DefenseLINK News: DoD Contract
U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web: http://defenselink.mil/contracts/2006/ct20060629-13358.html
Media Contact: (703)697-5131
Public contact:
http://www.dod.mil/faq/comment.html
or +1 (703) 428-0711

FOR RELEASE AT 5pm ET No. 615-06
June 29, 2006

Contracts for June 29, 2006

CONTRACTS

 

NAVY

 

            Rheinmetall Waffe Munition GmbH, Branch Mauser Oberndorf, Oberndorf am Neckar, Germany, will be awarded a maximum $43,381,330 fixed-price, indefinite-delivery/definite-quantity contract, for 12 MLG 27 gun systems, test ammunition, spare parts, logistics data, engineer support services and training.  The MLG 27 is a lightweight, remotely controlled, fully stabilized, autonomous and automatic gun system.  The gun systems will be installed onto fast-interceptor boats that are being acquired under a separate contract.  Engineering services will support program management, boat interface, installation/dockside tests and at-sea tests.  Training courses for the gun system Operator, Maintainer and Base Maintainer will be conducted.  Work will be performed in Germany (93 percent); Kuwait (5 percent); and United States (2 percent), and is expected to be completed by June 2011.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Surface Warfare Center, Port Hueneme Division, Louisville Detachment, Louisville, Ky., is the contracting activity (N63394-06-D-4002).

 

            Lockheed Martin Information & Technology Services, Cherry Hill, N.J., is being awarded a maximum $39,940,119 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract, to provide design agent engineering and technical support services for combat system ship qualification trials, ballistic missile defense, and other test and evaluation events.  Work will be performed in Norfolk, Va. (25 percent); Port Hueneme, Calif. (20 percent); San Diego, Calif. (20 percent); Mayport, Fla. (10 percent); Pearl Harbor, Hawaii (10 percent); Moorestown, N.J. (5 percent); Everett, Wash. (5 percent); and Yokosuka, Japan, (5 percent), and is expected to be completed in June 2007.  Contract funds in the amount of $875,000, will expire by the end of the current fiscal year.  The contract was not competitively procured.  The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, Calif., is the contracting activity (N63394-06-D-1170).

 

            Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $37,800,000 delivery order against a previously awarded basic ordering agreement (N00019-04-G-0007) for non-recurring efforts associated in support of the V-22 Osprey’s price reduction program, including cost reduction initiative (CRI) implementation, affordability team support, and CRI tracking and validation of savings.  Work will be performed in Ridley Park, Penn. (50 percent); Fort Worth, Texas (25 percent); and Amarillo, Texas (25 percent), and is expected to be completed in December 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.

 

            McDonnell Douglas, a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded $31,066,218 for firm-fixed-price delivery order under previously awarded contract for manufacture of left hand inner wing sections used on the F/A 18 aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed by September 2010.  Contract funds will expire at the end of the current fiscal year.  This contract was not awarded competitively.  The Fleet Naval Inventory Control Point is the contracting activity.

 

            Douglas, a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded $28,496,578 for firm-fixed-price delivery order under previously awarded contract for manufacture of right hand inner wing sections used on the F/A 18 aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed by September 2010.  Contract funds will expire at the end of the current fiscal year.  This contract was not awarded competitively.  The Fleet Naval Inventory Control Point is the contracting activity.

 

            General Dynamics Advanced Information Systems, Bloomington, Minn., is being awarded a $27,828,796 firm-fixed-price contract for the full rate production of Type 3 advanced mission computers (AMCs) for retrofit into the F/A-18E/F Lot 26 – 29 aircraft.  This contract provides for the procurement of 54 AMCs in the -265 configuration for the F/A-18F (40 for retrofit and 14 for spares) and 56 AMCs in the -275 configuration for the F/A-18E (50 for retrofit and six for spares).  Work will be performed in Bloomington, Minn., and is expected to be completed in August 2008.  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 (N00019-06-C-0106).

 

            Lockheed Martin Systems, Owego, N.Y., is being awarded a $23,857,773 firm-fixed-price modification to previously awarded contract for the purchase of spares for the common cockpit for the H-60-R helicopter.   Work will be performed in Owego, N.Y. (25 percent); Farmington, N.Y. (25 percent); and Salt Lake City, Utah (50 percent), and is expected to be completed by June 2008.  Contract funds will not expire before the end of the current fiscal year.  The contract was not competitively procured.   The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.

 

            American Electronic Warfare Associates*, California, Md., is being awarded a $22,582,626 modification to a previously awarded cost-plus-fixed-fee/level-of-effort contract to exercise an option for engineering and technical services in support of the Naval Air Warfare Center Aircraft Division, Atlantic Ranges and Facilities Department, Integrated Combat Environments Division.  The estimated level of effort for this option period is 204,000 man-hours.  Work will be performed in Patuxent River, Md. (90 percent), and California, Md. (10 percent), and is expected to be completed in June 2007.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

 

            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $19,018,138 firm-fixed price modification to the previously awarded firm-fixed-price with economic price adjustment F/A-18E/F airframes Multi-Year II (MYP II) contract.  This modification provides for incorporation of Engineering Change Proposal 6251 to convert four Lot 30 F/A-18F aircraft to EA-18G system development and demonstration aircraft.  Work will be performed in St. Louis, Mo. (55 percent); El Segundo, Calif. (42 percent); and Mesa, Ariz. (3 percent), and is expected to be completed in September 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.

 

            Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $11,930,300 for firm-fixed-price task order 0001 under a previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract for Hurricane Wilma repairs at Naval Air Station Key West.  The work to be performed provides for permanent emergent repairs and demolition for general building type projects (repair and renovations) caused by Hurricane Wilma, including but not limited to, administrative, aircraft support facilities, medium industrial buildings, mechanical and electrical improvements, civil construction (grading, drainage, and sewage, potable water), storage and transmission, training, dormitory, and community support facilities.  This task order contains one option which may be exercised within 60 calendar days, bringing the total amount of the task order to $20,045,300.  Work will be performed in Key West, Fla., and is expected to be completed by December 2007.  Contract funds will expire at the end of the current fiscal year.  The basic contract was competitively procured with 28 offers solicited, seven proposals received and an award made on Sept. 22, 2003.  The total contract amount is not to exceed $200,000,000, which includes the base period and four option years.  The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 

            X-COM Systems, LLC.*, Reston, Va., is being awarded a $9,971,000 indefinite-delivery/indefinite-quantity contract for Naval Tactical Data System switching, multiplexing, and conversion systems, associated subassemblies, and related engineering services.  This contract includes X-COM electrical and fiber optic digital switches, multiplexers, and subassemblies.  The switching, multiplexing, and conversion hardware will be installed at combat system shore sites to allow the configuration of tactical and commercial equipment to match multiple baselines in minimal time with minimal operator support.  Work will be performed in Reston, Va., and is expected to be completed by December 2011.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.   The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Va., is the contracting activity (N00178-06-D-2002).

 

            Lockheed Martin Corp./Naval Electronics & Surveillance Division, Eagan, Minn., is being awarded a $5,909,990 firm-fixed-price delivery order, issued under the provisioning item ordering CLIN of the contract for logistics support of the AN/UYQ-70 advance display system.  The logistics support includes the furnishing of repaired and new units for approximately 400 line items in response to fleet requisitions.  Work will be performed Eagan, Minn., and is expected to be completed by September 2006.  Contract funds will not expire before the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity.

 

AIR FORCE

 

            McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $34,500,000 firm-fixed-price-contract modification.  This contract will provide implementation of the landing gear fleet management program phase II for the removal, replacement and refurbishment of C-17 aircraft landing gear every eight years.  At this time, $17,250,000 has been obligated.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004/P00116).

 

            Northrop Grumman Systems Corp., Air Combat Systems, San Diego, Calif., is being awarded a $22,500,000 cost-plus-award-fee contract modification.  This action provides for interoperability implementation for global hawk.  The interoperability is a complete development on the Global Hawk RQ-4B, which provides critical operational interoperability capabilities required for the start of the initial operational test and evaluation in November 2008.  The following interoperability efforts for this action include fielding strategy acceleration sensor data extension functionality, national imagery transmission format compliance issues and software change in the GH Mission Control Element to allow manipulation of the extended tether program data.  At this time, $11,250,000 has been obligated.  Solicitations began December 2005.  This work will be complete by March 2008.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600/P00158).

 

            General Atomics-Aeronautical Systems Inc., San Diego, Calif., is being awarded a $14,881,292 cost-plus-fixed-fee contract.  This option exercise includes the Predator MQ-1 Unmanned Aircraft System Outside Continental United States program.  At this time, total funds have been obligated.  This work will be complete by December 2006.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-05-G-3028, order number 001104).

 

            C.F. Roark Welding and Engineering Co., Brownsburg, Ind., is being awarded a $11,206,557 firm-fixed-price contract.  This action provides for exhaust duct, 261 each.  This effort supports the F101 engine in the B1 bomber aircraft.  At this time, total funds have been obligated.  Solicitations began April 2006 and negotiations were complete June 2006.  This work will be complete by July 2010.  Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8104-06-C-0153).

 

            TAC Industries, Springfield, Ohio, is being awarded a $10,000,136 firm-fixed-price contract.  This is a requirements contract.  This action provides for quantity of 13,164 each for top cargo tie-down nets; 49,975 each side cargo tie-down nets.  At this time, total funds have been obligated.  This work will be complete September 2007.  Headquarters Warner Robins Air Logistic Center, Robins Air Force Base, Ga., is the contracting activity (FA8533-05-D-0001-0004).

 

ARMY

 

            Sundt Construction Inc., Phoenix, Ariz., was awarded on June 26, 2006, a $26,609,444 firm-fixed-price contract for construction of family housing units and support facilities.  Work will be performed at Fort Huachuca, Ariz., and is expected to be completed by Sept. 29, 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 Dec. 19, 2005, and three bids were received.  The Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-06-C-0011).

 

            Raytheon Co., Andover, Mass., was awarded on June 23, 2006, a $17,710,577 modification to a cost-plus-fixed-fee contract for FY06 Patriot Engineering Services.  Work will be performed in Burlington, Mass. (3.4 percent), Huntsville, Ala. (8.79 percent), Andover, Mass. (9.65 percent), Tewksbury, Mass. (76.64 percent), El Paso, Texas (1.47 percent), and Norfolk, Va. (.05 percent), and is expected to be completed by Jan. 9, 2009.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Aug. 26, 2003.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0020).

 

            Clark Construction Group L.L.C., Bethesda, Md., was awarded on June 27, 2006, a $16,064,000 firm-fixed-price contract for upgrade and extension of runway and taxiways for the 167th airlift wing base conversion.  Work will be performed in Martinsburg, W.V., and is expected to be completed by July 12, 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 May 2, 2006, and one bid was received.  The U.S. Property Fiscal Office, Buckhannon, W.V., is the contracting activity (W912L8-06-C-0006).

 

            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on June 27, 2006, a $9,540,112 modification to a firm-fixed-price contract for guided multiple launch rocket system low rate initial production.  Work will be performed in East Camden, Ark. (80 percent), and Grand Prairie, Texas (20 percent), and is expected to be completed by April 30, 2004.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Nov. 2, 2004.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-05-C-0018).

 

            Mid-Eastern Builders Inc., Chesapeake, Va., was awarded on June 23, 2006, an $8,381,000 firm-fixed-price contract for replacement of the existing north gate check point and construction of a new mail handling and visitor processing facility.  Work will be performed in Richmond, Va., and is expected to be completed by Jan. 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were 36 bids solicited on June 7, 2005, and four bids were received.  The Army Engineer District, Norfolk, Va., is the contracting activity (W91236-06-C-0050).

 

            Lord Corp., Erie, Pa., was awarded on June 27, 2006, a delivery order amount of $8,240,400 as part of a $21,163,464 firm-fixed-price contract for rod end bearings for the

UH-60 Black Hawk.  Work will be performed in Dayton, Ohio, and is expected to be completed by Nov. 30, 2011.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Feb. 27, 2006.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0267).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

            BAE Systems, Nashua, N.H., is being awarded a $11,013,458 modification to a previously awarded other transaction for prototypes agreement for development and demonstration of a WolfPack based on a miniaturized WolfNode.  Work will be performed in Nashua, N.H., and will be completed in January 2008.  A portion of the funds, $4,962,690, will expire at the end of this fiscal year.  This is a sole source award.  The Defense Advanced Research Projects Agency is the contracting activity (MDA972-01-9-0019).

 

* Small Business


-- DODCONTRACTS-L distributes DoD contract announcements -- Contracts: http://www.defenselink.mil/contracts/
-- DoD News: http://www.defenselink.mil/news/dodnews.html
-- Subscribe/Unsubscribe/FAQ: http://www.defenselink.mil/news/e-mail.html
-- Today in DoD: http://www.defenselink.mil/today/

-- U.S. Department of Defense Official Website - http://www.defenselink.mil/
-- U.S. Department of Defense News About the War on Terrorism - http://www.defendamerica.mil/