U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web:
http://www.defenselink.mil/Contracts/Contract.aspx?ContractID=3311
Media contact: +1 (703) 697-5131/697-5132
Public contact:
http://www.dod.mil/faq/comment.html
or +1 (703) 428-0711 +1

FOR RELEASE AT
5 p.m. ET
No. 779-06
August 18, 2006


CONTRACTS

DEFENSE LOGISTICS AGENCY

U.S. Food Service/Joseph Webb, Vista, Calif., is being awarded a maximum $34,585,000 fixed price with economic price adjustment contract for prime vendor full line food distribution for Los Angeles, San Diego, MWTC Bridgeport, Calif.; and Yuma, Ariz., prime vendor zones. Using services are Army, Navy, Air Force, Marine Corps, Job Corps, and Coast Guard. Proposals were Web-solicited and 3 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is August 21, 2007. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-06-D-3206).

ARMY

GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Aug. 16, 2006, a $38,403,684 modification to a cost-plus-fixed-fee contract for additional contractor logistics support for the 3rd Stryker Brigade Combat Team. Work will be performed in Ontario, Canada (61.9 percent), Iraq (23.4 percent), Fort Lewis, Wash. (5.7 percent), Fort Wainwright, Alaska (4.7 percent), Sterling Heights, Mich. (2.2 percent), Kuwait (1.6 percent), and Vilseck, Germany (0.5 percent), and is expected to be completed by Dec. 15, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 28, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

AIR FORCE

Northrop Grumman Systems Corp., Norwalk, Conn., is being awarded a $10,800,000 firm-fixed price contract. This requirements type contract is for interim contractor support for the AN/APN 241 low power color radar, applicable to the C-130 aircraft. The contract will entail a basic 12-month period of performance with a one-year option period. The requirement consists of various contract line items for repair and retest with best estimated quantities and also include other line items such as contract acquired material, technical field services and travel. At this time, total funds have been obligated. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8504-06-D-0002)

McCrone Associates Inc., Westmont, Ill., is being awarded a $6,118,264 cost-plus-fixed fee contract modification. This action provides particle analysis services, non-personal services for the processing and analyzing of particle samples, for the purpose of nuclear test ban treaty verification. At this time, total funds have been obligated. This work will complete September 2007. 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity. (FA2521-05-C-8007/P00014)

BOC Group Inc. Murray Hill, N.J., is being awarded a $5,010,554 firm-fixed-price contract modification. This action provides for gas analysis services, non-personal services for the processing, separation and radioassay of atmospheric gas samples for elemental determination of sample components for the purpose of nuclear test ban treaty verification. This action is the exercise of the second contract option period. At this time, total funds have been obligated. This work will be complete by September 2007. 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity. (FA2521-06-C-8004/P00005)

NAVY

Bath Iron Works Corp., (subsidiary of General Dynamics), Bath, Maine, was awarded a $10,232,700 modification under previously awarded contract (N00024-02-C-2303) for structural assemblies for the DDG 51 Class ship building program. DDG 51 Class structural assemblies constitute the forward deckhouse of the ship. This procurement will assist in the recovery from fire sustained during construction aboard DDG 103 (USS Truxtun). Work will be performed in Bath, Maine, and is expected to be completed by October 2006. Contract funds will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity.

Shock Tube Systems, Inc., Sterling, Conn., is being awarded a maximum $9,646,640 firm-fixed price, indefinite-delivery/indefinite-quantity contract for a minimum 10,824/maximum 136,986 MK64 Mod 0 Remote Firing Devices and associated data. The MK64 Mod 0 remote firing device is designed to provide the explosive ordinance disposal (EOD) operator a safe standoff distance from the MK33 tool and target. Work will be performed in Sterling, Conn., and is expected to be completed by August 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation being publicized on the World-Wide Web, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-4247).



-- 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/