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. 943-04
5 p.m. ET September 23, 2004

CONTRACTS

 

AIR FORCE

 

            Middle River Aircraft Systems, Baltimore, Md., is being awarded a $55,370, 637 indefinite delivery/indefinite quantity contract.  The C-5 translating cowl is an integral part of the TF-39 thrust reverser system whose function is to redirect the engine’s thrust to assist in decelerating the aircraft.  This is accomplished by the translating cowl sliding in a two-position operation. Either the translating cowl is at the stowed forward thrust or the extended reverse thrust positions.  The translating cowl consists of the outer and inner translating cowl and blockers.  Contract minimum is 70 each.  Initial Order for the basic ordering period is 168 each.  Quantity Ranges for the out years are 1 – 84 each.  Contract Maximum is 420 each.  The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above.  At this time, $23,106,069 of the funds have been obligated.  This work will be complete by October 2009.  Solicitation began March 2004.  Robins Air Force Base, Ga., is the contracting activity (FA8524-04-D-0004, 0001).  

 

            L3 Communications, Greenville, Texas, is being awarded a $20,000,000 firm fixed price contract to provide for the modification of single KC-135R aircraft to support test aerial refueling missions, communications, and information operations testing requirements.  At this time, $8,200,000 of the funds has been obligated.  This work will be complete by March 2006.  Solicitation began August 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-03-G-3012). 

 

            McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $13,648,226 cost-plus fixed-fee contract to provide for C-17 sustainment effort to acquire and install 53 updated landing gear kits, which include the following hardware: nose landing gear Wheels, main landing gear wheels, brakes and temperature sensors.  This action completes the fleet retrofit program for the new wheels and brakes.  Total funds have been completed.  This work will be complete by July 2007.  Negotiations were completed August 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004).

 

            ITT Avionics, Clifton, N.J., is being awarded a $12,109,570 firm fixed price contract modification.  This requirement is to purchase 526 each instantaneous frequency measuring receivers applicable to the AN/ALQ-172 system.  The part number is 2489891G003.  The national stock number is 5895-01-522-1317EW.  The function of the instantaneous frequency measuring receiver is to measure the frequency of incoming radio frequency signals and provide that measurement into digital word to the AN/ALQ-172 processors.  Total funds have been obligated.  This work will be complete by February 2007.  Solicitation began June 2004 and negotiations were completed September 2004.  The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8523-04-C-0059).

 

            Science Application International Corp., San Diego, Calif., is being awarded a $8,660,000 indefinite delivery/indefinite quantity contract to provide for the Active Unmanned Vehicle Phenomenology (AUP) Program.  The goal of the AUP program is to analyze the utility of using multiple ladar sensing modes in conjunction with other sensing technologies to provide high-confidence identification of difficult targets.  The objective is to create a multi-sensor utility analysis and apply it to multiple active electro optical modes in combination with adjunct sensors.  The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above.  The locations of performances are Science Application International, San Diego, Calif., and Science Applications International Corp., McLean, Va.  At this time, $240,000 of the funds have been obligated.  This work will be complete by September 2009.  Solicitation began June 2004 and negotiations were completed September 2004.  The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-04-D-1722).

 

            ATK Alloy Surface Co., Corinne, Utah, is being awarded a $7,017,150 firm fixed price contract to provide for MJU-62/B IR flares, a countermeasures flare used on the ALE-40 dispenser.  Total funds have been obligated.  This work will be complete by April 2006.  Solicitation began April 2004 and negotiations were completed September 2004.  The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-04-C-0136). 

 

ARMY

 

            Haskell Corp.*, Bellingham, Wash., was awarded on Sept. 20, 2004, a $26,550,595 firm-fixed-price contract for design and construction of a power plant cooling system.  Work will be performed at Fort Wainwright, Alaska, and is expected to be completed by Nov. 20, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 13 bids solicited on July 22, 2004, and three bids were received.  The U.S. Army Engineer District, Elmendorf, Alaska, is the contracting activity (W911KB-04-C-0027).

 

            General Dynamics, Taunton, Mass., was awarded on Sept. 22, 2004, a $21,538,244 modification to a firm-fixed-price contract for common hardware/software items for the project manager of the Army Tactical Command and Control System computers and associated peripherals for battlefield commanders.  Work will be performed in Taunton, Mass., and is expected to be completed by April 10, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on April 21, 1994, and three bids were received.  The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-02-C-E801).

 

            Ukpik Mechanical Inc.*, Anchorage, Alaska, was awarded on Sept. 22, 2004, a $14,663,620 firm-fixed-price contract to repair utilidor systems.  Work will be performed at Fort Wainwright, Alaska, and is expected to be completed by June 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 25 bids solicited on July 20, 2004, and two bids were received.  The U.S. Army Engineer District, Elmendorf, Alaska, is the contracting activity (W911KB-04-C-0026).

 

            Great Lakes Dredge and Dock Co., Oak Brook, Ill., was awarded on Sept. 21, 2004, a $10,324,560 firm-fixed-price contract for beachfill.  Work will be performed in Sussex, Del., and is expected to be completed by June 28, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 26 bids solicited on June 25, 2004, and three bids were received.  The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-04-C-0035).

 

            FN Manufacturing Inc., Columbia, S.C., was awarded on Sept. 21, 2004, a $9,572,882 firm-fixed-price contract for 1,100 M240H machine guns with egress kits.  Work will be performed in Columbia, S.C., and is expected to be completed by Dec. 30, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 16, 2004.  The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-04-C-0223).

 

            Simula Inc., Phoenix, Ariz., was awarded on Sept. 20, 2004, an $8,076,373 modification to a firm-fixed-price contract for 71 palletized load system crew protection kits and 99 heavy equipment transporter crew protection kits.  Work will be performed in Phoenix, Ariz., and is expected to be completed by March 31, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on March 23, 2004.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-C-0259).

 

            Rosenbauer America L.L.C.*, Lyons, S.D., was awarded on Sept. 22, 2004, a delivery order amount of $732,878 as part of the $7,891,824 firm-fixed-price contract for two fire trucks.  Work will be performed in Lyons, S.D., and is expected to be completed by March 15, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited on the World Wide Web on May 3, 2004, and two bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-B051).

 

            Great Lakes Dredge and Dock Co., Oak Brook, Ill., was awarded on Sept. 21, 2004, a $55,000 increment as part of a $7,171,381 firm-fixed-price contract for clean sweep of Wilmington Harbor.  Work will be performed in Wilmington, N.C., and is expected to be completed by April 30, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 24 bids solicited on July 29, 2004, and three bids were received.  The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912PM-04-C-0017).

 

DEFENSE LOGISTICS AGENCY

 

            AmeriQual Group, LLC, Evansville, Ind., is being awarded a $16,265,419 fixed price with economic price adjustment with indefinite quantity type contract for Meals, Ready-To-Eat for the Army, Navy, Air Force, Marine and federal civilian agencies.  This contract is a modification to an existing long term contract to invoke the surge option clause.  Performance completion date is expected to be January 31, 2005.  Contract funds will expire by the end of the current fiscal year.  There were three proposals solicited and three responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0300-03-D-Z106)

 

            The Wornick Co., McAllen, Texas, is being awarded a $10,437,594 fixed price with economic price adjustment with indefinite quantity type contract for Meals, Ready-To-Eat for the Army, Navy, Air Force, Marine and federal civilian agencies.  This contract is a modification to an existing long term contract to invoke the surge option clause.  Performance completion date is expected to be January 31, 2005.  Contract funds will expire by the end of the current fiscal year.  There were three proposals solicited and three responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0300-03-D-Z107)

 

            SOPAKCO Packaging, Mullins, S.C., is being awarded a $10,354,359 fixed price with economic price adjustment with indefinite quantity type contract for Meals, Ready-To-Eat for the Army, Navy, Air Force, Marine and federal civilian agencies.  This contract is a modification to an existing long term contract to invoke the surge option clause.  Performance completion date is expected to be January 31, 2005.  Contract funds will expire by the end of the current fiscal year.  There were three proposals solicited and three responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0300-03-D-Z108)

 

NAVY

 

            Israel Military Industries, Inc. (IMI), IMI Services USA, Inc., Bethesda, Md., is being awarded a $12,770,947 modification to a previously awarded firm-fixed-price contract (N00019-03-C-6518) for the procurement of 70 improved tactical air launched decoys (ITALDs), 17 ITALD training vehicles, 10 improved decoy tester/mission programmers and organization intermediate level cabling kits, and 1 lot of supply support equipment.  Work will be performed in Ramat Hasharon, Israel (63 percent); Toledo, Ohio (28 percent); and Wayne, N.J. (9 percent), and is expected to be completed in August 2006.  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.

 

            Wolf Coach, Inc., Auburn, Mass., is being awarded an $8,184,912 firm-fixed-price modification to a previously awarded indefinite-delivery/ndefinite-quantity contract (N00421-03-D-0065) to exercise an option for the procurement of 30 mobile communication platforms and optional upgrades for the Naval Air Systems Command’s Special Communications Requirements Division for use in responding to requests for the platforms from the various Department of Defense and government agencies and programs.  Work will be performed in Auburn, Mass., and is expected to be completed in September 2005.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command Aircraft Division, St. Inigoes, Md., is the contracting activity.

 

            Ensign Bickford Aerospace & Defense Company, Simsbury, Conn., is being awarded an estimated $7,844,140 indefinite-delivery/indefinite-quantity contract to manufacture MK 150, 151,152,153,154,and 155 detonators.  The detonators will support various customers and will be utilized for breaching and demolition.  Work will be performed in Simsbury, Conn., and is expected to be completed by September 2009.  Contract funds in the amount of $479,872 will expire at the end of the current fiscal year.  This contract was competitively procured and advertised on the Internet, with two offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00164-04-D-4211).

 

            Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $5,755,493 modification to a previously awarded firm-fixed-priced contract (N00019-02-C-3004) to exercise an option for 29 RT-1556B receiver transmitters for the Navy; 41 RT-1747D receiver transmitters for the Navy (19) and the Air Force (22); 4 RT-1794(C) receiver transmitters for the Air Force; 3 RT-1824 (C) receiver transmitters for the Navy; and 7 RT-1851 (C) receiver transmitters for the Navy.  This modification also provides for ancillary equipment that consists of radio set controls, mounting base, amplifier mount, tunable antenna, digital converter, frequency indicator, satellite communication antenna, and reprogramming kits.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in February 2006.  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.

 

            Northrop Grumman Corp., Bethpage, N.Y., is being awarded a $5,490,530 firm-fixed-price order against a previously awarded Basic Ordering Agreement (N00019-04-G-0003) for spares acquisition for Japan Air Self Defense Force (JASDF) to establish ongoing upgrades and maintenance for the JASDF E-2C aircraft.  Work will be performed in Syracuse, N.Y. (51.2 percent); Greenlawn, N.Y. (27.8 percent); Woodland Hills, Calif. (14.2 percent); Bethpage, N.Y. (4.4 percent); Rolling Meadows, Ill. (2 percent); and St. Augustine, Fla. (0.4 percent) and is expected to be completed in August 2006.  Contract funds will not expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

 

           Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a $5,286,243 firm-fixed-priced delivery order against a previously awarded basic ordering agreement (N68335-02-G-3023) for the procurement of two each units under test multi-mode radar weapon replaceable assembly - receiver/transmitters, identification friend/foe receiver/transmitters; and antenna pedestal assembly for the MH-60R.  These units under test will be used for future operational test program set development.  Work will be performed in Owego, N.Y., and is expected to be completed in December 2006.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command Aircraft Division, Lakehurst, N.J. is the contracting activity.

 

*Small Business



Updated: 23 Sep 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov