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=3672
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. 1425-07
December 20, 2007


CONTRACTS
 
NAVY
 
            Electric Boat Corp., Groton, Conn. is being awarded a $132,026,873 modification to the previously awarded cost-plus-fixed-fee (with performance incentives) contract (N00024-05-C-2103) to exercise options for continuation of engineering efforts associated with their role as the Lead Construction Yard for Va. Class Submarines. The contract provides Lead (Construction) Yard engineering support that will maintain, update and support the Va. Class design and related drawings and data for each Va. Class submarine, including technology insertion, throughout its construction and Post Shakedown Availability (PSA) period. In addition, the contract provides Va. Class Development Studies and Design efforts. Work will be performed in Groton, Conn. (94 percent); Quonset, R.I. (5 percent); and Newport, R.I. (1 percent) and is expected to be completed by Sep. 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity.
 
            Raytheon Co., Falls Church, Va., is being awarded an $11,190,103 modification to a previously awarded cost-plus-award-fee contract (N00019-98-C-0190) to provide additional funds for the Tactical Control System (TCS), Block 2 Version 4 software product requirements in support of the Vertical Take-off Unmanned Air Vehicle. Work will be performed in Falls Church, Va. (82 percent); Dahlgren, Va. (10 percent); and San Pedro, Calif. (8 percent), and work is expected to be completed in Mar. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.
 
            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $6,346,293 order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for logistic services in support of the Harpoon and SLAM-ER programs for the U.S. Navy ($2,545,502; 40.11 percent); and the Governments of the United Kingdom ($577,995; 9.11 percent); Korea- Navy ($350,555; 5.51 percent); Korea-Air Force ($331,355; 5.22 percent); Egypt ($279,090; 4.40 percent); Turkey ($231,504; 3.65 percent); Japan ($225, 318; 3.55 percent); Pakistan ($212,886; 3.35 percent); Australia ($212,325; 3.35 percent); Saudi Arabia ($193,425; 3.05 percent); Taiwan-Navy ($185,880; 2.93 percent); Is------------------*************rael ($166,872; 2.63 percent); Singapore ($163,524; 2.58 percent); Canada ($137,079; 2.16 percent); United Arab Emirates ($130,600; 2.06 percent); Thailand ($113,883; 1.79 percent); Taiwan-Air Force ($95,262; 1.50 percent); Kuwait ($64,626; 1.02 percent); Malaysia ($60,153, .95 percent); Oman ($58,479; .92 percent); and Baharain ($9,996; .16 percent) under the Foreign Military Sales Program. Work will be performed in St. Louis, Mo., and is expected to be completed in November 2008. Contract funds in the amount of $2,545,485 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.
 
            Northrop Grumman Systems Corp., Sperry Marine, Charlottesville, Va. is being awarded a $5,971,860 modification to previously awarded contract (N00024-06-C-4001) to exercise an option for the procurement of 18 shipsets of AN/WSN-7B Ring Laser Gyrocompasses and associated technical program support services. The AN/WSN-7B RLGs are self-contained gyrocompass systems utilizing ring laser gyroscope technology. This option combines efforts for the US Navy (42 percent) and the Government of Taiwan (58%) under the Foreign Military Sales Program.  Work will be performed in Charlottesville, Va., and work is expected to be completed by Dec. 2009. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington Navy Yard, DC is the contracting activity.
 
            Lockheed Martin Maritime Systems & Sensors (LM MS2), Moorestown, N.J., is being awarded a $5,500,000 modification to previously awarded contract (N00024-98-C-5197) to exercise an option for engineering services to perform AEGIS combat system baseline upgrades and critical experiments. Services include providing the material, equipment, supplies and technical engineering required to define, design, develop, integrate, test and deliver AEGIS combat system upgrades for AEGIS baselines seven phase I, six phase III, and cruiser modernization which may be further clarified by written technical instructions. The contractor shall provide system engineering support to evaluate all problems for their effect on the AEGIS Weapon System, propose solutions to each problem, and identify changes required to all specifications. Work will be performed in Moorestown, N.J., and is expected to be completed by Sep. 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
 
AIR FORCE
 
            Northrop Grumman Systems Corp., of San Diego, Calif., is being awarded a contract modification for $24,186,385.  The MP-RTIP Integration effort includes the design build and test of radar systems that will be employed on the Global Hawk Block 40 air vehicles. Originally, the effort was initiated under an undefinitized contract action (UCA) on Apr. 10, 2006, with a not-to exceed value of $89,310,313. Since that time requirements have changed for a variety of reasons, which requires the UCA to be amended in order to reflect a new NTE that is consistent with the current MP-RTIP program requirements. At this time $12,093,193 has been obligated. 303 AESG/PK, Wright-Patterson Air Force Base, Ohio is the contracting activity (F33657-01-C-4600).
 
             Lockheed Martin Corp., Space Systems Company of Sunnyvale, Calif., is being awarded a contract modification for $21,208,393.  The contractor will make changes to Flight 19 and flight 20 as part of the Service Life Extension Program (SLEP). The SLEP items consist of the following: battery radiator resizing, which will reduce battery operating temperature for better reliability; additional maintenance of capability for support of Defense Meteorological Satellite Program (DMSP), communication and power subsystems at the Commercial Space Systems facility in Newton, PA; upgrade to mechanical aerospace ground equipment to improve reliability of ground support systems; integration and test changes associated with Northrop Grumman Sensor upgrades; extension of the period of performance end date from Dec. 31, 2012, to Dec. 31, 2014, in concert with the launch shift for support of on-orbit DMSP spacecraft; spacecraft bus storage testing for Flight #19 and #20; maintenance of engineering expertise directed toward the DMSP hardware in the loop simulators; and checkout and maintenance of special test equipment, bus electronics box/board, currently in storage. At this time no funds have been obligated. Headquarters Air Force Space Command, El Segundo, Calif. is the contracting activity (F04701-02-C-0003, P00081).
 
            McDonnell Douglas Corp., of Saint Louis, Mo., is being awarded a contract modification for $14,759,087.  The Small Diameter Bomb (SDB 1) is procuring various test assets in support of aircraft/weapon integration for threshold and follow-on aircraft. This test hardware will support SDB I integration on F-16 Block 30, F-16 Block 40/50, F-22A, and maintain interoperability on the F-15E. The type of test hardware being procured include: BRU-61A with telemetry carriages, separation test vehicles, jettison test vehicles, guided test vehicles and reliability assessment vehicles-inert (RAV-I). Delivery of the hardware begins in January 2009. At this time all funds have been obligated. 918 ARSG/PK, Eglin Air Force Base, Fla. is the contracting activity (FA8681-06-C-0210, P00024).
 
            General Atomics Aeronautical Systems, Incorp., of San Diego, Calif., is being awarded a contract for $9,191,455.  This action will demonstrate and integrate super critical water oxidation and hydrolysis technologies on DoD generated demilitarization waste of Tooele Army Base. At this time $480,000 has been obligated. Det 1 AFRL/PKMN, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-08-C-5902).
 
            McDonnell Douglas Corp., A Wholly Owned Subsidiary of the Boeing Co., of Long Beach, Calif., is being awarded a contract modification for $6,125,000.  This contract modification is a foreign military sales requirement for the Royal Australian Air Force (RAAF) C-17 Globemaster III Sustainment Partnership (GSP) program. This action incorporates the FY08 quarter II option exercise for site activation and material for RAAF aircraft sustainment. At this time no funds have been obligated. MSW/C17SG/PKS, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8614-04-C-2004, P00224).
 
ARMY
 
            VA Tech Hydro USA, Charlotte, N.C., was awarded on Dec. 19, 2007, a
$12, 016,720 firm-fixed-price supply contract for rehabilitation of hydraulic turbines. Work will be performed in Webbers Falls, Okla., and is expected to be completed by Aug. 31, 2012. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Sept. 24, 2003, and six bids were received. U.S. Army Engineer District, Little Rock, Ark., is the contracting activity (W9127S-08-C-0002).
 
            Marcon Engineering, Inc., Escondido, Calif., was awarded on Dec. 13, 2007, a $7,093,104 firm-fixed-price contract for a launch facility and relocatable in-flight interceptor communications system data terminal. Work will be performed at Vandenberg Air Force Base, Calif., and is expected to be completed by Apr. 30, 2008. Contract funds will not expire at the end of the current fiscal year. Web bids were solicited on Oct. 23, 2007, and three bids were received. U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-08-C-0005).
 
*Small Business