Skip navigation links
US Department of Defense
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=2788
Media contact: +1 (703) 697-5131/697-5132
Public contact:
http://www.defenselink.mil/faq/comment.html
or +1 (703) 428-0711 +1

FOR RELEASE AT
5 p.m. ET
No. 595-04
June 22, 2004


CONTRACTS

NAVY

Raytheon Systems Co., Integrated Defense Systems, Keyport, Wash., is being awarded a firm-fixed price letter contract with a not to exceed value of $70,243,336 for the consolidated procurement of FY04 undersea weapons requirements including 91 MK48 advanced capability (ADCAP) Mod 6 heavyweight torpedoes, 51 MK54 Mod 6 lightweight (LWT) torpedoes, MK48 Common Broadband Advanced Sonar System (CBASS) Mod 7 heavyweight (HWT) production engineering effort, and associated support services. This effort is a continuation of MK48 ADCAP, MK48 CBASS and MK54 torpedo for the primary purpose of purchasing the necessary quantities of torpedoes and support services necessary to support further operational evaluation, future milestone decisions, and initial operational capability for the various torpedo product lines. Work will be performed in Keyport, Wash. (90 percent) and Portsmouth, R.I. (10 percent), and is expected to be completed by June 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-04-C-6101).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $16,364,000 not-to-exceed modification to a previously awarded firm-fixed-price contract (N00019-99-C-0003) for the procurement of 14 MA-31 live boosters, 14 MA-31 aerial targets, and three AKY-58 launchers with tool sets. Work will be performed in St. Charles, Mo., and is expected to be completed in November 2006. 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.

Northrop Grumman Corp., Sperry Marine, Charlottesville, Va., is being awarded a $13,266,978 firm-fixed-price letter contract for the procurement of two AN/BPS-16 (V) radar sets and two AN/BPS-15K radar conversion sets. The AN/BPS-15 and 16 radars are submarine class A, X-Band radars, which provide navigation, surface surveillance and limited detection of low flying aircraft capabilities. Work will be performed in Charlottesville, Va., and is expected to be completed by December 2005. This contract was not competitively procured. 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 (N00024-04-C-4300).

Computer & Hi-tech Management, Inc.*, Virginia Beach, Va., is being awarded a $8,870,537 performance based, indefinite-delivery/-quantity, cost-plus-fixed-fee contract for system software and technical support services. These services include activities involving analysis, design, development, installation, deployment, integration, operations, procurement, configuration management, logistics, maintenance and life cycle support functions for various automated information systems. The services to be provided are in support of federal agencies in the Washington, D.C. area. Approximately 90 percent of the work covered under this contract will be for non-DOD customers, i.e., Veterans Administration, Internal Revenue, Secret Service, Coast Guard, and Library of Congress. Navy Tactical Systems and the Defense Communications Systems for the Naval Computer Telecommunications Area Master Stations sites are also covered under this contract. Approximately 10 percent of the work is in support of Space and Naval Warfare Systems Center, Charlestons D.C. office. This contract includes three one-year options, which if exercised, would bring the cumulative value of this contract to $36,923,874. The work will be performed in Washington, D.C., and, is expected to be completed by June 2008. Contract funds in the amount of $25,000 will not expire at the end of the current fiscal year. This contract was procured as an 8(a) competition. The Request for Proposal was posted on the SPAWAR Systems Center E-Commerce website, and three offers were received. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-04-D-7857).

Bell Boeing Joint Program Office, Patuxent River, Md., is being awarded a $6,688,916 ceiling priced order under previously awarded contract (N00383-97-G-002N) for procurement of various Low Rate Initial Production (LRIP) spares for the CV 22 Osprey. Work will be performed in Ridley Park, Pa., and is expected to be completed by June 2006. Contract funds will not expire by the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity (Order 0019).

AIR FORCE

L-3 Communications, Camden, N.J., and Cedar Rapids, Iowa, are being awarded a $13,500,000 ea. firm fixed price contract. This award is for the initial System Development and Demonstration of the KG-3X Cryptographic Modernization Program. KG-3X units are used in the minimum essential emergency communications network and the Fixed Submarine Broadcast System for strategic transmission of emergency action messages. The program entails box replacements, card set replacements, and reprogramming of 862 units. Of these, 385 units will require organic service reprogramming. The contracted industry effort will be between 392 and 477 units. The location of performances are: L-3 Communications, Camden, N.J. and Rockwell Collins Inc., Cedar Rapids, Iowa. At this time, $16,200,000 of the funds has been obligated. This work will be complete by June 2005. Solicitation began March 2004 and negotiations were completed June 2004. The Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8722-04-C-0001, 0002, 0003, 0004).

Lockheed Martin Corp., Marietta, Ga., is being awarded a $13,000,000 firm fixed price contract. ThisAir Force acquisition is for the purchase of two each C-130H aircraft, formerly owned by the Italian Air Force, for the Romanian and Colombian Air Force one aircraft each. Total funds have been obligated. This work will be complete by September 2004. This work will be complete by September 2004 and negotiations were completed by June 2004. The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8504-04-C-0011).

Northrop-Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $9,692,945 firm fixed price contract modification to provide for Continuing Contractor Support for the LITENING II Precision Attack Targeting System on the AV-8B Harrier II. At this time, $3,851,733 of the funds have been obligated. This work will be complete by December 2004. Negotiations were completed May 2004. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-00-C-2114, P00037).

BAE Systems Information and Electronic Warfare Systems, Nashua, N.H., is being awarded a $7,640,953 Time and Material, firm fixed price contract modification to provide for repairs determined to be sole source to BAE Systems and within the federal stock classes included in the Class J&A. No funds have been obligated. This work will be complete by December 2005. Solicitation began March 2004 and negotiations were completed May 2004. The Headquarters Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-D-0001, P00012).

DEFENSE LOGISTICS AGENCY

Trans-Tec, Greenwich, Conn., is being awarded a $6,858,932 fixed price with economic price adjustment for intermediate fuel oil for the Army, Navy and the Department of Homeland Security. Performance completion date is expected to be March 31, 2006. Contract funds will expire at the end of the current fiscal year. There were 170 proposal solicitations and 19 responded. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-04-D-0201).

*small business