U.S. Department of Defense Header Image (click to return to U.S. Department of Defense homepage)
Search DefenseLink.mil
Oct. 22, 2004  War on Terror   Transformation   News Products   Press Resources   Images   Websites   Contact Us 
U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contracts
On the Web:

Media contact: +1 (703) 697-5131
Public contact:
http://www.dod.mil/faq/comment.html
or +1 (703) 428-0711

FOR RELEASE AT No. 1028-04
5 p.m. ET October 15, 2004

CONTRACTS

 

AIR FORCE

 

            SI International, Colorado Springs, Colo., Booze Allen Hamilton, McLean, Va., bd Systems, Torrance, Calif., and Scitor Corp., Colorado Springs, Colo., are being awarded a $610,000,000 indefinite delivery/indefinite quantity contract to provide Advisory and Assistance Services and Engineering and Technical Assistance for HQ AFSPC, Peterson Air Force Base, Colo.  The Air Force can award delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above.  The successful offerors will perform services primarily in their own facilities.  However, they may perform services at Peterson Air Force Base or other government facilities as determined in the task order.  At this time, no funds have been obligated.  This work will be complete by October 2009.  Solicitation began May 2004 and negotiations were completed September 2004.  The 21st Space Wing, Peterson Air Force Base, Colo., is the contracting activity (FA2517-04-D-9000 - 9003).

 

            Northrop Grumman Corp., San Diego, Calif., is being awarded a $207,700,000 firm fixed price contract modification to provide for Low Rate Initial Production Lot 3:  One Global Hawk (RQ-4A) Production Air Vehicle with Basic Integrated Sensor Suite; Two Global Hawk (RQ-4B) Production Air Vehicle; One Global Hawk Production Air Vehicle with Enhanced-Integrated Sensor Suites and Clip-In Sensor (Hyperwide); One Mission Control Element; One Launch Recovery Element; Basic Integrated Sensor Suite; and Support Equipment and Spares.  At this time, $48,675,000 of the funds has been obligated.  This work will be complete by October 2005.  Solicitation began September 2003 and negotiations were completed June 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-03-C-4310, PZ0002).

 

            DynCorp Technical Services, Fort Worth, Texas, is being awarded a $9,776,789 firm fixed price contract modification to provide for Aircraft Backshop Maintenance, munitions, and equipment support for the Air Armament Center, Command, Control, Communications, Computers, and Intelligence (C4I) Systems Testing for a 12-month period, Nov. 18, 2004 thru Nov.17, 2005.  At this time, $8,578,013 of the funds has been obligated.  This work will be complete by November 2005.  The Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08651-02-C-0085, P00020).

 

            Insight Technology Inc., Londonderry, N.H., is being awarded a $7,207,370 firm fixed price contract modification to provide for an additional 145 Panoramic Night Vision Goggles.  Total funds have been obligated.  This work will be complete by September 2005.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8607-04-C-2752, P00001).

 

NAVY

 

            Lockheed Martin Corp., Maritime Systems and Sensors (LM MS2), Manassas, Va., is being awarded a total not-to-exceed $41,852,000 cost-plus incentive-fee/award-fee undefinitized contract action contract modification to previously awarded contract (N00024-04-C-6207) for Virginia Class submarine (SSN 774) production long lead material under the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) program.  A-RCI is a sonar system upgrade installed on SSN 688, SSN 688I, SSN 774, SSN 21, SSGN and SSBN 726 Class submarines.  A-RCI integrates and improves towed array, hull array, sphere array, and other ship sensor processing.  These improvements are incorporated via rapid insertion of COTS based hardware and software.  Efforts to be performed include interfaces to the legacy systems; signal processing enhancements; display enhancements; and incorporation of Government Furnished Information (GFI) algorithms.  Work will be performed in Manassas, Va. (32 percent), and Portsmouth, R.I. (68 percent), and is expected to be completed by January 2006.  None of the funds being obligated will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 

ARMY

 

            Greenlees Filter L.L.C.*, Forest Park, Ill., was awarded on Oct. 13, 2004, a delivery order amount of $528,101 as part of a $5,401,363 firm-fixed-price contract for Intake Air Cleaners for the High Mobility Multipurpose Wheeled Vehicle.  Work will be performed in Forest Park, Ill., and is expected to be completed by Oct. 30, 2009.  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 Sept. 24, 2002, and four bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-0309).

 

* Small Business



Updated: 15 Oct 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov