U.S. Department of Defense Header Image (click to return to U.S. Department of Defense homepage)
Search DefenseLink.mil
Oct. 24, 2004  War on Terror   Transformation   News Products   Press Resources   Images   Websites   Contact Us 
U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contracts
On the Web:

Media contact: +1 (703) 697-5131
Public contact:
http://www.dod.mil/faq/comment.html
or +1 (703) 428-0711

FOR RELEASE AT No. 906-04
5 p.m. ET September 15, 2004

CONTRACTS

 

ARMY

 

            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Sept. 13, 2004, a $257,804,996 modification to a firm-fixed-price contract for 153 PAC-3 Missile Four Packs, one MSE Kit, and Ground Support Equipment for the PAC-3 Missile Program.  Work will be performed in Grand Prairie, Texas, and is expected to be completed by April 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Aug. 19, 2003.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0191).

 

            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Sept. 10, 2004, a delivery order amount of $17,417,120 as part of a $17,417,120 firm-fixed-price contract for overhaul, repair, and modification of the “L” Model Main Transmission for the UH-60.  Work will be performed in Stratford, Conn., and is expected to be completed by March 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Aug. 17, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (N00383-99-D-016N).

 

            Sauer Inc., Jacksonville, Fla., was awarded on Sept. 13, 2004, an $8,160,300 firm-fixed-price contract for construction of a Special Operations Forces Training Facility.  Work will be performed at Fort Bragg, N.C., and is expected to be completed by March 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 456 bids solicited on Feb. 27, 2004, and three bids were received.  The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-04-C-0038).

 

            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Sept. 10, 2004, a delivery order amount of $7,873,632 as part of a $7,873,632 firm-fixed-price contract for overhaul, repair, and modification of the “A” Model Main Transmission for the UH-60.  Work will be performed in Stratford, Conn., and is expected to be completed by March 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Aug. 17, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (N00383-99-D-016N).

 

            Trace Photonics Inc.*, Charleston, Ill., was awarded on Sept. 10, 2004, a $996,930 increment as part of a $6,940,483 cost-plus-fixed-fee contract for development of the Radio Isotope Micro Power Sources Program.  Work will be performed in Charleston, Ill., and is expected to be completed by June 20, 2008.  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 Sept. 26, 2003, and four bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-C-1123).

 

            ITT Industries, Fort Wayne, Ind., was awarded on Sept. 14, 2004, a $600,000 increment as part of a $7,270,709 cost-plus-incentive fee contract for development of the Joint Tactical Radio System Bowman Very High Frequency Waveform.  Work will be performed in Clifton, N.J. (40 percent), Fort Wayne, Ind. (30 percent), and San Diego, Calif. (30 percent), and is expected to be completed by Dec. 14, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 30, 2004.  The U.S. Army Contracting Agency, Alexandria, Va., is the contracting activity (W91QUZ-04-C-0009).

 

            Universe Technologies Inc., Frederick, Md., was awarded on Sept. 13, 2004, a delivery order amount of $60,000 as part of a $15,000,000 firm-fixed-price contract for various environmental programs.  Performance location will be determined with each delivery order, and is expected to be completed by Sept. 12, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 95 bids solicited on May 6, 2004, and ten bids were received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-04-D-0080).

 

            Engineering & Environment Inc., Virginia Beach, Va., was awarded on Sept. 13, 2004, a delivery order amount of $60,000 as part of a $15,000,000 firm-fixed-price contract for various environmental programs.  Performance location will be determined with each delivery order, and is expected to be completed by Sept. 12, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 95 bids solicited on May 6, 2004, and ten bids were received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-04-D-0081).

 

            J.M. Waller Associates Inc., Burke, Va., was awarded on Sept. 13, 2004, a delivery order amount of $60,000 as part of a $15,000,000 firm-fixed-price contract for various environmental programs.  Performance location will be determined with each delivery order, and is expected to be completed by Sept. 12, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 95 bids solicited on May 6, 2004, and ten bids were received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-04-D-0082).

 

            VERSAR Inc., Springfield, Va., was awarded on Sept. 13, 2004, a delivery order amount of $60,000 as part of a $15,000,000 firm-fixed-price contract for various environmental programs.  Performance location will be determined with each delivery order, and is expected to be completed by Sept. 12, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 95 bids solicited on May 6, 2004, and ten bids were received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-04-D-0083).

 

AIR FORCE

 

            Dyncorp Technical Services, Vance Air Force Base, Okla., is being awarded a $56,825,305 fixed-price incentive-firm contract modification to provide for Operation and Maintenance for Vance Air Force Base, Okla. in support of the T-37/T-38/T-1A/T-6 undergraduate pilot training for Fourth Option Year/Period 1 October 2004 through 30 September 2005.  No funds have been obligated.  This work will be complete by September 2005.  The Air Education and Training Command, Randolph Air Force Base, Texas, is the contracting activity (F41689-00-C-0503, P00041).

 

            Raytheon Aircraft Co., Wichita, Kan., is being awarded a $43,037,145 firm fixed price contract modification to provide for a one-year extension to current Air Vehicle Contract Logistics Support (CLS) to support the CLS effort through Fiscal-Year 2005.  No funds have been obligated.  This work will be complete by September 2005.  Negotiations were completed September 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F34601-96-C-0180, P00062).

 

            ARCTEC Services, Colorado Springs, Colo., is being awarded a $41,160,492 fixed-price incentive-fee contract modification.  This modification is to fund option year five, fiscal 2005, to manage, operate, maintain, and logistically support the Solid State Phase Array Radar System at Cape Cod AFS, Mass.; Beale Air Force Base, Calif.; Thule Air Base, Greenland; Clear Air Station, Alaska, and RAF Flyingdales, UK.  Location of performances are ARCTEC Services, Colorado Springs and Clear Air Station, Alaska.  Total funds have been obligated.  This work will be complete by September 2005.  The 21st Space Wing, Peterson Air Force Base, Colo., is the contracting activity (F05604-99-C-9004).

 

            L3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded an $8,808,508 firm fixed price contract modification to provide for Trainer Maintenance at Sheppard Air Force Base, Texas and satellite sites at Naval Air Station Pensacola, Fla. and Fort Eustis,Va.  This action is to exercise option period one, Oct.1, 2004 through Sept. 30, 2005.  Total funds have been obligated.  This work will be complete by September 2005.  The Air Education and Training Command, Sheppard Air Force Base, Texas, is the contracting activity (F41689-03-C-0018, A00004).

 

            Lockheed Martin Corp., Marietta, Ga., is being awarded a $6,996,295 cost-plus award-fee contract modification to provide for integration of the Integrated Standby Instrument System.  At this time, $1,300,000 of the funds has been obligated.  This work will be complete by June 2008.  Negotiations were completed August 2004.  Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-02-C-2000, P00049).

 

            T Square Logistics Services Corp., Colorado Springs, Colo., is being awarded a $5,954,949 firm fixed price contract modification to provide for Logistics Services at Sheppard Air Force Base, Texas to perform base supply, fuels, and vehicle operations and maintenance services.  Current action is to exercise option period two, Oct.1, 2004 through Sept. 30, 2005.  The location of performance is Sheppard Air Force Base, Texas.  Total funds have been obligated.  This work will be complete by September 2005.  The Air Education and Training Command, Sheppard Air Force Base, Texas, is the contracting activity (F41612-03-C-0006).

 

            TekStar, Colorado Springs, Colo., is being awarded a $5,526,962 fixed-price incentive-fee contract modification to provide for Civil Engineering Operations and Maintenance Services of the operations facilities at Schriever Air Force Base for buildings 400/401/712.  Services include facilities management duties, operation, maintenance, repair, construction, test, and inspection of all installed Real Property and Real Property Installed Equipment to include:  Heating, Ventilation, and Air Conditioning systems, electrical distribution systems, lightning protection, facility water systems, sanitary sewer systems, and solid state uninterrupted power systems.  Report is for announcement of exercise of third option only.  Total funds have been obligated.  This work will be complete by September 2005.  The 50th Space Wing, Schriever Air Force Base, Colo., is the contracting activity (FA2550-02-C-0004, P00064).

 

DEFENSE LOGISTICS AGENCY

 

            BMMI*, Sitra, Bahrain, is being awarded a $42,000,000 firm fixed price with indefinite delivery type contract for a C-2 emergency acquisition for full line food distribution in support of Operating Enduring Freedom for the U.S. Army, U.S. Navy, U.S. Air Force and U.S. Marine Corps.  Performance completion date is scheduled to be Sept. 14, 2005.  Contract funds will expire at the end of the current fiscal year.  There was one proposal solicited and one responded.  This action was necessary to meet the demands for the current pace until a new solicitation can be awarded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-04-D-3003).

 

            Caravan Trading Co.*, Union City, Calif., is being awarded a $10,106,500 firm fixed price with indefinite delivery/quantity type contract for Meals Ready to Eat (MRE’s) bakery components for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  This contract is exercising its first one-year option period.  Performance completion date is expected to be Sept. 21, 2005.  Contract funds will not expire at the end of the current fiscal year.  There had been originally 34 proposals solicited and three had responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-03-D-Z134).

 

NAVY

 

            Northrop Grumman Systems Corp., Electronic Systems-Defensive Systems Div., Rolling Meadows, Ill., is being awarded a $26,653,582 estimated-value, cost-plus-fixed-fee contract for the development of two prototype Agile Rapid Global Combat Support Automated Test Systems.  Work will be performed in Rolling Meadows, Ill., and is expected to be completed in September 2006.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured through a Broad Agency Announcement; 15 proposals were solicited and nine offers were received.  The Naval Air Systems Command Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-04-C-0024).

 

            Resource Consultants Inc. (RCI), Vienna, Va., is being awarded a $20,611,290 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for services in support of the Naval Supply Systems Command's Hazardous Material Control and Management Program.  This contract contains four 12-month option periods, which if exercised, bring the total estimated value of the contract to $121,551,979.  Work will be performed at Mechanicsburg, Pa. (9 percent); Norfolk, Va. (27 percent); Jacksonville, Fla. (11 percent); Ingleside, Texas (1 percent); San Diego, Calif. (16 percent); Bremerton, Wash. (8 percent); Pearl Harbor, Hawaii (3 percent); Guam (3 percent); Yokosuka, Japan, (9 percent); Okinawa, Japan (12 percent); and Sigonella, Italy (1 percent), and work is expected to be completed by September 2005.  Contract funds will not expire at the end of the fiscal year.  This contract was competitively procured through full and open competition via the Request for Proposal process.  The Fleet and Industrial Supply Center Norfolk, Detachment Philadelphia, Philadelphia, Pa., is the contracting activity (N00140-04-D-0042).

 

            Burns & McDonnell Engineering Co., Inc., Kansas City, Mo.; Sauer Inc. d/b/a Sauer Southeast, Jacksonville, Fla.; Marshall Company, Ltd.*, Corpus Christi, Texas; Doyne-Nabholz Joint Venture*, North Little Rock, Ark.; and STC Constructors, LP/Bennett, Martin, Solka and Torno, Inc.* (a joint venture), Corpus Christi, Texas, are being awarded a firm-fixed price, indefinite-quantity/indefinite-delivery design build multiple award construction contract.  The work to be performed primarily consists of general building type projects (new construction and renovations) including but not limited to, administrative, aircraft support facilities, industrial buildings, marine construction, mechanical and electrical improvements, civil construction, grading, drainage, and sewage, potable water – storage and transmission, training, dormitory, family housing renovation, community support type facilities, and maintenance for such facilities.  The total contract amount is not to exceed $200,000,000 (base year and four option years) with a guaranteed minimum of $25,000 to each contractor.  Burns & McDonnell Engineering Co. Inc. is being awarded the first task order of $5,670,000 (including the minimum guarantee) for design and construction of Commander Mine Warfare Command Headquarters at Naval Station Ingleside.  Work for this task order is expected to be completed by May 2007.  The remaining four contractors are being awarded the minimum guarantee of $25,000.  Work will be performed within the Southern Division, Naval Facilities Engineering Command South Texas area of responsibility, which includes Corpus Christi, Kingsville and Ingleside, Texas and outlying airfields.  The term of the contract is not to exceed 60 months, with an expected completion date of September 2006 (September 2009 for options).  Contract funds will not expire at the end of the current fiscal year.  The solicitation was issued as a two-phase design/build multiple award solicitation inviting full and open competition, with 35 contractors responding to the Phase I solicitation, seven proceeded to Phase II.  The top 8(a) and HUBZone firm that qualified in Phase I will automatically receive one of the five contracts in Phase II.  The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-04-D-0077/0078/0079/0080/0187).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

            Space Exploration Technologies Inc., El Segundo, Calif., is being awarded a $4,000,000 increment of a $8,000,000 other transaction for prototypes agreement for phase 2 of the Falcon Small Launch Vehicle (SLV) program to develop and demonstrate an affordable and responsive space lift capability.  Work will be performed in El Segundo, Calif. (80%) and McGregor, Texas (20%), and will be completed in July 2005.  Funds will not expire at the end of this fiscal year.  DARPA issued a solicitation in Federal Business Opportunities on May 7, 2004, and 14 proposals were received.  The Defense Advanced Research Projects Agency is the contracting activity (HR0011-04-9-0017).

 

            Microcosm Inc., El Segundo, Calif., is being awarded a $3,960,000 increment of a $10,498,353 other transaction for prototypes agreement for phase 2 of the Falcon Small Launch Vehicle (SLV) program to develop and demonstrate an affordable and responsive space lift capability.  Work will be performed in El Segundo, Calif. (62%), Rolling Hills Estates, Calif. (7%), Torrance, Calif. (16%), Carson City, Nev. (3%), Huntsville, Ala. (5%), and various other locations, and will be completed in July 2005.  Funds will not expire at the end of this fiscal year.  DARPA issued a solicitation in Federal Business Opportunities on May 7, 2004, and 14 proposals were received.  The Defense Advanced Research Projects Agency is the contracting activity (HR0011-04-9-0015).

 

            Airlaunch LLC*, Reno, Nev., is being awarded a $4,149,617 increment of a $11,372,342 other transaction for prototypes agreement for phase 2 of the Falcon Small Launch Vehicle (SLV) program to develop and demonstrate an affordable and responsive space lift capability.  Work will be performed in Chatsworth, Calif. (30%), Reno, Nev. (25%), Newport Beach, Calif. (20%), Gurley, Ala. (10%), Purcellville, Va. (10%), and Orlando, Fla. (5%), and will be completed in July 2005.  Funds will not expire at the end of this fiscal year.  DARPA issued a solicitation in Federal Business Opportunities on May 7, 2004, and 14 proposals were received.  The Defense Advanced Research Projects Agency is the contracting activity (HR0011-04-9-0016).

 

            Lockheed Martin Corp., Space Systems Co., Michoud Operations, New Orleans, La., is being awarded a $3,960,000 increment of a $11,691,215 other transaction for prototypes agreement for phase 2 of the Falcon Small Launch Vehicle (SLV) program to develop and demonstrate an affordable and responsive space lift capability.  Work will be performed in New Orleans, La. (52%), Valencia, Calif. (8%), Chatsworth, Calif. (9%), Arvada, Colo. (9%), Littleton, Colo. (6%), Edwards AFB, Calif. (7%), Sacramento, Calif. (5%), Beltsville, Md. (3%), and Norfolk, Va. (1%), and will be completed in July 2005.  Funds will not expire at the end of this fiscal year.  DARPA issued a solicitation in Federal Business Opportunities on May 7, 2004, and 14 proposals were received.  The Defense Advanced Research Projects Agency is the contracting activity (HR0011-04-9-0014).

 

* Small Business


Updated: 15 Sep 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov