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=3348
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. 968-06
September 28, 2006


CONTRACTS
 
AIR FORCE
 
            Lockheed Martin Corp., Palmdale, Calif., is being awarded a $1,400,000,000 indefinite delivery/indefinite quantity contract with cost-plus-incentive fee as the predominant contract type. However cost-plus-fixed fee, firm-fixed-price, and time and materials may also be used on individual delivery orders as appropriate for the specific effort. This contract is for the Total System Support Partnership (TSSP) II effort which provides continued sustainment support for the F-117 weapon system. Individual delivery orders may also be issued for aircraft modification induction, change proposal activities, supplemental sustainment support, tailored depot work packages, and aircraft disposition. At this time, no funds have been obligated. Solicitations began December 2005 and negotiations were complete September 2006. This work will be complete September 2012. PA POC, Capt Everdeen, (937) 255-2725. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8627-06-D-2160)
 
            Shaw Environmental Inc., Knoxville, Tenn., Innovative Technical Solutions Inc., Denver, Colo., Kemron Environmental Services Inc., Atlanta, Ga., CH2M Hill Corp., Herndon, Va., Tetra Tech Inc., Oak Ridge, Tenn., URS Group Inc., Omaha, Neb., CAPE, San Antonio, Texas and Environmental Chemical Corp., Burlingame, Calif., are being awarded a $500,000,000 indefinite delivery/indefinite quantity with firm-fixed-price, cost-reimbursable, fixed-price-incentive, time and materials/labor hours and cost-plus-fixed fee types of task orders. The contracts are being awarded under a shared program ceiling of $500,000,000. This action provides for restoration; performance-based remediation; horizontal and vertical construction, repair and maintenance; demolition; force protection; homeland security; and a full range of operations and services and tasks that support environmental requirements on government installation. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although requirements may necessitate less than the amount above. At this time, $80,000 has been obligated. Solicitations began September 2005 and negotiations were complete September 2006. This work will be complete September 2016. PA POC is Maj Tingley, (757) 764-5007. Headquarters Air Combat Command, Langley Air Force Base, Va., is the contracting activity. (FA4890-06-D-0004 thru FA4890-06-D-0011)
 
            Boeing Co., C3 Networks, Anaheim, Calif., is being awarded a $465,906,887 cost-plus award fee contract modification. This contract will incorporate Engineering Change Proposal 0020 replan into the Family of Advanced Beyond-Line of Sight Terminals (FAB-T) increment 1 program. The ECP 0020 replan addresses changes necessary to implement an executable program within cost and schedule objectives that will support the Advanced Extremely High Frequency (AEHF) communications requirements. Specifically, the replan addresses the following: program overruns, requirements deferrals and accelerations, requirements deletions, pending requirements changes that will enable FAB-T to meet external requirements from concurrently evolving systems e.g., the AEHF payloads, and the INFOSEC module for FAB-1 and include option to support government interoperability testing. At this time, $1,761,770 have been obligated. This work will be complete December 2011. PA POC is Lt Fox, (781) 377-7901. Headquarters 653d Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity. (F19628-02-C-0048/P00095)
 
            Teledyne Wireless Inc., Rancho Cordova, Calif., is being awarded a $370,000,000 firm-fixed-price, time and materials and cost-reimbursable without fee contract. This action provides for spare (nine items), remanufacture/modernization/repairs/repairs (57 output items), associated Engineering Services, and Logistics Sustainment/Modicfication Services and Data which are sole source to Teledyne within the authority of the approved SAF/AQ Class J&A #06-JA-013 (11 July 2006). The Class J&A covered supplies and services supporting Communications and Electronics items for the ALQ-131, ALQ-161, ALQ-135, ALQ-172 and the Joint Helmet Mounted Cuing Systems. At this time, no funds have been obligated. This work will be complete October 2017. For more information call (478) 327-8734. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8536-06-D-0002)
 
            McDonnell Douglas Corp., San Antonio, Texas, is being awarded a $306,512,243 firm-fixed-price with economic price adjustment contract modification. The Air Force is exercising an option VIII and option H, for fiscal year 2007, in support of KC-10 and KDC-10 Contractor Logistics Support. At this time, no funds have been obligated. This work will be complete September 2007. For more information call (405) 739-9183. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (F34601-98-C-0125/P00214)
 
            L3 Communications, Integrated Systems, Greenville, Texas, is being awarded a $13,610,000 time and material, cost reimbursable and firm-fixed price contract modification. This action is for one-year effort in support of Mission Communication System encompassing United States Air Force unique communication systems, which allows for ground and airborne, secure and non-secure communications between aircraft and ground stations installed on designated executive versions of the C-9, C-20 and VC-25A aircraft stationed at Andrews Air Force Base Maryland and in Europe. This contract provides for a 24-hour contact for in-flight emergencies, emergency inquiries, on-site support and operation of the benches located at Andrews Air Force Base including requests for software, firmware, and hardware changes including development and test; engineering feasibility studies, analyses and investigations of material deficiency reports and mishaps; and requirements for technical offers, preliminary engineering change proposal, minor modification, upgrades and enhancements including design, testing, integration and kit purchases. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8106-04-C-0002/P00041)
 
            Northrop Grumman Systems Corp., El Segundo, Calif., is being awarded an $11,976,924 cost-plus-fixed fee contract. This action provides for Air Force Information Warfare Center, Information Operations Concepts and Integration Program. At this time, $533,050 have been obligated. This work will be complete December 2011. Air Intelligence Agency, San Antonio, Texas, is the contracting activity. (FA7037-06-D-0001)
 
            Insight Technology Inc., Londonderry, N.H., is being awarded a $9,735,590 firm-fixed price contract modification. This contract action is required to assemble and deliver 145 Block I Panoramic Night Vision Goggles, 1,112 snap-on diaper assemblies, and 16 ANV-126-210 adapter kits. At this time, $7,301,693 have been obligated. This work will be complete April 2008. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8607-04-C-2752/P00011)
 
            Celtech Corp., Carlsbad, N.M., is being awarded a $7,810,376 firm-fixed-price contract. This action provides for refurbishment and upgraded of a maximum quantity of 7 A/M37T-21 Engine Test Stands, 12 A/M37T-20 Engine Test Stands, and 7 A/M99T-2 Calibration Trailers. These support equipment items are used for organizational level testing of uninstalled aircraft engines. With the appropriate adapter kit, the engine test stands are capable of testing all jet and turboprop engines in U.S. Military. The items maintained by the Support Equipment and Vehicle Management Directorates at Robins Air Force Base, Ga. At this time, no funds have been obligated. Solicitations began August 2006 and negotiations were complete September 2006. This work will be complete December 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8519-06-D-0018)
 
            JGB Enterprise Inc., Liverpool, N.Y., is being awarded a $7,135,895 firm-fixed-price contract. This action provides for basic expeditionary airfield resources, water systems and related components. This action is an order for the following: 18 diesel pumps, 5 source run subsystem, 8 each, 550 initials, 8 each 550 follow on, each industrial operations and flight line extension, 4 each 600 reverse osmosis water purifier units and 6 each 1500 reserve osmosis water purifier units. At this time, total funds have been obligated. This work will be complete March 2007. Headquarters 542d Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity. (FA8519-04-D-0017-0004)
 
            Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $6,180,731 firm-fixed-price contract modification. The action provides for necessary labor, materials, and facilities to procure, fabricate, test and deliver FY05 and FY06 initial provisioning items for the Minuteman III Guidance Replacement Program Full Rate Production. At this time, total funds have been obligated. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (F42610-98-C-0001/no mod # at this time)
 
NAVY
 
            L3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded $94,064,580 estimated value modification to a previously awarded fixed-price, cost-reimbursable, time and materials requirements contract (N00019-03-D-0010) to exercise an option for contractor logistics support for the T-45 Training System. Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (51 percent) and NAS Meridian, Miss. (49 percent), and is expected to be completed in September 2007. 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.
 
            Alliance Compliance Group JV (joint venture)*, San Diego, Calif., is being awarded a not to exceed $40,000,000firm-fixed price, indefinite-delivery/indefinite-quantity contract for architect-engineering services to provide multi-media environmental compliance support. Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (80 percent), Arizona (4 percent), Nevada (2 percent), New Mexico (2 percent), and Utah (2 percent), and is expected to be completed September 2007. Contract funds will not expire at the end of the current fiscal year. This contract was issued as a 100% Small Business Set Aside on the NAVFAC e-solicitation website with 14 proposals received and five firms slated for interview. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-06-D-2206).
 
            DME Corp., Orlando, Fla., is being awarded $33,564,976 for delivery order #0004 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-05-D-3011) for
Virtual Instrument Portal Equipment/Tester (VIPER/T) Third Echelon Test Set (TETS) and related equipment. TETS is a weapon system field portable, automated, diagnostic fault isolation mechanism. TETS has 3 variants; Radio Frequency (RF), Electro-Optical (EO), and RF/EO. The order is specifically for quantity 30 RF/EO variants, quantity 33 Stand Alone Instrument Fixtures (SAIF), quantity 10 Calibration Interface Devices, quantity 152 Functional Modification 1 Kits, and quantity 90 Functional Modification 2 Kits. Work will be performed in Orlando, Fla. (70 percent) and Santa Barbara, Calif. (30%), and is expected to be completed January 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively awarded through full and open competition with 2 proposals having been received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity. 
 
            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $24,351,219 delivery order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for implementation of Engineering Change Proposal 583R2C2, an avionics upgrade for the F/A-18A+ Program for the U.S. Marine Corps, including non-recurring engineering, a validation/verification kit, one spare set of displays and 12 retrofit kits. Work will be performed in St. Louis, Mo. (50 percent) and Toronto, Canada (50 percent), and is expected to be completed in April 2009. Contract funds in the amount of $2,326,939 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.
 
            Raytheon Systems Co., McKinney, Texas, , is being awarded a $24,232,820 firm fixed price order under previously awarded Basic Ordering Agreement N00164-06-G-8555, for Multi-spectral Targeting Systems (MTS), including 21 Turret Units and associated items in support of MH-60 Romeo and Sierra Multi-Mission Combat Helicopters. The MTS is a forward-looking infrared system used on Predator Unmanned Aerial Vehicles. The MTS provides real-time imagery selectable between infrared and night vision camera, as well as a laser designation capability. Work will be performed in McKinney, Texas, and is expected to be completed by May 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.
 
            BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $20,664,953 cost-plus-fixed-fee term, level of effort, contract for maintenance, logistics, and life cycle services in support of communication-electronic equipment/systems and subsystems for various Navy, Army, Air Force, Special Operations Forces and other Federal Agencies in support of the Special Communications Requirements Division of the Naval Air Warfare Center Aircraft Division. Work will be performed in California, Md. (62 percent); Fayetteville, N.C. 12 percent); Chesapeake, Va. (8 percent); San Diego, Calif. (7 percent); Fort Bliss, Texas (4 percent); Ft. Walton Beach, Fla. (2 percent); Panzer Kaserne, Germany (2 percent); Homestead, Fla. (2 percent); and Tampa, Fla. (1 percent), and is expected to be completed in September 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; 11 firms were solicited and one offer was received. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity N00421-06-C-0085).
 
            Lockheed Martin Corp., Maritime Systems and Sensors (LM MS2), 9500 Godwin Drive, Manassas, Va., was awarded Sept. 27, 2006, a $19,000,000 firm-fixed-price, time and material letter contract, for production and delivery of up to 208 (ea) Symphony Improvised Explosive Device (IED) Jammer Systems; including field test sets, operator reference cards, antenna elevation kits, uploader software, user guides, tool kits, theater support, field service engineering, and system documentation for a 52 week period to meet urgent Department of Defense (DoD) requirements in support of Operation Iraqi Freedom and Operation Enduring Freedom. The Symphony IED Jammer System is a programmable, radio-frequency IED defeat system that is vehicle mounted. Vehicle mounted systems are one element of the DoD’s Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) program. Work will be performed in Manassas, Va., and is expected to be completed by September 2007. Contract funds in the amount of $19,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-6363).
 
            John C. Grimberg Co., Inc., Rockville, Md., is being awarded $16,576,000 for firm-fixed price Task Order 0011 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0012) for construction of the Air Sovereignty Alert (ASA) Fighter Alert Complex and ASA Support Facilities at Andrews Air Force Base. Work will be performed in Camp Springs, Md., and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with 17 proposals received and award made on July 22, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity. 
 
            Chugach Industries, Inc.*, Anchorage, Alaska, is being awarded $14,847,866 under a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity base operating support (BOS) contract (N44255-05-D-7100) to exercise Option 1 for BOS services at Navy Region Northwest, North Sound area. The current total contract amount after exercise of this option will be $54,240,355. Work will be performed at Naval Air Station Whidbey Island, Oak Harbor, Wash. (94 percent); Naval Station Everett, Everett, Wash. (5 percent); and outlying facilities (1 percent), and is expected to be completed September 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured as an 8(a) small business set-aside under the Small Business Administration via the Naval Facilities Engineering Command e-solicitation website with two proposals received and award made on Sept. 29, 2005.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.
 
            Northrop Grumman Mission Systems, Defense Mission Systems Division, Dahlgren, Va., is being awarded an $11,977,731 modification under previously awarded contract (N00178-04-C-2020) to exercise an option for continued training tools integration, development, maintenance, documentation, and operation for the Aegis Training and Readiness Center/Center for Surface Combat Systems. Work will be performed in Dahlgren, Va. (55 percent); Norfolk, Va. (22 percent); San Diego, Calif. (12 percent); Pearl Harbor, Hawaii (8 percent); Mayport, Fla. (2 percent); and Everett, Wash. (1 percent), and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. This modification combines support of the U.S. Navy (90 percent) and the governments of Japan (3 percent), Norway (3 percent), South Korea (3 percent), and Spain (1 percent) under the Foreign Military Sales program. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity.
 
            FLIR Systems Inc, North Billerica, Mass., is being awarded an $11,837,038 firm-fixed-price, indefinite-delivery/indefinite quantity contract, for delivery of a minimum 4 (ea), maximum 250 (ea) hand-held Long Range Infrared Imaging Systems. The Long Range Infrared Imaging System is used during special operations missions for target acquisition in a maritime environment with high temperatures and high humidity. The system provides the end user the capability to detect and identify targets from long range, in a lightweight man-portable package.
Work will be performed in North Billerica, Mass., and is expected to be completed by December 2011. Contract funds in the amount of $560,163, will expire by the end of the current fiscal year. The contract was competitively procured and advertised via the Internet, with four proposals received. The Naval Surface Warfare Center, Crane Division, Crane Ind., is the contracting activity (N00164-06-D-8597).
 
            John C. Grimberg Co., Inc., Rockville, Md., is being awarded $9,897,000 for firm-fixed price Task Order 0012 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0012) for construction of the Electromagnetic Research/Engineering Test Facilities at Naval Support Activity, South Potomac. Work will be performed in Dahlgren, Va., and is expected to be completed by December 2007. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with 17 proposals received and award made on July 22, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity. 
 
            John C. Grimberg Co., Inc., Rockville, Md., is being awarded $7,495,000 for firm-fixed price Task Order 0013 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0012) for construction of the Joint Explosive Ordnance Disposal Technical Support Facility, Phase 2, at Stump Neck Annex, Indian Head. The work to be performed provides for the design and construction of a two-story addition to Building 2172 and will connect to both the existing original construction and the Phase 1 addition. The addition will include a raised floor server room, two Sensitive Areas, offices for the four Service Detachments, a Visual Imaging Lab, an Advanced Concepts Lab, along with various administrative and support offices. The entire building will be a secure facility. Work will be performed in Indian Head, Md., and is expected to be completed by April 2008. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with 17 proposals received and award made on July 22, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity. 
 
            Lockheed Martin Systems Integration-Owego, Owego, N.Y., is being awarded a $6,979,116 modification to a previously awarded cost-plus-incentive-fee contract (N00019-05-C-0076) for non-recurring design efforts associated with Link 16/P3I Phase II of the MH-60R/S Block I Upgrade. Work will be performed in Owego, N.Y., and is expected to be completed in May 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.
 
            Anteon Corp., Fairfax, Va., is being awarded a $6,565,715 award term task order #0017 under a previously awarded contract (M67854-02-A-9014) (task order #0015), for engineering & scientific support, program manager Radars Annual Support for the Marine Air Ground Task Force Command and Control (MAGTF C2) Weapons and Sensors Development and Integration (MC2I) Office. Funding in the amount of $6,431,168.00 is being applied at the time of award. The Contractor will provide on-going technical, managerial and logistics support for PG-11Work will be performed in Stafford, Va., and is expected to be completed in October 2007. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity. , Marine Air Ground Task Force Command and Control (MAGTF C2) weapons and sensors development and integration, Program Manager Radars principal programs and emerging requirements.  
 
            Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $6,413,400 for firm-fixed price Task Order 0009under previously awarded indefinite-quantity multiple award construction contract (N62467-01-D-0297) for renovations to existing Marine Corps Reserve Center Administration Building and Vehicle Maintenance Facility. Work will be performed in Eastover, S.C., and is expected to be completed by March 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 32 offers solicited, six proposals received, and award made on May 30, 2002. The total contract amount is not to exceed $200,000,000 (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, Southeast, Jacksonville, Fla., is the contracting activity.
 
            Communication & Power Industries, Microwave Power Products Division, Palo Alto, Calif., is being awarded a maximum $6,199,440 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for performance-based engineering services to support for the Continuous Wave Illuminator Traveling Wave Tube (TWT) and Simplified Driver TWT used in the Aegis AN/SPY-Radar Systems. The services will include efforts to increase reliability, improve performance, reduce acquisition costs or transition engineering efforts into production of existing TWT designs. The contract combines support for the U.S. Navy (20 percent) and the governments of Korea (20 percent), Spain (20 percent), Australia, (20 percent), and Japan (20 percent) under the Foreign Military Sales Program. Work will be performed in Palo Alto, Calif., and is expected to be completed by September 2011. Contract funds will not expire at the end of the current fiscal year. The contract was non-competitively procured in accordance with Federal Acquisition Regulation 6.302-1. The procurement was synopsized on Federal Business Opportunities website, the Naval Surface Warfare Center (NSWC) Crane Acquisition Division website, and the Request For Proposal was posted on the NSWC Crane Acquisition Division website with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-8958).
 
            J&E Associates, Inc., Silver Spring, Md., is being awarded a $5,454,224 time & materials contract for the New Parent Support Program, to assist Marines and their families as they prepare to integrate a child into the home. The contract includes three option years, which, if exercised, would bring the cumulative value of this contract to $22,059,633. Work will be performed at Quantico, Va. (20 percent); Camp Lejune, N.C. (20 percent); MCAS Cherry Point, N.C. (20 percent); Camp Pendleton, Calif. (20 percent); Twenty Nine Palms, Calif. (10 percent); and Kaneohe Bay, Hawaii (10 percent), and is expected to be completed September 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce On-line site, with three offers received. The Regional Contracting Office Northeast, Marine Corps Base, Quantico, Va., is the contracting activity (M000264-06-C-0014).
 
            General Dynamics – Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded a $5,286,000 not-to-exceed contract for the procurement of spare parts for the Pakistani Army’s MI-17 helicopters under the Foreign Military Sales Program. The MI-17 aircraft parts are required to meet the operational requirements for the Pakistan Army in support of the Global War on Terrorism. Work will be performed in St. Petersburg, Fla., and is expected to be completed in October 2007. Contract funds in the amount of $5,286,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-06-C-0125).