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=3575
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. 975-07
August 07, 2007


CONTRACTS
 
NAVY
            Canadian Commercial Corp., General Dynamics Land Systems Canada, Ottawa, Ontario, Canada, is being awarded $338,734,800 for firm-fixed-priced delivery order # 0003 under previously awarded contract (M67854-07-D-5028) to purchase 600 Category (CAT) II Mine Resistant Ambush Protected (MRAP) variation vehicles. MRAP vehicles are armored vehicles with a blast resistant underbody designed to protect the crew from mine blasts, fragmentary and direct fire weapons. Work will be performed in Lansing, Michigan, and work is expected to completed March 2008.  Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            Lockheed Martin Corp., Maritime Systems and Sensors (LM MS2), Manassas, Va., is being awarded a $51,016,648 firm-fixed-price, time and material modification to previously awarded contract (N00024-06-C-6363) for production and delivery of 523 (ea) SYMPHONY improvised explosive device (IED) jammer systems; including field test sets, operator reference cards, uploader software, user guides, program protection, tool kits, depot support, field service engineering, and system documentation, for various coalition partners in support of Operation Iraqi Freedom. The SYMPHONY IED jammer system is a programmable, radio-frequency IED defeat system that is vehicle mounted. Work will be performed in Manassas, Va. (90 percent) and military theaters of operation (10 percent), and is expected to be completed by September 2008. Contract funds will not expire at the end of the current fiscal year. This contract combines support of the U.S. Navy (4 percent) and the Governments of Iraq (66 percent) and Georgia (30 percent) under the Foreign Military Sales program. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 
 
            The Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $43,205,451 modification to a previously awarded cost-plus-incentive-fee contract (N00019-03-C-3017) for the MV-22 Total Life Cycle Logistics Support (TLCLS) program to continue the sustaining efforts necessary to manage and administer the MV-22 Performance Based Logistics program. Services provided include planning and management; supportability analysis; training; support equipment; facilities management; computer resources; supportability test and evaluation; packaging, handling, storage and transportation of supplies; post-DD250 engineering and technical support; site/unit activation; on-site representative support; logistics life cycle cost; age exploration; configuration management; technical publications; and Naval Air Training and Operational Procedures Standardization (NATOPS) support. Work will be performed in Ridley Park, Pa. (45 percent); Fort Worth, Texas (40 percent); New River, N.C. (10 percent); and in various locations within the U.S. (5 percent); and is expected to be completed in January 2008. 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.
 
            General Electric Engineering Services, Inc., Cincinnati, Ohio, is being awarded a $27,154,954 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-03-D-0013) to exercise an option for the standard depot level repair of T700-GE-401/401C turbo shaft engines, cold section modules, and power turbine modules. Work will be performed in Arkansas City, Kan., and is expected to be completed in August 2008. 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.
 
            Navmar Applied Sciences Corp.*, Warminster, Pa., is being awarded a $24,726,610 cost-plus-fixed-fee contract for a Phase III Small Business Innovative Research (SBIR) Program contract for Topics N92-170 and N94-178, to transition technologies into near and far term advanced surveillance, reconnaissance and force protection systems. These systems will address Navy operational requirements of surveillance, reconnaissance, detection, classification and targeting, and the coordinated Fleet Consolidated Command Technology issues of combat identification and battle damage assessment. Work will be performed in Warminster, Pa., and is expected to be completed in July 2012. Contract funds in the amount of $5,537,282 will expire at the end of the current fiscal year. This contract was competitively procured using the SBIR Program Solicitation process under Topics N92-170 and N94-178; respectively, three and six offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-07-C-0324).
 
            Boeing Helicopter, Ridley Park, Pa., is being awarded $5,171,712 for ceiling priced order 0012 under previously awarded contract (N00383-05-G-049N) for repair components for the V-22 aircraft. Work will be performed in Ridley Park, Pa., and work is expected to be completed by March 2008. 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.
 
DEFENSE LOGISTICS AGENCY
 
            Hess Corp., Woodbridge, N.J., is being awarded a maximum $23,400,000.00 fixed price with economic price adjustment contract for commercial storage.  Using services are Department of Energy.  The original proposal was solicited on FEDBIZOPS with 3 responses.  Contract funds will not expire at the end of the current fiscal year.  Date of performance completion is September 30, 2011.  Contracting activity is Defense Energy Supply Center (DESC), Fort Belvoir, Va. (SP0600-07-C-5711).
 
            Morgan Stanley Capital Group Inc., Purchase, N.Y., is being awarded a maximum $13,848,300.00 fixed price with economic price adjustment contract for commercial storage.  Using services are Department of Energy.  The original proposal was solicited on FEDBIZOPS with three responses.  Contract funds will not expire at the end of the current fiscal year.  Date of performance completion is Sept. 30, 2011.  Contracting activity is Defense Energy Supply Center (DESC), Fort Belvoir, Va. (SP0600-07-C-5712).
 
* Small Business