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=2474
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. 128-03
March 20, 2003


AIR FORCE

The McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., is being awarded a $689,529,166 firm fixed price contract modification to provide Joint Direct Attack Munitions (JDAM) Lot 7 Guidance Kits. The JDAM weapon system provides the Air Force and the Navy with an improved aerial delivery capability for existing 500, 1,000, and 2,000-pound bombs. The JDAM is a strap-on kit with Inertial Navigation System/Global Positioning System capability. The locations of performance are: McDonnell Douglas Corp., Berkeley, Mo. (69%); Honeywell Inc., Military Avionics Division, Minneapolis., Minn. (31%). Total funds have been obligated. Solicitation began January 2003 and negotiations were completed in March 2003. This work will be completed by March 2005. The Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08635-03-C-0055).

Lockheed Martin Aeronautics-Marietta, Marietta, Ga., is being awarded a $70,521,000 firm fixed price contract to provide one CC-130J aircraft for the United States Air Force Reserve Command. Total funds have been obligated. Negotiations were completed in March 2003, and work will be completed by April 2005. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-00-C-0018/P00050).

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $6,792,153 firm-fixed price provisioned item order contract modification to procure four separate line items of initial spare parts for the Oman Air Force in support of their F-16 aircraft consisting of two antennas for $1,360,564; three Radar Cores for $108,516; three Medium Duty Transmitter for $2,817,791; and two radar fire control for $1,812,282. No funds have been obligated. Funds will be obligated as individual delivery orders are issued. This work will be completed by June 2005. The Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42620-99-C-0027/PM0295).

Lockheed Martin Mission Systems, Colorado Springs, Colo., was awarded on March 19, 2003, a $5,401,036 cost-plus-award-fee contract modification to provide the Theater Battle Management Core Systems (TBMCS) Program which provides force and unit level commanders an automated command, control, and intelligence capability that greatly improves the joint forces air campaigns and commanders' ability to plan and execute theater campaigns and operations. This action provides for TBMCS Inc., 1.1 training, course material, and specialty training on Perimeter Security System. The proposal includes travel based on the deployment of Mobile Training Term at Government designated sites. Total funds have been obligated. Solicitation began September 2002 and negotiations were completed in October 2002. This work will be complete by September 2003. The Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-95-C-0143/P00356).

NAVY

Tecnico Corp., Chesapeake, Va., is being awarded a $23,208,729 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering technical and logistics services, and staging facility & support services. Contractor will perform alterations to shipboard systems and equipment including, but not limited to, Title "D" and "K" ship alterations, type commander initiated, machinery, and ordnance alterations; planning yard work instructions; engineering change proposals; and field changes. Work will be performed in Norfolk, Va. (30%); San Diego, Calif. (30%); Mayport, Fla. (10%); Ingleside, Texas (5%); Pascagoula, Miss. (5%); Pearl Harbor, Hawaii (5%); Bremerton, Wash. (5%); Everett, Wash. (5%); Sasebo, Japan (2%); Yokosuka, Japan (2%); Earle, N.J. (.5%); Santa Rita, Guam (.5%); and is expected to be completed by March, 2008. Contract funds in the amount of $185,000, will expire at the end of the current fiscal year. The contract was competitively procured and posted on the Internet, with 28 proposals solicited and four offers received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-03-D-0018).

Pratt & Whitney, East Hartford, Conn., is being awarded a $12,711,163 modification to a previously awarded cost-plus-fixed-fee contract (N00421-99-C-1270) to continue further research on the Joint Technology Demonstrator Engine (JTDE) Program. The JTDE program provides the demonstration and verification required to transition, with acceptable risk, affordable, high payoff turbine engine component technologies for a wide variety of propulsion systems. This contract modification is for the infusion of numerous advanced technology components to the base program JTDE engine in order to achieve final progress towards the Integrated High Performance Turbine Engine Technology (IHPTET) Phase III goals. Work will be performed in East Hartford, Conn., and is expected to be completed in June 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.

Talley Defense Systems, Mesa, Ariz., is being awarded an $8,867,704 fixed-price modification under previously awarded contract (N00178-00-C-1016) to exercise an option for production of 6,091 Shoulder-Launched, Multi-purpose Assault Weapon (SMAW), High-Explosive, Dual-Purpose Encased Assault Rockets for the U. S. Marine Corps (USMC). The SMAW system consists of a reusable launcher, equipped with a 9mm spotting rifle, and a family of encased rounds, including the High Explosive Dual Purpose, High Explosive Anti-Armor, and the Common Practice encased round. The SMAW system was developed by the USMC, and is designed to defeat bunkers and armored vehicles. Work will be performed in Mesa, Ariz., and is expected to be completed by August 2004. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and posted on the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) web home page, with two proposals received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity. (N00178-00-C-1016)

BAE Systems Technologies, Inc., Rockville, Md., is being awarded a $6,092,783 estimated value modification to a previously awarded cost-plus-fixed-fee term contract (N00421-01-C-0192) to exercise an option for technical and engineering services in support of the Naval Air Systems Command Aircraft Division's Air Traffic Control and Landing Systems Branch. The estimated level of effort for this contract is 125,000 man-hours. Work will be performed in St. Inigoes, Md. (88.5%), and San Diego, Calif. (11.5%), and is expected to be completed in March 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, St. Inigoes, Md., is the contracting activity.

Rogers-Quinn (RQ) Construction, Inc.*, Bonsall, Calif., is being awarded $5,710,000 for firm-fixed-price Task Order 0010 under an indefinite-delivery/indefinite-quantity multiple award construction contract for pier and quaywall security lighting and perimeter security lighting at Naval Base, San Diego. Work will be performed in San Diego, Calif., and is expected to be completed by October 2004. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 87 proposals solicited, 17 offers received and award made to multiple contractors on Feb. 26, 2001. The basic total contract amount is not to exceed $150,000,000 (base period and four option years). The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. One proposal was received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (N68711-01-D-6229).

ARMY

Hunt Building Corp., El Paso, Texas, was awarded on March 18, 2003, a $19,000,000 firm-fixed-price contract to replace family housing. Work will be performed at Holloman Air Force Base, N.M., and is expected to be completed by Aug. 30, 2004. Contract funds will not expire at the end of the current fiscal year. There were 27 bids solicited on Dec. 24, 2002, and four bids were received. The U. S. Army District, Albuquerque, N.M., is the contracting activity (DACA47-03-C-0006).

DynCorp International L.L.C., Fort Worth, Texas, was awarded on March 18, 2003, a $6,046,552 increment as part of a $286,237,561 firm-fixed-price contract for a Global Air Traffic Management upgrade (39 C12T aircraft to C12U configuration). Work will be performed in Fort Worth, Texas, and is expected to be completed by Jan. 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 8, 2000. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-00-C-0226).

Lockheed-Martin Corp., Grand Prairie, Texas, was awarded on March 18, 2003, a $7,500,000 cost-plus-fixed-fee contract for the Loitering Attack Missile and the Container/Launch Unit Risk Reduction Effort. Work will be performed in Dallas, Texas, and is expected to be completed by March 18, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 3, 2002. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0035).

Raytheon Corp., Tucson, Ariz., was awarded on March 18, 2003, a $7,500,000 cost-plus-fixed-fee contract for the Precision Attack Missile and the Container/Launch Unit Risk Reduction Effort. Work will be performed in Tucson, Ariz., and is expected to be completed by March 18, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 9, 2002. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0038).

L-3 Communications, Salt Lake City, Utah, was awarded on March 17, 2003, a delivery order amount of $20,527 as part of a $9,859,520 firm-fixed-price contract for repair, support, and maintenance of terminals, modems, up-converters and down-converters. Work will be performed in Salt Lake City, Utah, and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 20, 2002. The U. S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-03-D-G203).

*Small Business