the contracting activity (FA9302-05-D-0032).

The Boeing Co., Hunting Beach, Calif., is being awarded a $28,458,133 contract modification to exercise an option for long-lead hardware for the production of three Global Positioning System Block IIF Satellites (Space Vehicles #10-Space Vehicle #12). Total funds have been obligated. This work will be complete April 2006. The Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-96-C-0025, P00340).

PATS Aircraft LLC, Georgetown, Del., is being awarded a $7,850,000 firm fixed price contract to provide for Upgrades to the interior and exterior of the Boeing 737-700, Columbian Presidential Aircraft. Total funds have been obligated. This work will be complete July 2005. Solicitations began and negotiations were complete December 2004. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-05-C-6451).

ARMY

Datapath Inc., Norcross, Ga., was awarded on Dec. 27, 2004, a $24,876,593 firm-fixed-price contract for the Joint Network Node SATCOM Trailers and Unit Hub SATCOM Trucks. Work will be performed in Norcross, Ga., and is expected to be completed by Feb. 28, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec.10, 2004. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-05-C-G202).

Lockheed Martin Corp., Orlando, Fla., was awarded on Dec. 27, 2004, a $7,559,311 firm-fixed-price contract for CY05 Target Acquisition Designation Sight/Pilot Night Vision Sensor, Longbow Refurbishment and Production to Support the AH-64 Helicopter. Work will be performed in Orlando, Fla., and is expected to be completed by Dec. 31, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 7, 2004. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0070).

PCL Construction Service Inc., Denver, Colo., was awarded on Dec. 27, 2004, a $5,331,300 firm-fixed-price contract for construction of a Chapel Center. Work will be performed at Buckley Air Force Base, Colo., and is expected to be completed by Nov. 8, 2005. Contract funds will not expire at the end of the current fiscal year. There were 212 bids solicited on Sept. 28, 2004, and eight bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-05-C-0001).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded on Dec. 27, 2004, a $5,269,439 firm-fixed-price contract for 46 Vapor Compression Units for the M1A2 Tanks. Work will be performed in Imperial, Calif., and is expected to be completed by April 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 28, 2004. The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (DAAE20-02-G-0009).

Point Blank Body Armor Inc., Pompano Beach, Fla., was awarded on Dec. 23, 2004, a delivery order amount of $2,831,725 as part of an $189,956,160 firm-fixed-price contract for 360,000 Outer Tactical Vests. Work will be performed in Pompano Beach, Fla., and is expected to be completed by Dec. 21, 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 July 15, 2004, and 12 bids were received. The U.S. Army Robert Morris Acquisition Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0003).

Featured Sponsor

The Reluctant Navigator at Tall Timbers Marina
The restaurant offers a unique atmosphere and a fine dining experience.

Reader Comments

Featured Sponsor

Griffin Flooring America
Visit our showrooms soon - or call for SHOP AT HOME Service!

Need Legal Representation?

Five So. Maryland locations to serve you. Personal Injury, Criminal Defense, DUI Defense.

Follow SoMd HL News