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=2809
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. 699-04
July 22, 2004


CONTRACTS

AIR FORCE

McDonnell Douglas Corp., Long Beach, Calif., is being awarded a definitized firm fixed price contract to provide for C-17 fleet sustainment. C-17 product support will be managed through a long term performance-based partnership between Boeing and the Air Force, which places all performance risk on the contractor or provide sustainment support at continuously raised benchmarked levels. Boeing will be contracted to provide Total System Support Responsibility (TSSR), making Boeing responsible for all contracted sustainment actions to include parts/item management and depot level repair of airframe and sub-components. Boeing will adhere to 6 contract performance metrics, which will ultimately increase C-17 aircraft availability of the war fighter every year. In addition to TSSR, Boeing will partner with the Air Force by making $62M contractual investment commitments into the Air Logistics Centers (ALCs). Boeing investment in the ALCs will allow increased work to migrate from currently performed commercial repair sources to being performed at the ALCs. At a minimum, Boeing will partner with the Air Logistics Centers for Core designated workloads, and additional partnering on non-Core workloads is highly encouraged when the Air Logistics Centers are deemed best value. This action definitizes the letter contract that was issued Oct. 1, 2003 and subsequently extended on Dec. 23, 2003 and Feb. 27, 2004. This action also implements the long-term sustainment strategy for the C-17 weapons system by incorporating four priced annual Options (Fys 05 through 08) and three unpriced annual Options (FYs 09 through 11). This effort supports foreign military sales to the United Kingdom. Locations of performance are McDonnell Douglas Corp., Long Beach, Calif. and Pratt and Whitney, Cheshire, Conn. At this time, $85,052,538 has been obligated. Solicitation began January 2003 and negotiations were completed November 2003. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, PZ0021).

McDonnell Douglas Corp., Saint Louis, Mo., is being awarded a $17,461,828 firm fixed price modification to provide for 840 Joint Direct Attack Munition (JDAM) guided vehicles. The JDAM is a strap-on kit with inertial navigation system/global positioning system capability that provides the user with an improved aerial delivery capability for existing 500, 1000 and 2000-pound bombs. This effort supports foreign military sales to Israel. The locations of performance are McDonnell Douglas, Saint Louis, Mo., and Honeywell Inc., Minneapolis, Minn. This work will be complete by November 2005. The Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08635-02-C-0060, P00018).

Raytheon Co., Petersburg, Fla., is being awarded a $14,159,403 firm fixed price contract modification to provide for the purchase of 61 airborne integrated terminals (AITs), 38 radio controls units, 38 key fill panels, 38 shock mounting trays and 94 electro magnetic interference filters. The AIT is a multiband, multi-mode terminal with dedicated ultra high frequency, 5/25kJz demand assigned multiple access, demand assigned single access (MIL-STD-188-181A, -182A, and -183), very high frequency and UHF line of sight capabilities (SINCGARS, HAVEQUICK, and air traffic control modes including 8.33/25kHz channel spacing for European ATC operations). Total funds have been obligated. This work will be complete by February 2006. Negotiations were completed July 2004. The Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-98-0046, P00080).

Pratt & Whitney, East Hartford, Conn., is being awarded a $9,674,645 firm fixed price contract to support equipment and spare parts for one year of Level 1 depot in Egypt for F100PW220E engine applicable to F16 aircraft. This effort support foreign military sales to Egypt. Total funds have been obligated. This work will be complete by November 2005. Solicitation began October 2003 and negotiations were completed June 2004. The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8104-04-C-0109)

MicroSat Systems, Littleton, Colo., is being awarded a $9,385,245 cost-plus award-fee contract modification. The objective of this effort is to conduct basic research in five technical areas: 1) large deployable structures, 2) system identification and adaptive control of the structural dynamics associated with large lightweight deployed structures, 3) thin-film photovoltaic, 4) very low frequency wave transmission and propagation in the magnetosphere and 5) space weather. The additional objective is the design, fabrication, environmental testing, and delivery of a Host Spacecraft Bus with the capability to provide standard bus functions in support of the five deployable structure experiments. At this time, $300,000 of the funds have been obligated. This work will be complete by April 2008. Solicitation began April 2004 and negotiations were completed July 2004. The Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity (FA9453-04-C-0001, P00009).

ARMY

Fluor Intercontinental Inc., Charlotte, N.C., was awarded on July 20, 2004, a delivery order amount of $12,772,435 as part of a $166,520,170 firm-fixed-price contract for design and construction of a temporary cantonment facility. Work will be performed in Manas Air Base, Kyrgyzstan, and is expected to be completed by Dec. 20, 2004. Contract funds will not expire at the end of the current fiscal year. There were ten bids solicited on June 8, 2004, and five bids were received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-04-D-0004).

BAE Systems, Austin, Texas, was awarded on July 21, 2004, a $3,897,000 increment as part of a $59,974,279 cost-plus-incentive-fee contract for the Ground Standoff Mine Detection Systems Future Combat System. Work will be performed in Austin, Texas, and is expected to be completed by June 30, 2011. 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 Nov. 19, 2003, and three bids were received. The U.S. Army Communications-Electronics Command, Alexandria, Va., is the contracting activity (W909MY-04-C-0037).

Choctaw Transportation Co. Inc., Dyersburg, Tenn., was awarded on July 21, 2004, a delivery order amount of $250,000 as part of an $11,341,000 firm-fixed-price contract for flood control on the Mississippi and its tributaries. Performance location will be determined with each delivery order, and is expected to be completed by July 21, 2005. Contract funds will not expire at the end of the current fiscal year. There were 22 bids solicited on May 28, 2004, and five bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-04-D-0022).

NAVY

John C. Grimberg Co., Inc., Rockville, Md., is being awarded $11,259,000 for firm-fixed price Task Order 0001 under previously awarded indefinite-quantity contract (N62477-04-D-0012) for the renovation of medical/dental clinic conversion, Bldg 175, Washington Navy Yard. The work includes demolition of most interior components of a historically significant existing building; demolition of a single story addition to the subject building; and construction of new interior work to create a two-story medical/dental clinic. The work also includes complete roof replacement and all incidental related work. Work will be performed at the Washington Navy Yard, Washington, D.C., and is expected to be completed by March 2006. Contract funds will not expire at the end of the current fiscal year. This procurement was competitively procured with seven proposals solicited and seven offers received. The Engineering Field Activity Chesapeake, Naval Facilities Engineering Command, Washington, D.C., is the contracting activity.

Wild Building Contractors, Inc.,* Morristown, Tenn., is being awarded a $7,658,000 firm-fixed-price contract for the construction of a Deployment Processing Center (DPC) at Shaw Air Force Base, Sumter, S.C. The proposed DPC will consist of a single-story facility containing 39,800 square feet of gross area to include administration spaces, classrooms, conference rooms, a deployment command post, a high-bay warehouse for bag storage and cargo processing, a new flight kitchen, and secure communication systems. The project also includes the demolition of 44,700 square feet of existing facilities. Work will be performed in Sumter, S.C., and is expected to be complete by February 2006. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a Hub Zone set-aside through the Naval Facilities Engineering Command Website. Three Hub Zone firms submitted timely price and technical proposals. Southern Division, Naval Facilities Engineering Command, Charleston, S.C., is the contracting activity (N62467-03-C-0308).

DEFENSE LOGISTICS AGENCY

American Apparel, Inc., Selma, Ala., is being awarded a $7,562,193 firm fixed price with indefinite quantity/delivery type of contract for all weather coats for the Navy. Work will also be performed in Centre, Ala. Performance completion date is expected to be January 22, 2006. Contract funds will expire at the end of the current fiscal year. This was a web proposal solicitation and five responded. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0100-04-D-0456).

*Small Business