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/ct20060706-13387.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. 635-06
July 06, 2006

Contracts for July 6, 2006

CONTRACTS

NAVY

 

            Lockheed Martin Systems, Owego, N.Y., is being awarded a not to exceed $41,940,995 ceiling priced order against a basic ordering agreement for procurement of 12 weapons replaceable assemblies for the MH-60R helicopter.  Work will be performed in Owego, N.Y., and is expected to be completed by January 2008.  Contract funds will not expire by the end of the current fiscal year.  The Naval Inventory Control Point is the contracting activity.

 

            Lockheed Martin, Maritime Systems & Sensors, Moorestown, N.J., is being awarded a $30,372,047 cost-plus-award-fee/cost-plus-fixed-fee contract for combat system engineering, computer program support, system integration and test, ship integration and test, staging, FMS program management, and integrated logistics support to include training and technical manuals, for the upgrade of the AEGIS Weapon System on Spanish F-100 Frigates (F101 through F104) in support of the Foreign Military Sales Case SP-P-LFZ.  This effort is a follow on to NAVSEA Contract N00024-97-C-5171 which procured the AEGIS computer program and support for the Spanish F-100 AEGIS Combat System program.  The new effort described herein is the upgrade to the AEGIS Computer Program to include the addition of Evolved Sea Sparrow Missile (ESSM) and SM-2 BLK IIIB functionalities.  Work will be performed in Moorestown, N.J. (85 percent), and Spain (15 percent), and is expected to be completed by December 2008.  This contract was not competitively procured.  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 (N00024-06-C-5113).

 

            DG21, LCC, Dallas, Texas, is being awarded a $23,569,939 firm-fixed-price, indefinite-quantity with award-fee/award-option contract for base operating support services for the Navy Support Facility Diego Garcia.  This contract contains options, which if exercised, will bring the total cumulative value of the contract to a not to exceed value of $455,292,490.  Work will be performed at various locations within the Navy Support Facility, Diego Garcia, British Indian Ocean Territory, and the work is expected to be completed by July 2007 (July 2016 with options).  Contract funds in the amount of $1,567,279 will expire at the end of the current fiscal year.  No obligations or expenditures shall be made until congressional approval of the FY07 DOD Appropriations Act or passage of a continuing resolution for work being funded from FY07 appropriations.  This contract was competitively procured via the NAVFAC e-solicitation website with three proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-06-D-4501).

 

            Jardon & Howard Technologies, Inc., Orlando, Fla., is being awarded a $17,827,134 modification to a previously awarded firm-fixed-price time and materials contract for continued technical, training, and administrative services in support of the Office of the Deputy Under Secretary of Defense Military Community and Family Policy Military Communities and Family Policy Services contract.  The contract provides the support required to implement programs on a national and international basis to provide innovative options in programs and initiatives for approaching the challenges military members and their families encounter on a daily basis.  Services to be provided include family center support; relocation assistance; transition assistance, mobilization/deployment support, dependent education, exchanges, commissaries, morale, welfare and recreation, fitness, family advocacy, child and youth programs, personal financial management, spouse employment assistance, volunteers, eldercare, casualty and mortuary affairs, and military funeral honors.  Work will be performed in Washington, D.C., and is expected to be completed in December 2006.  Contract funds in the amount of $17,827,134 will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

 

            Computer Sciences Corp., San Diego, Calif., is being awarded a $13,372,222 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for E-2C Hawkeye Aircraft and tactical data links system support.  This three-year contract includes a two-year option, which, if exercised, will bring the cumulative value of the contract to an estimated $23,135,942.  Work will be performed in San Diego, Calif., and is expected to be completed by July 2007 (July 2009 with options).  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via publication on the federal business opportunities website and posting to the SPAWAR e-commerce central website, with one offer received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0079).

 

            Resource Consultants, Inc., of Vienna, Va., is being awarded a $9,386,151 modification to a previously awarded indefinite-delivery/indefinite-quantity contract for selected command and control technology programs. This includes installations, system upgrades, site surveys, software loading, training, and technical fleet support for homeland security/anti-terrorism systems and surveillance systems.  Examples include the navy tactical command and control center – joint, joint perimeter security command and control; advanced concepts site; fleet battle experiments; coalition warrior interoperability demonstration, extending the littoral battle-space, and combined maritime operations center.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2006.  Contract funds will not expire at the end of the current fiscal year.  This modification was issued on a sole source basis in accordance with FAR 6.302-1.  The Space and Naval Warfare Systems Center, San Diego, Calif. is the contracting activity.

 

            Accurate*/Bouie*, Joint Venture, Lincolnwood, Ill., is being awarded a maximum amount $6,000,000 indefinite-delivery/indefinite-quantity contract for asphalt paving and repair work at Naval Station, Great Lakes.  Work will be performed in Great Lakes, Ill., and is expected to be completed by July 2009.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the NAVFAC e-solicitation website and set-aside for eight(a) firms in the Illinois district with three proposals received.  The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill. is the contracting activity (N40083-06-D-4002).

 

            Todd Pacific Shipyards Corp., Seattle Division, Seattle, Wash., is being awarded a $5,180,291 multiple award contract for the performance of drydock repairs and preservation of drydock caisson #4.  Work will be performed in Bremerton, Wash., and is expected to be completed by November 2006.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured with three offers received.  The Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Northwest Regional Maintenance Center, Bremerton, Wash., is the contracting activity (N62799-02-D-0001).

 

AIR FORCE

 

            L3 Communications Titan Group, Intelligence Systems Division, Reston, Va., is being awarded a $26,664,313 cost-plus-award-fee contract modification.  This contract modification incorporates and engineering change proposal which extends the period of performance contract 30 months to Nov. 31, 2011 due to budgetary reductions in the program’s current-out year funding.  At this time, $222,369 has been obligated.  Negotiations were complete in June 2006.  This work will be complete November 2011.  Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-01-C-0033/P00051).

 

            Boeing Co., Wichita, Kan., is being awarded a $7,463,417 firm-fixed-price, cost-reimbursement and time and materials contract modification.  This action provides for multi user system tester-armament next generation (MUSTANG) program.  This effort includes the production and delivery of the MUSTANG Testers, MUSTANG cable testers (CT) and MUSTANG operational cable sets (OCS), as well as technical support required during the MUSTANG program production.  MUSTANG is intended as a replacement for the B-52 weapons preload tester (WPT) and ground weapons maintenance (GWM-9) testers utilized in certifying the B-52H aircraft for conventional and nuclear weapons release and the off-aircraft pylon test (OAPT) used to certify pylons.  The basic contract will procure the following equipment and quantities as described below with an option for additional quantities:  Multi user system tester-armament next generation, 15 each; MUSTANG OCS, 15 each; MUSTANG CT, 5 each.  At this time, $8,150,000 has been obligated.  Negotiations were complete in June 2006.  This work will be complete May 2007.  Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8107-05-C-0007/PZ001).

 

* 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/