DOD: DEPARTMENT OF DEFENSE
The Department of Defense announced today the death of a sailor who was supporting Operation Iraqi Freedom.
Petty Officer 2nd Class Edward A. Koth, 30, ofTowson, Md.,
died July 26 at Camp Victory, Iraq, after ordnance exploded during a
disposal operation. Koth was assigned to Explosive Ordnance Disposal Mobile
Unit Eight, serving with Multinational Corps Iraq in Baghdad.
The incident is under investigation.
DoD Identifies Marine Casualties
The Department of Defense announced today the death of four Marines who
were supporting Operation Iraqi Freedom.
Lance Cpl. James W. Higgins, 22, of Frederick, Md., died
July 27 from wounds received while conducting combat operations in Al Anbar
province, Iraq. He was assigned to 1st Battalion, 1st Marine Regiment, 1st
Marine Division, I Marine Expeditionary Force, Camp Pendleton, Calif.
Lance Cpl. Adam R. Murray, 21, of Cordova, Tenn., died July 27 while
conducting combat operations in Al Anbar province, Iraq. He was
assigned to 3rd Battalion, 8th Marine Regiment, 2nd Marine Division, II Marine
Expeditionary Force, Camp Lejeune, N.C.
Cpl. Timothy D. Roos, 21, of Cincinnati, Ohio, died July 27 from wounds
received while conducting combat operations in Al Anbar province, Iraq.
He was assigned to 3rd Battalion, 8th Marine Regiment, 2nd Marine
Division, II Marine Expeditionary Force, Camp Lejeune, N.C.
Pfc. Enrique C. Sanchez, 21, of Garner, N.C., died July 27 while
conducting combat operations in Al Anbar province, Iraq. He was assigned to 3rd
Battalion, 8th Marine Regiment, 2nd Marine Division, II Marine
Expeditionary Force, Camp Lejeune, N.C.
Flag Officer Assignments
Chief of Naval Operations Adm. Mike Mullen announced the following flag
officer assignments:
Rear Adm. (lower half)(selectee) Thomas J. Eccles is being assigned as
deputy commander for undersea warfare, SEA-07, Naval Sea Systems Command,
Washington, D.C. Eccles is currently serving as major program manager for Seawolf,
Program Executive Office Submarines, Washington, D.C.
Rear Adm. (lower half) (selectee) John Elnitsky II is being assigned as
commander, Naval Undersea Warfare Center, Washington, D.C. Elnitsky is
currently serving as major program manager for undersea mobility, PM
399, Naval Sea Systems Command, Washington, D.C.
FLAG OFFICER ANNOUNCEMENT Secretary of Defense Donald H. Rumsfeld
announced today that the President has nominated Navy Vice Adm. Ann E. Rondeau for reappointment to the grade of vice admiral and assignment as deputy commander, U.S. Transportation Command, Scott Air Force Base, Ill. Rondeau is currently serving as director, Navy
Staff, N09B, Office of the Chief of Naval Operations, Pentagon, Washington,
D.C.
General Officer Announcement
Secretary of Defense Donald H. Rumsfeld announced today
that the President has nominated Army Brig. Gen Carroll F. Pollett for the
appointment to the grade of major general. Pollett is currently serving as
commanding general, United States Army Network Enterprise Technology Command, Fort
Huachuca, Ariz.
DOD CONTRACTS
_AIR FORCE
McDonnell Douglas Corp.,Long Beach, Calif., is being
awarded a
$780,000,000 firm-fixed-price contract. This is an undefinitized
contract
action for a foreign military sales delivery order contract that will
provide
four C-17 aircraft to the Royal Australian Air Force (RAAF). The C-17
system
group, in accordance with air mobility command, has arranged for the
reallocation of four C-17 aircraft delivery positions from the Air
Force
Multi-Year Procurement II (MYPII) contract, F33657-02-C-2001, for
delivery to
RAAF. At this time, $390,000,000 has been obligated. Negotiations
were
complete July 2006. This work will be completed in phases: first
delivery
November 2006; second, May 2007; third, January 2008 and fourth,
February
2008. Headquarters 328th Aeronautical Systems Center, Wright Patterson
Air
Force Base, Ohio, is the contracting activity. Public Affairs point of
contact is ASC/PAM at 937-255-3334 (FA8614-06-D-2006, delivery order
0001).
Engineering Research and Consulting Inc., Huntsville, Ala.,
is
being awarded a $72,435,099 cost-plus-fixed-fee, cost reimbursement,
firm-fixed-price contract. This action provides for research in
propulsion
sciences: The research in propulsion sciences contract will provide
on-site
theoretical and experimental scientific and engineering research and
development in rocket propulsion at the Air Force research laboratory
located
at Edwards Air Force Base, Cali. A strong effort in basic research is
required, but elements of the broader research and development scope
and
technology transition are also included. Research will focus on
discovery,
synthesis, characterization, and development of energetic and
non-energetic
materials, research, development, and modeling of novel propulsion
methods and
devices, and combustion modeling and aero physics interactions. The
contractor shall function in government/contractor teams. Typical work
performed includes propellant research, analytical chemistry, the study
of
fracture mechanics, investigating aero physics interactions, bench
level
contractor researchers work along-side government scientists and
engineers and
collaborate on the research and development activities. At this time
no funds
have been obligated. This work will be complete in September 2011.
Solicitation began March 2006. Air Force Flight Test Center, Edwards
Air
Force Base, Calif., is the contracting activity (FA9300-06-C-0023).
Business Technologies and Solutions, Inc., Dayton, Ohio, is
being
awarded a $14,905,898 indefinite-delivery/indefinite-quantity
cost-plus-award-fee and cost-reimbursement contract modification. This
action
provides for the technical and acquisition management support program,
provides a wide range of diverse non-engineering, technical and
acquisition
management support required in the acquisition, development, production
, and
support of various equipment and weapon systems within the air armament
center
and other organizations at Eglin Air Force Base, Fla. At this time no
funds
have been obligated. This work will be complete September 2007.
Headquarters
Air Armament Center, Eglin Air Force Base, Fla., is the contracting
activity
(FA9200-05-C-0002/P00005).
Lockheed Martin Aeronautics Corp., Littleton, Co., is being
awarded an $8,053,729 cost-plus-fixed-fee contract. The purpose of
this
action is for AFRL/VS to exercise the option portion of this contract,
which
result in a critical design review (CDR) and post CDR activities to
achieve
space situational awareness capabilities and functionality into to a
Nan
satellite package. During the basic portion of the contract, the
objective
was to perform the development activities and conduct a tailored
preliminary
design review to achieve space situational awareness capabilities and
functionally into a Nan satellite package. At this time $400,000 has
been
obligated. This work will be complete August 2007. Air Force Research
Lab,
Kirtland Air Force Base, N.M. is the contracting activity
(FA9453-06-D-0330).
Honeywell International Inc., Defense and Space Electronic
Systems, Clearwater, Fla., is being awarded a $6,816,888
firm-fixed-price
contract. This contract is to continue spiral development of existing
ballistic missile range safety technology (BMRST) systems and procure
additional BMRST system is a mobile global positioning system (GPS) and
telemetry based space launch range safety systems. At this time
$6,816,888
has been obligated. Solicitations began March 2006. Negotiations were
complete June 2006. This work will be complete July 2007.
Headquarters Space
and Missile Defense Systems Center, Los Angeles Air Force Base, Calif.,
is the
contracting activity (FA8818-06-C-0033).
Integral Systems Inc., Lanham, Md., is being awarded a
$6,427,101
cost-plus-award fee contract modification. This contract change
modifies the
command and control system-consolidated (CCS-C) effort to support the
test
automated operations (TAO) development for the wideband gapfiller
satellite
(WGS) program. This change will also incorporate new WGS requirements.
The
CCS-S program provides an upgraded capability to command and control
the Air
Force's communication satellites, including the defense satellite
communication system, Milstar, advanced extremely high frequency, and
wideband
gapfiller satellites. At this time $2,756,535 has been obligated.
This work
will be complete June 2010. Headquarters Space and Missile Defense
Systems
Center, Los Angeles Air Force Base, Calif., is the contracting activity
(F04701-01-C-0012/P00099).
Lockheed Martin Aeronautics Corp., Marietta, Ga., is being
awarded
a $5,369,597 firm-fixed-price contract modification. This is a
modification
to the C-15 avionics modernization program and the procurement of Lot
II and
Lot IV mobility readiness spares for the avionics modernization
program. At
this time $5,369,597 has been obligated. Negations were complete June
2006.
This work will be complete June 2008. Headquarters Aeronautical
Systems
Center, Wright Patterson Air Force Base, Ohio, is the contracting
activity
(F33657-98-C-006/P00183).
_
_ARMY
AM General L.L.C., South Bend , Ind. , was awarded on July
27,
2006, a $595,816,409 modification firm-fixed-price contract for
M1151A1s with
B1Kit and to establish ceiling prices for armor kits. Work will be
performed
in South Bend, Ind., and is expected to be completed by Dec. 31, 2007.
Contract funds will not expire at the end of the current fiscal year.
This
was a sole source contract initiated on July 17, 2000. The Army
Tank-Automotive and Armaments Command, Warren, Mich., is the
contracting
activity (DAAE07-01-C-S001).
Walsh Construction Co., Chicago, Ill., was awarded on July
27,
2006, a delivery order amount of $30,138,800 as part of a $30,138,800
firm-fixed-price contract for renovations of Specker Barracks. Work
will be
performed at Fort Leonard Wood, Mo., and is expected to be completed by
July
1, 2007. Contract funds will not expire at the end of the current
fiscal
year. This was a sole source contract initiated on June 13, 2006. The
Army
Corps of Engineers, Kansas City, Mo., is the contracting activity
(W912DQ-05-D-0016).
General Dynamics Land Systems Inc., Sterling Heights,
Mich., was
awarded on July 27, 2006, an $8,318,171 modification to a
cost-plus-fixed-fee
contract for systems technical support for the Abrams Tank program.
Work will
be performed in Sterling Heights, Mich., and is expected to be
completed by
Dec. 31, 2006. Contract funds will not expire at the end of the
current
fiscal year. This was a sole source contract initiated on Nov. 23,
2001. The
Army Tank-Automotive and Armaments, Warren, Mich., is the contracting
activity
(DAAE07-01-C-N075).
Honeywell International, Clearwater, Fla., was awarded on
July 27,
2006, a delivery order amount of $7,525,000 as part of a $7,525,000
firm-fixed-price contract for inertial navigation unit for the Bradley
fighting vehicle system, Knight vehicle, Bradley fire support team, and
Abrams
integrated management. Work will be performed in Clearwater, Fla., and
is
expected to be completed by July 31, 2008. Contract funds will not
expire at
the end of the current fiscal year. This was a sole source contract
initiated
on July 25, 2006. The Army Tank-Automotive and Armaments Command, Rock
Island, Ill., is the contracting activity (DAAE20-01-D-0092).
_
Allison Transmission, Indianapolis, Ind., was awarded on
July 27,
2006, a $5,850,525 modification to a firm-fixed-price contract for
X200-4A
transmissions in containers used on the M113 vehicles. Work will be
performed
in Indianapolis, Ind., and is expected to be completed by May 30, 2007.
Contract funds will not expire at the end of the current fiscal year.
This
was a sole source contract initiated on June 21, 2006. The Army
Tank-Automotive and Armaments Command, Warren, Mich., is the
contracting
activity (DAAE07-03-C-N197).
_
_NAVY
Raytheon Systems Co., Integrated Defense Systems, Keyport,
Wash.,
is being awarded an estimated $95,388,012 firm-fixed-price modification
to
previously awarded contract (N00024-04-C-6101) for the consolidated
MK48 and
MK54 torpedo kit hardware, with engineering and repair services. The
primary
purpose of this modification is to purchase the necessary quantities of
torpedoes and support services necessary to support fleet operational
requirements for the various torpedo product lines. This contract
combines
support for the Navy (70 percent) and the Government of Australia (30
percent)
under the foreign military sales program. Work will be performed in
Keyport,
Wash. (90 percent), and Portsmouth, R.I. (10 percent), and is expected
to be
completed by June 2009. Contract funds in the amount of $150,000 will
expire
at the end of the current fiscal year. The contract was not
competitively
procured. The Naval Sea Systems Command, Washington, D.C., is the
contracting
activity.
Northrop Grumman Ship Systems (NGSS), a Northrop Grumman
Corporation Co., Pascagoula, Miss., is being awarded a not-to-exceed
$58,427,517 cost-plus-award-fee contract for CG 47 and DD 963 class
integrated
planning yard services. NGSS will provide expert design, planning, and
material support services for both maintenance and modernization. Work
will
be performed in Pascagoula, Miss., and is expected to be completed by
July
2011. Contract funds in the amount of $1,000, will expire at the end
of the
current fiscal year. The contract was not competitively procured. The
Naval
Sea Systems Command, Washington, D.C., is the contracting activity
(N00024-06-C-2306).
McDonnell Douglas Corp., a wholly owned subsidiary of The
Boeing
Co., St. Louis, Mo., is being awarded a $44,286,967 modification to a
previously awarded firm-fixed-price contract (N00019-06-C-0027) for 28
Harpoon
all-up-round (AUR) missiles which consist of 20 tactical block II
airlaunch
AUR missiles for the Governments of Chile (10) and Pakistan (10); four
exercise block II grade B AUR for the Government of Canada; two
tactical block
II Harpoon missile body AUR for the Government of Austrilia; and two
tactical
block II airlaunch AUR for the Government of Malaysia. The contract
also
includes six warhead sections for the Governments of Canada (4) and
Australia
(2); 24 MK631 canister AUR containers for the Governments of Pakistan
(10),
Chile (10) and Canada (4); six MK992 exercise/warhead containers for
the
Governments of Canada (4) and Australia (2); and one MK607 airlaunch
AUR
container for the Government of Australia. This contract combines
purchases
for the Governments of Chile ($15,843,630; 35.78 percent), Pakistan
($15,793,603; 35.65 percent), Canada ($7,600,780; 17.16 percent),
Australia
($2,632,379; 5.95 percent) and Malaysia ($2,416,548; 5.46 percent)
under the
foreign military sales program. Work will be performed in St. Charles,
Mo.
(50.28 percent), McKinney, Texas (14.12 percent), Toledo, Ohio (5.83
percent),
United Kingdom (5.18 percent), Huntsville, Ala. (3.72 percent),
Clearwater,
Fla. (3.61 percent), Galena, Kan. (2.29 percent), Elkton, Md. (2.08
percent),
Kirwood, Mo.(2.00 percent), Middletown, Conn. (1.78 percent), and other
various locations throughout the United States (9.11 percent), and is
expected
to be completed in June 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.
_
Rockwell Collins, Inc., Government Systems Division, Cedar
Rapids,
Iowa, is being awarded a $25,754,556 ten-year requirements contract for
performanced based logistics (PBL) support of the AN/ARC-210(V)
electronics
protection radio system used on numerous aircraft platforms, ground
stations,
and aboard ships. This contract includes one five-year option period,
which
if exercised, brings the total estimated value of the contract to
$53,195,424.
Work will be performed in Cedar Rapids, Iowa, and work is expected to
be
completed by July 2016. 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 (N00383-06-D-007G).
Lockheed Martin Maritime Systems and Sensors Electronics
Park, a
division of Lockheed Martin Corporation, Syracuse, N.Y., is being
awarded a
not-to-exceed $23,354,302 cost-plus-fixed-fee and firm-fixed-price
modification under previously awarded letter contract
(N00024-05-C-6237) to
exercise an option for production of three installation and checkout
kits and
supporting equipment for three remote minehunting vehicle (RMV) units,
engineering services, and overhaul of the remote minehunting
engineering
development models (EDMs) numbers 1 and 2. This effort is in support
of the
remote minehunting system (RMS) program. The AN/WLD-1(V)1 RMS consists
of a
high-endurance, remotely controlled, off-board, low-observable,
semi-submersible vehicle that will be used for mine reconnaissance.
The goal
of the RMS is to provide fleet combatants with the capability to detect
and
classify bottom and moored contacts. The RMVs will be incorporated
into the
DDG 91 through DDG96 class ships and the Littoral Combat Ship class.
This
effort consists of procuring the INCO kits and support equipment for
the first
three RMVs, overhauling the remote minehunting EDMs #1 and #2, and
engineering
services. Work will be performed in Syracuse, N.Y. (60 percent), and
Riviera
Beach, Fla. (40 percent), and is expected to be completed by August
2007.
Contract funds will not expire at the end of the current fiscal year.
The
Naval Sea Systems Command, Washington, D.C., is the contracting
activity.
_
Northrop Grumman Corp., Electronic Systems (NGES),
Annapolis, Md.,
is being awarded an $18,630,236 cost-plus-award-fee delivery order to a
basic
ordering agreement for the advanced SEAL delivery system (ASDS)
reliability
improvement program (ARIP). ASDS is a United States Special Operations
Command sponsored effort to develop a dry combat submersible for use by
special operations forces (SOF) and the necessary host submarine
interfaces.
The SOF Undersea Mobility Program office (PMS399) of the program
executive
officer for submarines provides for technical, engineering,
integration,
material, and logistics support for ASDS. Under this delivery order,
NGES
will perform critical system reviews to systematically review the
ASDS-1
design in order to support the development of a plan for increasing the
availability and reliability of ASDS, analyze supply support
alternatives and
diminished manufacturing sources, and provide other related support.
Work
will be performed in Annapolis, Md. (40.9 percent); Newport News, Va.
(42.6
percent); State College, Pa. (5.6 percent); West Bethesda, Md. (4.5
percent);
Groton, Conn. (2.6 percent); Bethpage, N.Y. (0.9 percent); McLean, Va.
(0.8
percent); Rockville, Md. (0.4 percent); Crane, Ind. (0.4 percent);
Falls
Church, Va. (0.4 percent); Charlottesville, Va. (0.4 percent);
Torrance,
Calif. (0.4 percent); and Knoxville, Tenn. (0.1 percent) and is
expected to be
completed by May 2007. Contract funds in the amount of $2,177,422 will
expire
at the end of the current fiscal year. This contract was not
competitively
procured. The Naval Sea Systems Command, Washington, D.C., is the
contracting
activity (N00024-04-G-6202).
Custom Analytical Engineering Systems, Inc., Flintstone,
Md., is
being awarded a $9,997,208 cost-plus-fixed-fee (term and completion)
indefinite-delivery/indefinite-quantity contract for technical,
engineering,
and analytical support to assist in development of composite materials
for
extended range munitions, advanced gun propulsion, and advanced
propulsion
systems. Work will be performed in Flintstone, Md., and is expected to
be
completed by July 2009. Contract funds will not expire at the end of
the
current fiscal year. The Naval Surface Warfare Center, Dahlgren
Division,
Dahlgren, Va., is the contracting activity (N00178-06-D-3030).
Woods Hole Oceanographic Institute, Woods Hole, Mass., is
being
awarded a $9,660,001 cost-plus-fixed fee,
indefinite-delivery/indefinite-quantity contract for oceanographic
research
and development efforts in support of the joint robotics program's work
on
advanced robotics systems. Tasking will include, but is not be limited
to,
research and development of unmanned systems to perform ocean floor
exploration, data analysis of current flow and effect from
oceanographic
events and anomalies; and through data grids and maps, evaluate the
magnitude,
variability and co-variation in respect to the accuracy and quality of
the
original data. Work will be performed in Woods Hole, Mass., and is
expected
to be completed by September 2011. Contract funds will expire at the
end of
the current year. This contract was not competitively procured. The
Naval
Surface Warfare Center, Crane Division, Crane, Ind., is the contracting
activity (N00164-06-D-6672).
Rolls Royce, plc in Bristol, England, is being awarded a
$5,352,621 priced order (5351) under previously awarded contract
(N00383-04-G-001M) for procurement of ring base plates used in support
of the
F-402 engine. Work will be performed in Bristol, England, and work is
to be
completed by August 2009. Contract funds will not expire at the end of
the
fiscal year. This contract was not awarded competitively. The Naval
Inventory Control Point is the contracting activity.
_DEFENSE INFORMATION TECHNOLOGY CONTRACTING ORGANIZATION_
T-Systems Business Services, GmbH, Godesberger Allee 117,
D-53175
Bonn, Germany, is being awarded a firm-fixed-price contract. The
contract has
a performance period of one year for installation of the network, with
a
three-year period of cable plant administration following network
installation. Total cost of the contract for the four-year period is
$5,536,249. This contract will provide a fiber optic backbone
consisting of
defined segments traversing public and private lands in Germany with
terminating points on selected U.S. military installations. It will be
used
to transmit critical command information to DoD personnel. The
requirement
was solicited and awarded on a full and open competition basis. The
solicitation was synopsized on the federal business opportunities
website as
well as the DITCO contracting opportunities website. Six offers were
received. The contractor is a foreign vendor with offices throughout
Germany
. The Defense Information Technology Contracting Organization-Europe
is the
contracting activity (HC1021-06-C-2000).
