U.S. Department of Defense Header Image (click to return to U.S. Department of Defense homepage)
Search DefenseLink.mil
Oct. 31, 2004  War on Terror   Transformation   News Products   Press Resources   Images   Websites   Contact Us 
Image of Pentagon oval, linked to DoD News page   United States Department of Defense
Contract
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. 462-04
5 p.m. ET May 17, 2004

CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

            Sempra Energy Trading Corp., Stamford, Conn., is being awarded a $30,089,142 fixed price with economic price adjustment contract for natural gas for various U.S. Military Installations and Federal Civilian Agencies in California.  Performance completion date is expected to be September 30, 2005.  Contract funds will expire at the end of this fiscal year.  There were 131 proposals solicited and seven responded.  The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-04-D-7908)

 

NAVY

 

         Lockheed Martin Maritime Systems & Sensors, Manassas, Va., is being awarded a ceiling priced $29,045,728 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to modify, enhance, and improve the Analyzer Sub Unit and System Controller software for the P-3C aircraft, to include the design, development, integration, and testing of the software.  Work will be performed in Manassas, Va., and is expected to be completed in May 2009.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-04-D-0079).

 

            Canadian Commercial Corp., Ottawa, Onatario Canada, is being awarded a $15,343,730 basic long term requirements contract for repair requirements for depot level repair support for exhaust frames on the F404 engine.  The contract includes three base years, with two consecutive option years, which if exercised would bring the total cumulative value of this contract to an estimated $28,070,010.  Work will be performed in Ontario, Canada, and is expected to be completed by May 2005.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point is the contracting activity (N00383-04-D-010M).

 

            Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $11,367,427 cost-plus-fixed-fee contract for the United Kingdom technical services in support of the TRIDENT Strategic Weapons System.  Work will be performed in Sunnyvale, Calif., and is expected to be completed March 2005.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-04-C-0039).

 

            Burnham Polymeric Inc., Fort Edward, N.Y., is being awarded an estimated $6,247,500 indefinite-delivery/indefinite-quantity requirements contract for special underwater fiber optic micro cable in support of Autonomous Underwater Vehicle data collection.  Work will be performed in Fort Edward, N.Y., and is expected to be completed by May 2007.  Contract funds in the amount of $1,150,000 will expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Surface Warfare Center, Panama City, Fla., is the contracting activity. (N61331-04-D-0024)

 

ARMY

 

            General Dynamics OTS, Marion, Ill., was awarded on May 10, 2004, a $12,362,000 modification to a firm-fixed-price contract for 140,000 M919 Cartridges for use in the M242 Chain Gun on the Bradley Fighting Vehicle.  Work will be performed in Riverdale, Ill. (.006 percent), Jonesborough, Tenn. (27.948 percent), Independence, Mo. (2.281 percent), Lewiston, Idaho (.594 percent), Antigo, Wis. (4.681 percent), Newington, Conn. (.074 percent), St. Louis, Mo. (0.13 percent), Belleville, Ill. (.003 percent), Gurnee, Ill. (.023 percent), Germantown, Wis. (.022 percent), Red Lion, Pa. (43.903 percent), Doyline, La. (.224 percent), Waterbury, Conn. (.476 percent), Wimmis, Switzerland (8.596 percent), Chicopee, Mass. (.011 percent), Almena, Wis. (.466 percent), Janesville, Wis. (8.478 percent), Nyack, N.Y. (.006 percent), and Clear Lake, S.D. (2.195 percent), and is expected to be completed by Dec. 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Dec 19, 2003.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (DAAE30-99-C-1114).

 

            United Defense L.P., York, Pa., was awarded on May 14, 2004, a $17,987,490 increment as part of an $830,902,743 firm-fixed-price contract for 13 M7 Bradley Fire Support Team Vehicles and 40 Bradley Fire Support Team Kits.  Work will be performed in York, Pa. (83 percent), San Jose, Calif. (8 percent), Aiken, S.C. (5 percent), Fayette, Pa. (4 percent), and is expected to be completed by Jan. 31, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Jan. 29, 2001.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-M016).

 

            General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded on May 14, 2004, a $16,500,000 modification to a cost-plus-fixed-fee contract for Systems Technical Support for the Abrams Tank Program.  Work will be performed in Sterling Heights, Mich., and is expected to be completed by Sept. 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Nov. 23, 2001.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-N075).

 

            Stewart & Stevenson Tactical Vehicle Systems L.P., Sealy, Texas, was awarded on May 14, 2004, a $13,228,433 modification to a firm-fixed-price contract for System Technical Support for the Family of Medium Tactical Vehicle Trucks.  Work will be performed in Sealy, Texas, and is expected to be completed by Nov. 15, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were two bids solicited on Aug. 15, 2002, and two bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-C-S023).

 

            Battelle Memorial Institute, Columbus, Ohio, was awarded on May 14, 2004, a $10,000,000 increment as part of a $19,986,159 cost-plus-fixed-fee contract for designing, implementing, retrofitting, testing, optimizing and demonstrating a complete chemical/biological protection system.  Work will be performed in Columbus, Ohio (70 percent), Overland Park, Kan. (5 percent), Fort Leonard Wood, Mo. (18 percent), Baltimore, Md. (1 percent), Aberdeen, Md. (5 percent), and Atlanta, Ga. (1 percent), and is expected to be completed by May 31, 2006.  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 Dec. 16, 2003, and five bids were received.  The Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-04-C-0104).

 

            Technical Solutions Group Inc.*, Ladson, S.C., was awarded on May 10, 2004, a $7,681,688 increment as part of a $15,363,376 firm-fixed-price contract for procurement of 21 Mine Protected Clearance Vehicles “Buffalo”, one set of steel wheels, one set wheel width disc rollers, one lot of repair parts and spares, and one lot of consumable and maintenance parts.  Work will be performed in Ladson, S.C., and is expected to be completed by Dec. 31, 2004.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 21, 2004.  The U.S. Army Communications-Electronics Command, Alexandria, Va., is the contracting activity (W909MY-04-C-0034).

 

            ISX Corp.*, Camarillo, Calif., was awarded on May 14, 2004, a $2,800,000 increment as part of a $40,732,456 cost-plus-fixed-fee contract for Operational Hardening and Test Support for the Command Post of the Future.  Work will be performed in Camarillo, Calif. (29 percent), Pittsburgh, Pa. (56 percent), and Reston, Va. (15 percent), and is expected to be completed by April 16, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 6, 2004.  The Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-04-C-0036).

 

            ABR Corp.*, Gloucester Point, Va., was awarded on May 14, 2004, a delivery order amount of $66,666 as part of a $10,000,000 firm-fixed-price contract for spawning, growing, delivery and placement of Broodstock Oysters in reefs of the Chesapeake Bay and its tributaries.  Work will be performed in Chesapeake Bay, Va., and is expected to be completed by May 14, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were ten bids solicited on Feb. 20, 2004, and two bids were received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-04-D-0056).

 

AIR FORCE

 

            Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $10,858,306 cost-plus incentive-fee contract modification.  This undefinitized contracting action (UCA) for the procurement of USAF F-16 M4+ and 40T7 Version software (Block 40 General Avionics Computer Predecessor of Modular Mission Computer) mission planning systems to PC-based Joint Mission Planning System (JMPS) Unique Planning Components with backward compatibility to the aircraft OFPs for the JMPS Migration effort.  At this time, $2,212,500 of the funds have been obligated.  This work will be complete by July 2007.  Negotiations were completed April 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F42620-01-D-0058, SC29 - Modification 01).

 

            ITT Industries, Cape Canaveral, Fla., is being awarded a $9,829,004 cost-plus award-fee contract modification to provide for the contractor to perform the following:  Contract Line Item Number (CLIN) 0304, 0306:  These CLINs shall provide support for Material and Travel costs in support of CLIN 0204, 0604, and 0804.  On CLIN 0604:  The contractor shall provide On-Site Depot Level Maintenance services to include the planning, data collection and reporting, programmed depot maintenance, unscheduled depot maintenance, and emergency depot maintenance.  On CLIN 0804:  The contractor shall provide Depot Level Software Maintenance services to include managing, developing, controlling, documenting, testing, and installing changes and minor improvements to deployed software to correct deficiencies, management of the SLRS software engineering environment, and providing for the maintenance and licensing of the Commercial Off the Shelf software.  Locations of performance are ITT Industries, Patrick Air Force Base, Fla., and Vandenberg Air Force Base, Calif.  The Detachment 11, Space and Missile Systems Center, Peterson Air Force Base, Colo., is the contracting activity (F04701-01-C-0001, P00164).

 

            The Civil Air Patrol, Maxwell Air Force Base, Ala., is being awarded a $5,848,000 cooperative agreement contract modification.  This modification is to purchase Land Mobile Radio base stations and repeaters (infrastructure, not including hand-held) to support National Telecommunications and Administration mandated digital requirements.  Total funds have been obligated.  This work will be complete by September 2006.  The 42D Air Base Wing, Maxwell Air Force Base, Ala., is the contracting activity (F41689-00-2-0001, A00009).

 

*Small Business



Updated: 17 May 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov