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/ct20060728-13538.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. 722-06
July 28, 2006

Contracts for July 28, 2006

CONTRACTS

ARMY

 BAE Systems Land & Armaments, York, Pa., was awarded on July 26, 2006, a delivery order amount of $192,628,556 as part of a $192,628,556 firm-fixed-price contract for FY06 remanufacture of Bradley vehicles.  Work will be performed in York, Pa. (83 percent), Aiken, S.C. (5 percent), San Jose, Calif. (8 percent), and Fayette, Pa. (4 percent), and is expected to be completed by Dec. 31, 2008.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 17, 2006.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

 BAE Systems Land & Armaments, York, Pa., was awarded on July 26, 2006, a delivery order amount of $30,879,800 as part of a $30,879,800 firm-fixed-price contract for FY06 remanufacture of Bradley vehicles.  Work will be performed in York, Pa. (83 percent), Aiken, S.C. (5 percent), San Jose, Calif. (8 percent), and Fayette, Pa. (4 percent), and is expected to be completed by Dec. 31, 2008.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 17, 2006.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

 Chickasaw Nation Industries Inc.*, Ada, Okla., was awarded on July 25, 2006, a $20,868,745 modification to a firm-fixed-price contract for relocatable facilities for combat aviation brigades.  Work will be performed at Fort Riley, Kan., and is expected to be completed by July 1, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 31, 2006.  The Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0039).

 Bean Stuyvesant, New Orleans, La., was awarded on July 25, 2006, a $12,815,300 firm-fixed-price contract for Columbia River channel improvement and maintenance dredging.  Work will be performed in Astoria, Ore., and is expected to be completed by July 13, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were two bids solicited on May 18, 2006, and three bids were received.  The Army Corps of Engineers, Portland, Ore., is the contracting activity (W9127N-06-C-0034).

 JMR Construction Corp.*, Folsom, Calif., was awarded on July 25, 2006, a $6,691,000 firm-fixed-price contract for construction of a modern freestanding dental clinic facility.  Work will be performed in Monterey, Calif., and is expected to be completed by Nov. 1, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were three bids solicited on May 19, 2006, and two bids were received.  The Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0021).

 H. Koch and Sons Co., Anaheim, Calif., was awarded on July 26, 2006, a $5,094,999 modification to a firm-fixed-price contract for two and four belt restraint kits for the improved high mobility multipurpose wheeled vehicles.  Work will be performed in Anaheim, Calif., and is expected to be completed by Nov. 4, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Oct. 24, 2005.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0052).

 Kellogg Brown & Root Services Inc., Arlington, Va., was awarded on July 26, 2006, a delivery order amount of $5,000,000 as part of a $54,069,740 firm-fixed-price and cost-plus-award-fee contract to provide all resources and management necessary to plan for, establish, maintain, and dismantle base camp and remote site operations in support of contingency operations.  Performance location will be determined with each delivery order, and is expected to be completed by June 30, 2011.  Contract funds will not expire at the end of the current fiscal year.  There were 66 bids solicited on Sept. 29, 2003, and three bids were received.  The Army Transatlantic Programs Center, Winchester, Va., is the contracting activity (W912ER-05-D-0003).

NAVY

 Northrop Grumman Corp., San Diego, Calif., is being awarded a $135,821,763 modification to a previously awarded cost-plus-incentive-award-fee contract for continued development and test of the RQ-8B Fire Scout vertical takeoff unmanned vehicle.  Work will be performed in San Diego, Calif. (81 percent); Moss Point, Miss. (7 percent); Horsehead, N.Y. (6 percent); Wilsonville, Ore. (4 percent); and Wayne, N.J. (2 percent) and is expected to be completed in August 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.

 Science Applications International Corp., McLean, Va., is being awarded an $8,639,983 cost-plus-fixed-fee contract for data collection and technical analysis services in support of the U.S. Joint Forces command joint fires integration and interoperability team.  This contract includes one base year and four one-year options, which if exercised, bring the total estimated value of the contract to $59,894,319.  Work will be performed in Eglin Air Force Base, Fla. (90 percent), and other continental United States locations (10 percent) and work is expected to be completed by August 2007.  Contract funds will not expire at the end of the fiscal year.  This contract was competitively procured through Navy Commerce Online, with three offers received.  The Fleet and Industrial Supply Center Norfolk Contracting Department, Philadelphia Division, is the contracting activity (N00140-06-D-0057).

 General Electric Aircraft Engines, Lynn, Mass., is being awarded an $8,569,193 repairables order (GB28) under a previously awarded contract for repair or replacement of F414 engine components utilized on the F/A-18 aircraft.  Work will be performed in Lynn, Mass., and is expected to be completed by October 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 is the contracting activity.

AIR FORCE

 Lockheed Martin Co., Orlando, Fla., is being awarded an $87,429,990 firm-fixed-price contract. This action provides for joint air-to-surface standoff missile, initial operational capability and full operational capability assets.  This effort supports foreign military sales to the Commonwealth of Australia (100 percent). At this time, $87,429,990 has been obligated.  Solicitations began March 2006 and negotiations were complete July 2006.  This work will be complete December 2011.  Headquarters 328th Armament Systems Group, Eglin Air Force Base, Fla., is the contracting activity (FA8682-06-D-0072-0002 (long lead assets and FA8682-06-D-0072-0004 (balance of assets).

 Boeing Co., Long Beach, Calif., is being awarded an $80,700,000 cost-plus-incentive-fee/fixed-price award fee/time and materials contract modification. This contract modification is a foreign military sales requirement for Royal Australian Air Force (RAAF) C-17 Globemaster III sustainment partnership program.  The RAAF is buying four C-17 aircraft (via a separate contracting action).  This action incorporates the RAAF aircraft into the C-17 “virtual fleet” which includes aircraft maintenance, upgrade, and sustainment.  At this time, $39,750 has been obligated.  Headquarters Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004/P00110).

 Boeing Co., McDonnell Douglas Aerospace Division, St. Louis, Mo., is being awarded a $10,523,457 cost-plus-fixed-fee contract.  This action provides for the small diameter bomb (SDB), increment I program plans to award a $10,523,457 effort for providing a universal armament interface (UAI) compliant carriage system (Bomb Rack Unit-61A).  This effort will provide warfighter with UAI compliant miniature munitions carriage by Dec. 31, 2009, while retaining legacy interfaces.  This enables both SDB I and II weapon systems to fully integrate on aircraft platforms that are UAI compliant while maintaining current load-out with SDB I on F-15E. At this time, $4,600,000 has been obligated.  This work will be complete December 2009. Solicitation began May 2006 and was completed in July 2006.  Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C-0210).

* 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/