Seal of the Department of Defense 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=3411
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. 1331-06
December 29, 2006


CONTRACTS
ARMY
AM General L.L.C., South Bend, Ind., was awarded on Dec. 22, 2006, a $108,626,676 modification to a firm-fixed-price contract for the addition of multipurpose wheeled vehicles. Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the fiscal year. This was a sole source contract initiated on July 17, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the reporting contract office (DAAE07-01-C-S001).
Comtech Mobile Datacom Corp., Germantown, Md., was awarded on Dec. 22, 2006, a $20,127,810 cost-plus-fixed-fee and firm-fixed-price contract for the continued operation of the Force XXI Battle Command Brigade and Below Blue Force Tracking Network Operations Center. Work will be performed in Germantown, Md., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the fiscal year. This was a sole source contract initiated on Nov. 29, 2006. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the reporting contract office (W15P7T-07-C-J408).
Holston Defense Corp., Kingsport, Tenn., was awarded on Dec. 22, 2006, a $9,000,000 modification to a cost contract for post-retirement benefits. Work will be performed in Kingsport, Tenn., and is expected to be completed by Sept. 30, 2026. Contract funds will not expire at the end of the fiscal year. This was a sole source contract initiated on Sept. 15, 1991. The U.S. Army Sustainment Command, Rock Island, Ill., is the reporting contract office (DAAA09-92-Z-0008).
Bean Stuyvesant L.L.C., New Orleans, La., was awarded on Dec. 19, 2006, a $5,250,000 firm-fixed-price contract for a sediment mining project. Work will be performed in Plaquemines Parish, La., and is expected to be completed by Sept. 6, 2007. Contract funds will not expire at the end of the fiscal year. There were an unknown number of bids solicited via the World Wide Web on Nov. 17, 2006, and six bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the reporting contract office (W912P8-07-C-0022).
AIR FORCE
General Atomics, San Diego, Calif., is being awarded a $42,666,206 cost plus fixed fee term contract. This contract includes all program management, urgent repairs and services, logistics support, configuration management, technical manual and software maintenance, engineering technical services, contractor engineering technical specialists (formerly field support representatives), contractor inventory control point (formerly depot supply support) and spares management, depot repair, flight operations support, reliability/maintenance enhancements, CAMS/REMIS/CEMS data collection/entry and numbered Periodic Depot Maintenance (PDM) for the Predator MQ-1 and MQ-9 Unmanned Aircraft System (UAS) program. At this time $38,099,885 has been obligated. This work will be complete December 2007. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8620-05-G-3028 Delivery Order 0015)
Data Link Solutions Limited Liability Company, Cedar Rapids, Iowa, is being awarded a $39,051,114 firm fixed price contract. This action replenishment spare parts applicable to the Fighter Data Link. Fighter Data Link is a communications, navigation, and identification system intended to exchange surveillance and command and control (C2) information among various C2 platforms and weapons platforms to enhance varied missions of each of the services. It provides multiple access, high capacity, jam resistant, digital data, and secure voice communication, navigation and identification information to a variety of platforms. At this time $39,051,114 has been obligated. This work will be complete October 2010. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8539-07-C-0003)
Lockheed Martin Integrated Systems and Solutions, Colorado Springs, Colo., is being awarded a $32,500,699 cost plus award fee contract modification. This action definitizes the undefinitized contract action awarded 29 September 2006 via P00095 for continued critical operations, maintenance, and support for the Combatant Commander's Integrated Command and Control Systems (CCIC2S) program under the Integrated Space Command and Control (ISC2). The ISC2 will modernize the command and control (C2) system of North American Aerospace Defense Command (NORAD) and United States Strategic Command (USSTRATCOM) into and integrated, interoperable, state of the art capability to support the National Command Authority and the Canadian Chief of Defense Staff for the defense of North America. The C2 system provides warning of ballistic missile, aircraft, space and information attacks against North America. The modernization will significantly enhance USSTRATCOM's ability to command space forces, provide global warning of ballistic missile attacks, and improve space support to theater warfighters and coalition partners. Using modern software, ISC2 will integrate worldwide communications networks, computer systems, and software to provide an integrate view of worldwide events that will ensure complete and timely situational awareness that can support political and military command decisions worldwide. To date$3,466,129 has been obligated. Electronic Systems Center (ESC), Detachment 5 (AFMC), Peterson Air Force Base, Colo., is the contracting activity. (F19628-00C-0019/P00099)
United Technologies Corporation, Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $27,203,400 firm fixed price contract modification. This action provides for F119-PW-100 Engine Lot 7, long lead undefinitized contract actions. To date $13,601,000 has been obligated. Work will be complete September 2007. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8611-06-C-2900)
Raytheon Company, McKinney, Tex., is being awarded $11,535,700 cost plus fixed fee contract. This action provides for Contractor Logistics Support for the Predator A and B Multi-spectral Targeting Systems including program management, repairs and services, depot configuration management, technical manual system source data and software maintenance, engineering technical services, contractor field service representatives support, contractor inventory control point and spares management, depot-level repair, design and engineering reliability/maintenance enhancement, Core Automated Maintenance System/Reliability and Maintainability Information System/Maintenance Management Information System data collection/entry, and obsolescence management. Work will be complete in December 2007. To date, $8,651,775 has been obligated. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8620-06-G-4041/0003)
Integral Systems, Inc., Lanham, Md., is being awarded an $8,759,383 cost plus award fee and firm fixed price contract modification. This modification exercises an option for CLIN 1001 for sustainment calendar year 2007 in support of the Command and Control System-Consolidated (CCS-C) program. This support includes program management, hardware and software maintenance and updates, core and satellite vehicle-specific software and database maintenance, and operations support for the Satellite Operations Center (SOC) Block, at Schriever Air Force Base, Colorado. Work will be complete December 2007. To date $3,954,545 has been obligated. Headquarters Space and Missile Systems Center (AFSPC), Los Angeles Air Force Base, Calif., is the contracting activity. (F04701-01-C-0012/P00111).
Boeing Company, Fort Walton Beach, Fla., is being awarded a $5,714,128 cost plus award fee contract. This action provides 1 lot repair of miscellaneous components, 1 lot award fee and 1 lot data for the AC-130U Gunship and Avionics System Support. To date $5,714,122 has been obligated. Work will be complete December 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (F33657-98-D-0002-8032)
Lockheed Martin Corp., Goodyear, Az., is being awarded a $28,227,101 firm fixed price (FAR contract) with cost reimbursement and time and materials CLINs. This is support for the Peace Krypton system consisting of component repairs, core engineering and depot support services, and spares. All funds have been obligated. Work will be complete December 2009. Headquarters Air Force Material Command, 659 AESS/PK, Wright Patterson Air Force Base, Ohio is the contracting activity. (FA8620-07-C-4011)
Lockheed Martin Corporation, Space Systems Company, Sunnyvale, Calif., is being awarded a $7,841,530 cost plus award fee contract modification. This modification is for the use of an existing commercial payload processing facility to test, integrates, and fuel the Advanced Extremely High Frequency (AEHF) satellite in preparation for launch. This modification replaces the use of a government facility with an existing commercial facility that meets program requirements for floor space sufficient to support simultaneous mechanical and electrical launch processing operation. To date, $1,003,797 has been obligated. Work will be complete May 2010. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity. (F04701-02-C-0002/P00214)
Boeing Company, Fort Walton Beach, Fla., is being awarded a $5,688,014 cost plus award fee contract. This action provides for 1 Lot Engineering and Logistics Support, 1 Lot Logistics Support, 1 Lot Technical order Maintenance, 1 Lot Interim Contractor Support, 1 Lot Contractor Logistics Support, 1 Lot Management Support, 1 Lot Capacity Allocation Support, 1 Lot Software Support, 1 Lot Over and Above, 1 Lot Contractor Acquired Property, 1 Lot Travel and Per Diem, 1 Lot Subcontractor CTA Support, 1 Lot Contractor-Inventory Control Point, 1 Lot Transportation Accounting Code and 1 Lot Award Fee and 1 Lot for Engineering, Logistics and Sustainment Support for the AC-130U Gunship. All funds have been obligated. Work will be complete December 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (F33657-98-D-0002-8010)
NAVY
Rogers-Quinn (RQ) Construction, Inc., Bonsall, Calif., is being awarded $19,843,000 for firm-fixed-price Task Order 0008 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-02-D-8062) for design and construction of the Special Operations Force Seal Team Operations Support Facility at Naval Amphibious Base Coronado. Work will be performed in Coronado, Calif., and is expected to be completed by January 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Bowhead Manufacturing Inc, Seattle, Wash., is being awarded a $12,509,720 firm-fixed-price delivery order contract M67854-05-D-5013) for 286 Fuel and Water 600 GPM (gallons per minute) pumps. A maximum of 316 pumps can be ordered off of the contract. Work will be performed in Port Author, Texas, and work is expected to be completed by December 2008. Contract funds will not expire by the end of the current fiscal year. This contract is a sole source 8(a) award to Bowhead Manufacturing Inc as they are the manufacturer of the 600 GPM pumps. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
AMSEC LLC, Virginia Beach, Va., is being awarded a $10,200,000 firm-fixed-price contract for program management, material procurement, and installation of shipboard equipment for the USS Carl Vinson (CVN 70). This effort supports work performed under the previous contract for Phase I: Planning and developing processes, procedures, preliminary Plan of Action & Milestones (POA&M), and timelines for the accomplishment of re-outfitting of Vinson. This effort is supports Phase II: Program Management to include material/equipment procurement produced in Phase I and final installation on board Vinson. Work will be performed in Newport News, Va. and is expected to be completed by May 2009. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured. The Supervisor of Shipbuilding Conversion and Repair, Newport News, Va. is the contracting activity (N62793-07-C-A022).
Raytheon Technical Services Co., Indianapolis, Ind., was awarded on Dec. 28. 2006, a $9,840,000 estimated value cost-plus-fixed-fee delivery order against a previously awarded basic order agreement (N00019-05-G-0008) for services in the area of V-22 mission planning system (VMPS), interactive situational awareness system (VISAS), desktop test environment (DTE), facilities and simulation. This delivery order includes providing mission planning, briefing, and debriefing support to the V-22 crew members and to generate electronic data loads for use by the V-22 onboard mission computer, digital map system (DMS), navigation, electronic warfare suite, and communication system. Work will be performed in Indianapolis, Ind., and is expected to be completed in December 2007. Contract funds in the amount of $104,500 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Coakley & Williams Construction Inc., Gaithersburg, Md., is being awarded $9,206,000 for firm-fixed-price modification to Task Order 0003 under a previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0034) for construction of the Swain Annex Addition and the surface parking lot at Hochmuth Hall, Marine Corps Base Quantico. The current total amount of this task order is $12,543,000. Work will be performed in Quantico, Va., and is expected to be completed by August 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity.
Sippican/Granite State Manufacturing Submarine Antenna Joint Venture, Marion, Mass., is being awarded a $7,990,007 modification under previously awarded contract (N00024-05-C-6102) to exercise an option for production of the MK 30 Mod 2 Anti-Submarine Warfare (ASW) Target System (ATS) along with associated proofing support material and replenishment spares. The MK 30 Mod 2 ATS provides training services for submarine, surface ship and aircraft crews to employ their sensors and weapon systems in realistic and operationally representative situations. It will replace the existing MK 30 Mod 1 system, and will feature significant improvements in reliability, maintainability, availability and affordability. This procurement satisfies the FY 07 undersea weapons requirement for production of three Target Undersea Vehicles and associated support services. Work will be performed in Marion, Mass. (57.7 percent); and Manchester, N.H. (42.3 percent), and is expected to be completed by July 2007. 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.

-- 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/