U.S. Department of Defense Header Image (click to return to U.S. Department of Defense homepage)
Search DefenseLink.mil
Nov. 06, 2004  War on Terror   Transformation   News Products   Press Resources   Images   Websites   Contact Us 
Contracts

No. 593-00
FOR RELEASE AT (703)697-5131(media)
5 p.m. ET September 27, 2000 (703)697-5737(public/industry)

CONTRACTS

ARMY

Environmental Technologies Group Inc., Baltimore, Md., is being awarded a $2,000,000 increment as part of a $7,698,120 (base year total) cost-plus-incentive-fee, firm-fixed-price contract, with a cumulative total of $78,639,576, if all options are exercised. This acquisition is for the procurement of four Engineering Manufacturing Development (EMD) of Meteorological Measuring Set-Profiler (MMS-P) units and a firm-fixed-price option for the production of up to 120 units. The MMS-P EMD and full rate production program will produce a system that incorporates global weather information, and an atmospheric model to enable the MMS-P to provide meteorological information to field artillery by generating the appropriate meteorological messages. Work will be performed in Baltimore, Md., and is expected to be completed by Dec. 31, 2005. Contract funds will not expire at the end of the current fiscal year. There was an announcement published on the Business Opportunity Page on May 12, 2000, and four bids were received. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-00-C-J513).

DATRON Inc., Intercontinental Manufacturing Division, Garland, Texas, is being awarded an $18,496,935 modification to firm-fixed-price contract DAAA09-98-C-0074, for 8,078 bomb bodies (BDU-45, component of BDU-45 500 lb. Air Force practice bomb), and 7,716 bomb bodies (MK83, component of Navy MK83 1,000 lb. bomb). Work will be performed in Garland, Texas, and is expected to be completed by Nov. 30, 2003. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on March 30, 2000. The U.S. Army Operations Support Command (Provisional), Rock Island, Ill., is the contracting activity (DAAA09-98-C-0074).

Alaska Mechanical Inc., Anchorage, Alaska, is being awarded a $19,690,000 firm-fixed-price contract to upgrade central heat and powerplant at Fort Wainwright, Alaska. Work is expected to be completed by March 31, 2004. Contract funds will not expire at the end of the current fiscal year. There were 167 bids solicited on July 21, 2000, and one bid was received. The U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (DACA85-00-C-0017).

DBA Systems Inc., Melbourne, Fla., is being awarded a $300,000 increment as part of a $17,914,912 cost-plus-fixed-fee contract for engineering and manufacturing development of the Millimeter Wave pre-planned product improvement. Work will be performed in Lorain, Ohio, and is expected to be completed by Sept. 31, 2004. Contract funds will not expire at the end of the current fiscal year. There was an announcement on the World Wide Web on March 13, 2000, and two bids were received. The U.S. Army Materiel Command Acquisition Center, Aberdeen Proving Ground, Md., is the contracting activity (DAAD13-00-C-0052).

The Boeing Co., Seattle, Wash., is being awarded a $617,220 increment as part of a $15,046,564 modification to cost-plus-fixed-fee/level-of-effort contract DASG60-91-C-0146, to exercise the option for continued operation of the Airborne Surveillance Testbed (AST) for fiscal 2001. The AST will collect, record, and process data for both theater defense and strategic defense elements and provide proof-of-principle support for experiments during technology development and/or other demonstration efforts. Work will be performed in Seattle, Wash., and is expected to be completed by Sept. 30, 2001. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on June 7, 1999. The U.S. Army Space & Missile Defense Command, Huntsville, Ala., is the contracting activity.

C. Pyramid Enterprises Inc.*, Columbus, N.J., is being awarded a $10,537,450 firm-fixed-price contract, with a cumulative total of $11,433,950 if all options are exercised, for construction of a new visitors quarters. Work will be performed at McGuire Air Force Base, Wrightstown, N.J., and is expected to be completed by April 30, 2002. Contract funds will not expire at the end of the current fiscal year. There were 58 bids solicited on June 23, 2000, and five bids were received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (DACA51-00-C-0031).

Alice Roofing and Sheet Metal Works Inc.*, San Antonio, Texas, is being awarded $250,000 as part of a $5,000,000 (base year total) firm-fixed-price, indefinite delivery/indefinite quantity contract with a cumulative total of $10,000,000 if all options are exercised. The contractor will replace roofs at various housing areas at Fort Hood, with asphalt shingles where the roof slope permits and built-up roofing at all other units. Asbestos fascia, soffit, etc., exists on some housing units, and lead-based paint exists at all housing areas. The project also includes some storage sheds and carports. Work will be performed at Fort Hood, Texas, and is expected to be completed by Sept. 27, 2002. Contract funds will not expire at the end of the current fiscal year. There was an announcement on the World Wide Web on Aug. 21, 2000, and ten bids were received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (DACA63-00-D-0013).

Science Applications International Group, Pacific Technology Services Division, San Diego, Calif., is being awarded a delivery order amount of $1,802,193 as part of a $9,942,111 indefinite quantity, task order/with option provisions contract for Omnibus 2000 technical support entitled "Systems and Computer Resources Support". Services are in support of the Software Engineering Directorate, Aviation and Missile Research, Development, and Engineering Center. Work will be performed at Redstone Arsenal, Ala., and is expected to be completed by April 25, 2005. There were five bids solicited on Aug. 7, 2000, and four bids were received. The U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-00-D-0013).

David Engineering & Construction Inc.*, Louisville, Ky., is being awarded a $9,742,900 firm-fixed-price contract for construction of a lodging/dining facility for the Reserve Base. Work will be performed at Grissom Air Reserve Base, Ind., and is expected to be completed by April 30, 2002. Contract funds will not expire at the end of the current fiscal year. There were 72 bids solicited on July 14, 2000, and two bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (DACA27-00-C-0078).

ACE Constructors Inc.*, Gainesville, Fla., is being awarded an $8,616,840 firm-fixed-price contract for an ammunition hot-load area project. The project includes construction of a concrete aircraft loading apron (with underdrains), taxiway, and access road, edge lighting, high mast area lighting, perimeter fencing, sentry station and pallet storage shelter, telephones and closed circuit TV. Work will be performed at Fort Bliss, Texas, and is expected to be completed by Nov. 1, 2001. Contract funds will not expire at the end of the current fiscal year. There was an announcement on the World Wide Web on July 14, 2000, and eight bids were received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (DACA63-00-C-0025).

DATRON Inc., Intercontinental Manufacturing Division, Garland, Texas, is being awarded an $8,468,134 modification to firm-fixed-price contract DAAA09-98-C-0026, for 1,776 bomb bodies (MK84-4, component of Air Force 2,000 lb. Bomb) and 2,001 bomb bodies (MK84-6, component of Navy 2,000 lb. Bomb). Work will be performed in Garland, Texas, and is expected to be completed by Nov. 30, 2002. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on March 30, 2000. The U.S. Army Operations Support Command (Provisional), Rock Island, Ill., is the contracting activity (DAAA09-98-C-0026).

CIVIL WORKS - NON MILITARY

Weeks Marine Inc., Camden, N.J., is being awarded a $5,463,270 firm-fixed-price contract for the Westhampton Interim Project, beach erosion control and hurricane protection (dredging and beach fill reinforcement), Fire Island to Montauk Point, Long Island, N.Y. Work will be performed in Nassua and Suffolk Counties, N.Y., and is expected to be completed by March 31, 2000. Contract funds will not expire at the end of the current fiscal year. There were seven bids solicited on Aug. 18, 2000, and two bids were received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (DACW51-00-C-0030).

AIR FORCE

This corrects an announcement issued by the Air Force on Sept. 25, 2000. McDonnell Douglas Corp., Berkeley, Mo., was awarded on Sept. 25, 2000 a $44,950,828 cost-plus-award-fee contract to provide for engineering and manufacturing development of an MK-82 (500 pound) variant of the Joint Direct Attack Munition (JDAM) for the B-2 aircraft. The previous announcement erroneously announced the F-16 aircraft as the platform for this weapon. This effort includes 158 tail kits, 20 telemetry units, 66 Separation Test Vehicles, 20 FZU-32 instrumented fuses, 20 FZU-55 instrumented fuses, 2 Proof of Concept Enhanced Guided Test Vehicles (EGTV), 8 EGTVs, and associated data. JDAM is a strap-on kit with Inertial Navigation System/Global Positioning System capability that will provide an improved aerial delivery capability for existing bombs. Expected contract completion date is Dec. 31, 2002. Solicitation issue date was June 15, 2000. Negotiation completion date was Sept. 19, 2000. Air Armament Center, Eglin AFB, Fla., is the contracting activity. Terri Brown, (850) 882-3525 is the POC. Contract Number: F08635-00-C-0101.

McDonnel Douglas Corp., Long Beach, Calif., is being awarded a $6,686,030 (not-to-exceed) modification to a cost-plus-fixed-fee contract to provide for critical spares in support of the fiscal year 2001 through 2005 flexible sustainment effort for the C-17 aircraft. Expected contract completion date is September 2002. Solicitation issue date was Sept. 5, 2000. Aeronautical Systems Center, Wright-Patterson AFB, Ohio, is the contracting activity. Martin Trent, (937) 255-1240 is the POC. Contract Number: F33657-97-C-0008-P000125.

Arcata Associates, Inc., Las Vegas, Nev., is being awarded a $5,519,585 modification to a cost-plus-award-fee contract to provide for fiscal year 2001 technical engineering support services for the Nevada Test and Training Range, Nev. Expected contract completion date is Sept. 30, 2001. Solicitation issue date was Feb. 1, 1995. Negotiation completion date was Sept. 12, 2000. The 99th Contracting Squadron, Nellis AFB, Nev., is the contracting activity. George Salton, (702) 652-4003 is the POC. Contract Number: F26600-95-C0033-P00102.

NAVY

Intelesis Technologies Corp., San Diego, Calif., is being awarded a $13,716,287 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee pricing for research and development targeted at advanced technologies in human and information system interaction. The research will focus on advanced Command, Control, Communications, Computers, Information, Surveillance and Reconnaissance (C4ISR) architecture. Hollis Technology Group, L.L.C., Fairfax Station, Va., will be a major subcontractor. Work will be performed at the contractor's facility in San Diego, Calif. (93%) and Fairfax Station, Va. (7%), and is expected to be completed by September 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through Broad Agency Announcement and to date, 110 white papers have been received and 35 have been selected for award. Space and Naval Warfare Systems Center San Diego, Calif., is the contracting activity (N66001-00-D-5094).

Lend Lease Actus, LLC, Napa, Calif., is being awarded an $11,771,564 firm-fixed-price contract for the design, construction, repair and modifications of 110 existing family housing units and community center building at Camp Stover, Wheeler Army Airfield. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2002. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured with 27 proposals solicited and six offers received. The Regional Officer in Charge of Contracts, Naval Facilities Engineering Command, Pacific Division, Pearl Harbor, Hawaii, is the contracting activity (N62742-99-C-1312).

Rolls Royce, Gear Systems Inc., Park City, Utah, is being issued a $10,224,240 delivery order for 1,131 upgrade kits in support of the Aircraft Mounted Accessory Drive Logistics Engineering Change Proposal repair program. Each kit contains multiple items including bearings, gears and shafts. Work will be performed at Park City, Utah, and is expected to be completed by August 2004. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity (N00383-97-G-003D) (order 0006).

Northrop Grumman Corp., Support Services, Inc., Jacksonville, Fla., is being awarded a $9,999,634 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering services for the F-14A/B upgrade and the F-14D. Work will be performed in Point Mugu, Calif., and is expected to be completed by September 2003. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Weapons Division, Point Mugu, Calif., is the contracting activity (N68936-00-D-0064).

BAE Systems Applied Technologies, Rockville, Md., is being awarded a $9,541,152 modification to previously awarded cost-plus-fixed-fee-term contract N00421-97-C-1308 to exercise an option for technical and engineering services for Radio Communication Systems/Command Control, Communications, Computers and Intelligence systems aboard Navy surface combatants and associated shore sites. The estimated level of effort for this option is 202,723 man-hours. Work will be performed in California, Md. (80%); St. Inigoes, Md. (10%); Bath, Maine (5%); and Pascagoula, Miss. (5%), and is expected to be completed by September 2001. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

Hewett-Kier Construction Company, Pompano Beach, Fla., is being awarded a $6,331,871 firm-fixed-price contract for the design and construction of a new 3,970 square meter administration building and demolition of an existing administration building at Naval Air Station, Meridian. The project also includes a portion of Building 200 to be converted into a 400 square meter library. Work will be performed in Meridian, Miss., and is expected to be completed by May 2002. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured using the Two-Phase Design Build process. A total of 50 proposals were solicited with 13 firms responding in Phase I. Of the 13 responses received from Phase I, only five firms were invited to submit technical and price proposals in Phase II. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-99-C-1000).

McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Company, St. Louis, Mo., is being awarded a $5,177,735 firm-fixed-price contract for the procurement of long lead items for the fiscal year 2001 production of 14 T-45 aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed by September 2003. Contract funds will not 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 (N00019-00-C-0184).

* Small Business



Updated: 14 Jan 2003
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov