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. 607-00
FOR RELEASE AT (703)695-0192(media)
5 p.m. ET September 29, 2000 (703)697-5737(public/industry)

CONTRACTS

ARMY

Rand Corp., Santa Monica, Calif., is being awarded a cost-plus-fixed-fee contract (an appropriation number and dollar value will be issued with each task order), with a cumulative total of $164,996,422 if all options are exercised. The contractor will perform research and evaluations that have a direct relationship to matters of interest to the United States Government, with primary orientation towards matters of national security and are within the scope of work approved for the contractor by the Department of the Army for the operation of the Arroyo Center (a federally funded research development center). Work will be performed in Washington, D.C., and is expected to be completed by Sept. 30, 2005. This is a sole source contract initiated on May 4, 2000. The Defense Supply Service-Washington, Washington, D.C., is the contracting activity (DASW01-01-C-0003).

Rand Corp., Santa Monica, Calif., is being awarded a cost-plus-fixed-fee contract (an appropriation number and dollar value will be issued with each task order), with a cumulative total of $161,783,614 if all options are exercised. The contractor will perform research and evaluations that have a direct relationship to matters of interest to the U.S. Government, with primary orientation towards matters of national security and are within the scope of work approved for the contractor by the Office of the Secretary of Defense for the operation of the National Defense Research Institute (a federally funded research development center). Work will be performed in Washington, D.C., and is expected to be completed by Sept. 30, 2005. This is a sole source contract initiated on May 4, 2000. The Defense Supply Service-Washington, Washington, D.C., is the contracting activity (DASW01-01-C-0004).

American Water Services Inc., Marlton, N.J., is being awarded a requirements-indefinite delivery/indefinite quantity contract (an appropriation number and dollar value will be issued with each task order). The total estimated value of this contract is $30,000,000, if a determination is made, as a result of Task Order 0001, that it is economically feasible for the government to privatize the water and waste water systems and natural gas systems at Fort Bragg, N.C. This amount represents the five-year cost for privatization. The contractor is responsible for assessing the work required for the contractor to own, operate, repair, expand and maintain the water and waste water systems and natural gas systems. Based on this assessment, if it is determined to be economically feasible for the government to privatize, Task Order 0002 will be issued to convey ownership, and operation and maintenance responsibility of the government owned portion of the water and waste water systems and natural gas systems to the contractor. Work will be performed at Fort Bragg, N.C., and is expected to be completed by Dec. 31, 2005. There were 53 bids solicited on Feb. 1, 2000, and four bids were received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity (DACA87-00-D-0046).

Sandhills Utility Services, LLC, Raleigh, N.C., is being awarded a requirements-indefinite delivery/indefinite quantity contract (an appropriation number and dollar value will be issued with each task order). The total estimated value of this contract is $13,000,000, if a determination is made, as a result of Task Order 0001, that it is economically feasible for the government to privatize the electrical system at Fort Bragg, N.C. This amount represents the five-year cost for privatization. The contractor is responsible for assessing the work required for the contractor to own, operate, repair, expand and maintain the electrical system. Based on this assessment, if it is determined to be economically feasible for the government to privatize, Task Order 0002 will be issued to convey ownership, and operation and maintenance responsibility of the government owned portion of electrical system to the contractor. Work will be performed at Fort Bragg, N.C., and is expected to be completed by Dec. 31, 2005. There were 53 bids solicited on Feb. 1, 2000, and four bids were received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity (DACA87-00-D-0044).

CH2M Hill, San Antonio, Texas, is being awarded a requirements-indefinite delivery/indefinite quantity contract (an appropriation number and dollar value will be issued with each task order). The total estimated value of this contract is $30,000,000, if a determination is made, as a result of Task Order 0001, that it is economically feasible for the government to privatize the water and waste water systems at Fort Campbell, Ky. This amount represents the five-year cost for privatization. The contractor is responsible for assessing the work required for the contractor to own, operate, repair, expand and maintain the water and waste water systems. Based on this assessment, if it is determined to be economically feasible for the government to privatize, this contract will convey ownership, and operation and maintenance responsibility of the government owned portion of the water and waste water systems to the contractor. Work will be performed at Fort Campbell, Ky., and is expected to be completed by Dec. 31, 2005. There were 48 bids solicited on Jan. 26, 2000, and five bids were received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity (DACA87-00-D-0043).

The City of Clarksville Gas and Water Dept., Clarksville, Tenn., is being awarded a requirements-indefinite delivery/indefinite quantity contract (an appropriation number and dollar value will be issued with each task order). The total estimated value of this contract is $22,000,000, if a determination is made, as a result of Task Order 0001, that it is economically feasible for the government to privatize the natural gas system at Fort Campbell, Ky. This amount represents the five-year privatization cost if Task Order 0002 is issued. The contractor is responsible for assessing the work required for the contractor to own, operate, repair, expand and maintain the natural gas system. Based on this assessment, if it is determined to be economically feasible for the government to privatize, this contract will convey ownership, and operation and maintenance responsibility of the government-owned portion of the natural gas system to the contractor. Work will be performed at Fort Campbell, Ky., and is expected to be completed by Dec. 31, 2005. There were 48 bids solicited on Jan. 26, 2000, and five bids were received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity (DACA87-00-D-0042).

Raytheon Demilitarization Co., Philadelphia, Pa., was awarded on Sept. 28, 2000, a $13,795,499 modification to cost-plus-award-fee contract DAAA09-96-C-0081, for chemical weapons demilitarization. Work will be performed at Johnston Island-Atoll, and is expected to be completed by Sept. 28, 2001. This is a sole source contract initiated on Sept. 20, 1995. The U.S. Army Operations Support Command (Provisional), Rock Island, Ill., is the contracting activity.

Hellfire Systems, LLC, Orlando, Fla., is being awarded a $12,177,815 firm-fixed-price contract for production of 213 Hellfire II Heat Missiles. Work will be performed in Orlando, Fla., and is expected to be completed by Sept. 30, 2002. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on March 22, 2000. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-00-C-0179).

GUYCO Inc., Lampasas, Texas, is being awarded $28,469,464 as part of a $29,195,223 (includes options) firm-fixed-price contract for rehabilitation of four existing barracks buildings. The project includes expanding the existing central energy plant and piping, construction of a new dining facility, utilities, heating, ventilation and air conditioning, the demolition of barracks interior/exterior walls, and asbestos/lead based paint removal. Work will be performed at Fort Hood, Killeen, Texas, and is expected to be completed by Aug. 30, 2002. There was an announcement on the World Wide Web on July 17, 2000, and four bids were received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (DACA63-00-C-0035).

TREX Enterprises Corp.*, San Diego, Calif., is being awarded a $1,200,000 increment as part of a $4,262,087 cost-plus-fixed-fee/level-of-effort contract, with a cumulative total of $9,929,392, if all options are exercised. The contractor will perform advanced technology development for optical networking and free space laser communications. Work will be performed in San Diego, Calif., and is expected to be completed by Sept. 25, 2004. Contract funds will not expire at the end of the current fiscal year. There was a broad agency announcement on March 21, 2000, and multiple bids were received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (DASG60-00-C-0101).

Integrated Construction Enterprises Inc.*, Belleville, N.J., is being awarded $6,496,840 as part of a $7,720,793 (includes options) firm-fixed-price contract for site development and construction of 35 family housing units on two sites. The units shall consist of 13 three-bedroom units and 4 four-bedroom units for senior non-commissioned officers and 9 three-bedroom units and 9 four-bedroom units for field grade officers. Two of the three-bedroom units will be handicap accessible. Site work includes roads and utilities to serve the development, two combination bus stop and mailbox shelters, a jogging path, and an upgraded play area. An existing NCO club will undergo minor interior renovation to convert it into a community center. Work will be performed at Picatinny Arsenal, N.J., and is expected to be completed by Dec. 30, 2001. Contract funds will not expire at the end of the current fiscal year. There were 57 bids solicited on Aug. 11, 2000, and three bids were received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (DACA85-00-C-0044).

BAE Systems Inc., Wayne, N.J., is being awarded $5,059,540 as part of an estimated $21,301,672 (includes options) firm-fixed-price contract for 85 Doppler Navigation Sets (AN/ASN-157). Four one-year ranged options follow. Work will be performed in Wayne, 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. This is a sole source contract initiated on Aug. 30, 2000. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-00-C-J012).

Eagle Construction Services Inc.*, Burlington, N.J., is being awarded a $6,213,514 firm-fixed-price contract for construction of a centralized vehicle wash facility. Work will be performed at Fort Dix, N.J., and is expected to be completed by Dec. 31, 2001. There were 83 bids solicited on July 20, 2000, and 12 bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (DACA27-00-C-0081).

Alliant Techsystems Inc., Independence, Mo., is being awarded a $12,539,934 delivery order amount as part of firm-fixed-price contract DAAA09-99-D-0016, for 37,999,800 rounds of cartridges (5.56 mm) lead-free, commercial pack. Work will be performed at the Lake City Army Ammunition Plant, Independence, Mo., and is expected to be completed by Sept. 30, 2002. Contract funds will not expire at the end of the current fiscal year. There was an announcement on the World Wide Web on March 11, 1999, and three bids were received. The U.S. Army Operations Support Command (Provisional), Rock Island, Ill., is the contracting activity.

McDonnell Douglas Helicopter Co., dba McDonnell Douglas Helicopter Services, Mesa, Ariz., is being awarded $1,896,765 as part of a $4,295,782 delivery order amount for firm-fixed-price contract DAAH23-98-G-0049. The contractor will provide recapitalization services/post production system support requirements for the AH-64A Apache Helicopter. Work will be performed in Mesa, Ariz., and is expected to be completed by Sept. 29, 2001. This is a sole source contract initiated on Sept. 6, 2000. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity.

Morgan Research Corp., Huntsville, Ala., is being awarded $1,809,875 as part of a not-to-exceed $9,949,824 indefinite quantity, task order contract for Omnibus 2000 logistics support services. Work will be performed at Redstone Arsenal, Ala., and is expected to be completed by Aug. 30, 2005. Contract funds will not expire at the end of the current fiscal year. There were five bids solicited on Aug. 11, 2000, and three bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-00-D-0016).

Martin Electronics Inc., Perry, Fla., is being awarded $5,747,530 as part of a $7,135,737 firm-fixed-price contract for 135,360 MK124 Mod O Signal Smoke and Illumination flares. Work will be performed in Perry, Fla., and is expected to be completed by July 30, 2002. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on May 1, 2000, and one bid was received. The U.S. Army Operations Support Command (Provisional), Rock Island, Ill., is the contracting activity (DAAA09-00-C-0059).

Honeywell International, Tempe, Ariz., is being awarded $10,500,000 as part of a $21,000,000 cost-no-fee contract for long lead material for 136 AGT 1500 engines. Work will be performed in Anniston, Ala. (85%), and Phoenix, Ariz. (15%), and is expected to be completed by March 30, 2002. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on Sept. 26, 2000. The U.S. Army Tank-Automotive & Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-N131).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Sept. 28, 2000, $1,764,082 as part of a $35,874,056 cost-plus-fixed-fee, indefinite delivery/indefinite quantity contract for engineering services in support of the UH-60 Black Hawk Helicopter. Work will be performed in Stratford, Conn., and is expected to be completed by Sept. 11, 2000. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on July 12, 2000. The U.S Army Aviation and Missile Command, Huntsville, Ala., is the contracting activity (DAAH23-00-D-0148).

CIVIL WORKS - NON MILITARY

Martin K. Eby Construction, Maitland, Fla., is being awarded a $16,784,660 firm-fixed-price contract for replacement of the existing Palm Valley Bridge over the Atlantic Intracoastal Waterway, St. Johns County Road 210, St. Johns County, Fla. The project will include removal of the existing Bascule Bridge, construction of local access roads and construction of mechanically stabilized earth wall systems. Work is expected to be completed by Nov. 30, 2002. Contract funds will not expire at the end of the current fiscal year. There were 126 bids solicited on June 30, 2000, and four bids were received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (DACW17-00-C-0044).

M. W. Builders Inc., Temple, Texas, is being awarded $6,377,000 as part of a $6,997,000 (includes options) firm-fixed-price contract, for construction of a sector maintenance facility. Work will be performed in Del Rio, Texas, and is expected to be completed by Dec. 30, 2001. Contract funds will not expire at the end of the current fiscal year. There was an announcement in the Commerce Business Daily on Aug. 9, 2000, and eight bids were received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (DACW63-00-C-0021).

Ceres Environmental Services Inc.*, Minneapolis, Minn., is being awarded $10,000 as part of a $7,584,963 firm-fixed-price contract for construction of Cerrillos Lake Recreation Areas, two sites: campo de Recreo and El Atracadero, Portuguese and Bucana Rivers Project, Ponce, Puerto Rico Work will be performed in Ponce, Puerto Rico, and is expected to be completed by Oct. 29, 2002. Contract funds will not expire at the end of the current fiscal year. There were 22 bids solicited on Aug. 25, 2000, and five bids were received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (DACW17-00-C-0042).

Modern Continental South, Inc., Pelzer, S.C., is being awarded a $18,601,185 firm-fixed-price with award-fee contract for flood control and other purposes, Pump Station 362, Central and Southern Florida Project. Work will be performed in Loxahatchee, Fla., and is expected to be completed by Dec. 18, 2002. Contract funds will not expire at the end of the current fiscal year. There were 135 bids solicited on July 7, 2000, and six bids were received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (DACW17-00-C-0043).

Sevenson Environmental Service*, Niagara Falls, N.Y., is being awarded a $6,586,627 indefinite delivery/indefinite quantity, firm-fixed-price contract for Phase V Property Remediation and Restoration, Montclair/West Orange and Glen Ridge Radium Sites, Essex County, N.J. Work is expected to be completed by Feb. 28, 2002. This is a sole source contract initiated on June 16, 2000. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (DACW41-98-D-9016).

Mike Hooks Inc., Lake Charles, La., is being awarded a $500,000 increment as part of a $9,003,918 firm-fixed-price contract for hydraulic pipeline dredging, earthen levees, and four drop-outlet structures. Work will be performed on the Gulf Intracoastal Waterway, Texas, channel to Victoria, Dredging Station 1300+00 to Station 1841+21.69 in Victoria and Calhoun Counties, and is expected to be completed by March 2, 2002. Contract funds will not expire at the end of the current fiscal year. There were 86 bids solicited on Aug. 2, 2000, and four bids were received. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (DACW64-00-C-0036).

Science Applications International Corp., San Diego, Calif., is being awarded $160,000 of a $6,809,415 increment, part of a $7,500,000 cost-plus-fixed-fee, architect and engineering, indefinite delivery/indefinite quantity contract with a not-to-exceed cumulative total of $37,500,000. The contractor will provide engineering and technical support, safety and health support, program integration and remedial action contractor support associated with the Formerly Utilized Sites Remedial Action Program. Work will be performed in St. Louis County, Mo., and is expected to be completed by July 31, 2001. Contract funds will not expire at the end of the current fiscal year. There was an announcement in the Commerce Business Daily on Sept. 12, 2000, and nine bids were received. The U.S. Army Corps of Engineers, St. Louis, Mo., is the contracting activity (DACW43-00-D-0515).

CORRECTION

The contract announced on Sept. 27, 2000, for Environmental Technologies Group Inc., Baltimore, Md., listed an incorrect contract number. The number should be DAAB07-00-C-J613.

AIR FORCE

Associated Aerospace Activities, Inc., is being awarded a $40,068,206 (maximum) indefinite-delivery/indefinite-quantity contract to provide for up to 798 divergent seals, up to 194 gutter augmentors, and up to 2,277 divergent flaps applicable to the F101 engine on the B-1 aircraft; and up to 13,196 divergent flaps, and up to 15,992 divergent seals applicable to the F110 engine on the F-16 aircraft. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders totaling up to the maximum amount and component quantities indicated above, though actual requirements may necessitate less than these amounts. Expected contract completion date is September 2003. Solicitation issue date was May 18, 2000. Negotiation completion date was Sept. 18, 2000. Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. Michael Yort, (405) 734-8736 is the POC. Contract Number: F34601-00-D-0369.

Aerojet General Corp., Azusa, Calif., is being awarded a $39,905,459 modification to a cost-plus-award-fee contract to provide for fiscal 2001 engineering and development, contractor logistics support and operations and maintenance support, and sensor post production support for the Shield program supporting the Attack Launch Early Response to Theater (ALERT) system. The ALERT system provides continuous surveillance and early warning of theater missiles and other threats to theater warfighters worldwide. The Shield program provides research and development to evaluate and demonstrate new sources of data and improved processing techniques for the ALERT system. Expected contract completion date is Sept. 30, 2001. Solicitation issue date was May 15, 2000. Negotiation completion date was Sept. 19, 2000. Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity. Arlene Dudley, (310) 363-6567 is the POC. Contract Number: F04701-96-C-0031-P00056.

Dynamic Gunver Technology, Manchester, Conn., is being awarded a $33,749,540 (Maximum) indefinite-delivery/indefinite-quantity contract to provide for up to 798 divergent seals, up to 194 gutter augmentors, and up to 2,277 divergent flaps applicable to the F101 engine on the B-1 aircraft; and up to 13, 196 divergent flaps, and up to 15, 992 divergent seals applicable to the F110 engine on the F-16 aircraft. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders totaling up to the maximum amount and component quantities indicated above, though actual requirements may necessitate less than these amounts. Expected contract completion date is September 2003. Solicitation issue date was May 18, 2000. Negotiation completion date was Sept. 18, 2000. Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. Michael Yort (405) 734-8736 is the POC. Contract Number: F34601-00-D-0366.

Lockheed Martin Systems Support and Training Services, Las Vegas, Nev., is being awarded a $26,416,000 cost-plus-award-fee contract to provide for fiscal 2001 operation and maintenance of electronic threats and targets at the Air Force Weapons Training Center, Nellis Air Force Base, Nev. Expected contract completion date is Sept. 30, 2001. Solicitation issue date was Dec. 19, 1994. Negotiation completion date was Sept. 21, 2000. The 99th Contracting Squadron, Nellis Air Force Base, Nev., is the contracting activity. George Salton, (702) 652-4003 is the POC. Contract Number: F26600-95-C0037-P00144.

Northrop Grumman Corp., Linthicum Heights, Md., is being awarded a $22,500,000 (total program maximum; $22,000,000 individual contract maximum) indefinite-delivery/indefinite-quantity contract. Northrop Grumman will be one of four contractors participating in the Aerospace Sensor Component and Subsystem Investigation and Innovation 1 (ASCSII-1) Component Analysis and Integration (CAI) Program. The contractors will investigate, model, analyze, develop, test, and demonstrate radio frequency and photonic component and subsystem technologies for ground, air and space sensor applications. Funds will be obligated as individual delivery orders are issued.. The Air Force can issue delivery orders to all four contractors totaling up to the program maximum indicated above, though actual requirements may necessitate less than this amount. The total value of delivery orders issued to any individual contractor may not exceed the individual contract maximum indicated above. Delivery orders will be issued pursuant to provisions included in the contracts. Expected contract completion date is Jan. 31, 2006. Solicitation issue date was Dec. 22, 1999. Negotiation completion date was Sept. 26, 2000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Nancy Stormer, (937) 255-0207 is the POC. Contract Number: F33615-00-D-1713.

TRW, Inc., Redondo Beach, Calif., is being awarded a $22,500,000 (total program maximum; $22,000,000 Individual Contract Maximum) indefinite-delivery/indefinite-quantity contract. TRW will be one of four contractors participating in the Aerospace Sensor Component and Subsystem Investigation and Innovation 1 (ASCSII-1) Component Analysis and Integration (CAI) Program. The contractors will investigate, model, analyze, develop, test, and demonstrate radio frequency and photonic component and subsystem technologies for ground, air and space sensor applications. Funds will be obligated as individual delivery orders are issued.. The Air Force can issue delivery orders to all four contractors totaling up to the program maximum indicated above, though actual requirements may necessitate less than this amount. The total value of delivery orders issued to any individual contractor may not exceed the individual contract maximum indicated above. Delivery orders will be issued pursuant to provisions included in the contracts. Expected contract completion date is Jan. 31, 2006. Solicitation issue date was Dec. 22, 1999. Negotiation completion date was Sept. 26, 2000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Nancy Stormer, (937) 255-0207 is the POC. Contract Number: F33615-00-D-1733.

The Boeing Company, Long Beach, Calif., is being awarded an $18,105,441 (not-to-exceed) firm-fixed-price contract to provide for eight prototype Modern Intermediate Level Test Station (MILTS) sets, two prototype MILTS Interface Test Adapters, and development of MILTS support system elements, in support of the C-17 aircraft. The MILTS tests the performance of 33 line replaceable units in a range of systems on the C-17 aircraft. Expected contract completion date is Dec. 31, 2003. Solicitation issue date was Aug. 24, 2000. Negotiation completion date was Sept. 22, 2000. Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Martin Trent, (937) 255-1240 is the POC. Contract Number: F33657-97-C-0008-P00122.

Northrop Grumman Technical Services Inc., Herndon, Va., is being awarded a $17,156,006 option to a fixed-price-incentive-firm-target contract to provide for operation and maintenance support from October 2000 through January 2001 for the T-37, T-38, and T-1A aircraft. Expected contract completion date is Jan. 31, 2001. Air Education and Training Command Contracting Office, Randolph Air Force Base, Texas, is the contracting activity. Reinette Alecozay, (210) 652-2490 is the POC. Contract Number: F41689-96-C-0500-P00084.

The Boeing Company, Seattle, Wash., is being awarded a $16,499,717 modification to a firm-fixed-price contract to provide for fiscal 2001 sustaining engineering services for the E-3 aircraft. Approximately 51 percent of this effort supports foreign military sales to Saudi Arabia, France, the United Kingdom, and the North Atlantic Treaty Organization. Expected contract completion date is Sept. 30, 2001. Solicitation issue date was April 15, 1996. Negotiation completion date was Sept. 21, 2000. Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. Shelley Bothwell, (405) 739-2634 is the POC. Contract Number F34601-96-C-0720-P00082.

TRW ICBM Systems, Clearfield, Utah, is being awarded a $16,489,937 modification to a cost-plus-award-fee contract to provide for the fiscal 2001 Intercontinental Ballistic Missile Re-entry Vehicle Applications Program. This effort includes materials subsystems and material aging assessment, development of fuse assessment/measurement and optimization methodologies, development of advanced re-entry vehicle technology, development of re-entry vehicle test and evaluation methodologies and subsystems, development of critical components, and development of accuracy assessment methodologies. Expected contract completion date is Sept. 31, 2001. Solicitation issue date was May 17, 2000. Negotiation completion date was Aug. 02, 2000. Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. Nancy Coley, (801) 777-6078 is the POC. Contract Number: F42610-98-C-0001-P00473.

Pacific Architects & Engineers Government Services, Los Angeles, Calif., is being awarded a $14,895,772 option to a fixed-price-incentive-fee contract to provide for fiscal 2001 base maintenance services at Rhein Main AB, Germany. Expected contract completion date is Sept. 30, 2001. The 469th Air Base Group Contracting Office, Rhein Main AB, Germany, is the contracting activity. Felma B. Robertson, 49-69-699-8082, is the POC. Contract Number: F61521-99-C-5002.

TRW ICBM Systems, Clearfield, Utah, is being awarded a $14,156,965 modification to a cost-plus-award-fee contract to provide for the fiscal 2001 Intercontinental Ballistic Missile Guidance Application Program. This effort includes design, development, and integration of strategic accelerometers and gyroscopes, development of heardened electronics, design and development of microelectomechanical instruments, development and testing of Advanced Inertial Measurement Units, and development and demonstration of concepts for common strategic guidance system technology. Expected contract completion date is Sept. 31, 2001. Solicitation issue date was April 6, 2000. Negotiation completion date was Sept. 28, 2000. Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. Nancy Coley, (801) 777-6078 is the POC. Contract Number: F42610-98-C-0001-P00472.

SCI Technology, Inc., Huntsville, Ala., is being awarded a $13,550,000 (not-to-exceed) requirements contract to provide for Airborne Test Instrumentation Mini-Series hardware and retrofit/repair and field services/technical support for the Mini-Series, the Advanced Airborne Test Instrumentation System, and the Common Airborne Instrumentation System. These test systems are installed in various aircraft to evaluate the performance of a range of systems and components, including the avionics system, power supplies and connectors, digital displays, and computers. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders totaling up to the not-to-exceed amount indicated above. Expected contract completion date is Sept. 28, 2005. Solicitation issue date is June 5, 2000. Negotiation completion date was Sept. 28, 2000. Air Force Flight Test Center, Edwards Air Force Base, Calif., is the contracting activity. Senah Williams, (661) 277-7708 is the POC. Contract Number: F04611-00-D-0006.

McDonnell Douglas Corp., Berkeley, Mo., is being awarded a $11,645,000 modification to a firm-fixed-price contract to provide for 472 Joint Direct Attack Munition (JDAM) kits. JDAM is a strap-on kit with Inertial Navigation System/Global Positioning System capability. This effort supports foreign military sales to Israel. Expected contract completion date is December 2001. Negotiation completion date was Sept. 26, 2000. Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity. Terri Brown (850) 882-3525 is the POC. Contract Number: F08635-00-C-0029-P00001.

Northrop Grumman Corp., Bethpage, N.Y., is being awarded a $9,472,152 (maximum) indefinite-delivery/indefinite-quantity contract to provide for the Predictive Failures and Advanced Diagnostics program. This program will research and develop technologies that enhance capacity to predict and diagnose failures in aircraft systems. Funds will be obligated as individual delivery orders are issued. The Air Force can award delivery orders totaling up to the maximum indicated above, though actual requirements may necessitate less than this amount. Expected contract completion date is Sept. 26, 2005. Solicitation issue date was April 13, 2000. Negotiation completion date was Sept. 11, 2000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. James Box, (937)656-6274 is the POC. Contract Number: F33615-00-D-6019.

Harkin Builders Inc., Silver Spring, Md., is being awarded a $9,091,900 firm-fixed-price contract to provide for demolition of 82 units and construction of 60 units of military family housing at Bolling Air Force Base, Washington, D.C. Expected contract completion date is 540 calendar days from date of receipt of notice to proceed. Solicitation issue date was Aug. 11, 2000. Negotiation completion date was Sept. 26, 2000. The 311th Human Systems Wing, Brooks Air Force Base, Texas, is the contracting activity. Rebecca Rounsavill, (210) 536-4508 is the POC. Contract Number: F41622-00-C0028.

Raytheon Systems Company, Tucson, Ariz., is being awarded a $7,739,750 firm-fixed-price contract to provide for the following components applicable to the GBU-24 Paveway III enhanced laser-guided bomb: eighty-three WGU39A/B guidance control units, eighty-three BSU84A/B airfoil groups, and eighty-three ADG770A/B adapter groups. Expected contract completion date is Dec. 31, 2001. Solicitation issue date was Feb. 9, 2000. Negotiation completion date was Sept. 14, 2000. Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. Jeanette Bird. (801) 777-5784, is the POC. Contract Number: F42630-00-C-0316.

Marvin Engineering Company Inc., Inglewood, Calif., is being awarded a $6,603,000 modification to a firm-fixed-price contract to provide for 400 Guided Missile Launchers applicable to the AIM-120 Advanced Medium Range Air-to-Air-Missile for use on the F-16 and F-18 aircraft. Approximately 80 percent of this effort supports foreign military sales to Finland, Australia, Greece, and Korea. Expected contract completion date is Jan. 31, 2003. Solicitation issue date was May 27, 1999. Negotiation completion date was Dec. 23, 1999. Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. Denise Pollard, (912) 926-0987 is the POC. Contract Number: F09603-00-C-0013-P00003.

Northrop Grumman Corp., Baltimore, Md., is being awarded a $5,853,536 firm-fixed-price contract to provide for sixteen Trigger Pulse Amplifier (Driver) units applicable to the APY-1/2 surveillance radar on the E-3 aircraft. Expected contract completion date is October 2002. Solicitation issue date was June 16, 2000. Negotiation completion date Sept. 25, 2000. Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. Gail West, (912) 926-7060 is the POC. Contract Number: F09603-98-G-0017-0013.

Lockheed Martin Corporation Technical Operations, Sunnyvale, Calif., is being awarded a $5,805,810 modification to a cost-plus-award-fee contract to provide for fiscal 2001 network integration services in support of the Satellite and Launch Control Systems Program Office, Space and Missile Systems Center, Los Angeles Air Force Base, Calif. This effort provides integration, development and sustaining engineering and analytic support to the program office. Expected contract completion date is Sept. 30, 2001. Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity. Dennis Dill, (310) 363-6535. Contract Number: F04701-97-C-0028-P00032.

C.T. Bone, Inc., Warner Robins, Ga., is being awarded a $5,664,838 firm-fixed-price contract to provide for renovation of 90 units of military family housing at Robins Air Force Base, Ga. Expected contract completion date is May 2002. Solicitation issue date was Sept. 27, 1999. Negotiation completion date was Aug. 25, 2000. Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. Paula Secrest, (912) 926-4316 is the POC. Contract Number: F09650-00-C-0308.

Lockheed Martin Corp., Moorestown, N.J., is being awarded a $5,200,000 modification to a cost-plus-fixed-fee contract to provide for depot maintenance support through November 2000 for the Multiple Object Tracking Radar. Expected contract completion date is Nov. 30, 2000. Solicitation issue date was Aug. 8, 2000. Negotiation completion date was Sept. 18, 2000. Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity. Adonijah Edwards, (719) 440-8778 is the POC. Contract Number: F04606-97-D-0063-P00006.

DEFENSE LOGISTICS AGENCY

Siemens Medical Systems, Inc., Iselin, N.J., is being awarded a $30,000,000 indefinite quantity contract for radiation oncology systems and subsystems. Thirty proposals were solicited and fifteen were received. Work will be performed in Concord, Calif., and is expected to be completed by Sept. 29, 2001. Funds will not expire at the end of the fiscal year. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SP0200-97-D-8712).

Elekta Oncology Systems, Inc., Norcross, Ga., is being awarded a $30,000,000 indefinite quantity contract for radiation oncology systems and subsystems. Thirty proposals were solicited and fifteen were received. Work will be performed in Crawley, U.K. and Stockholm, Sweden, and is expected to be completed by Sept. 29, 2001. Funds will not expire at the end of the fiscal year. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SP0200-97-D-8713).

Varian Oncology System, Palo Alto, Calif., is being awarded a $30,000,000 indefinite quantity contract for radiation oncology systems and subsystems. Thirty proposals were solicited and fifteen were received. Work will be performed in Baden, Switzerland and West Sussex, England, and is expected to be completed by Sept. 29, 2001. Funds will not expire at the end of the fiscal year. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SP0200-97-D-8715).

General Electric Co, Aircraft Engine Group, Lynn, Mass., is being awarded a $6,599,881 firm-fixed-price contract for flameholders and afterburners. One proposal was solicited and one was received. Work is expected to be completed by March 31, 2002. Funds will not expire at the end of the fiscal year. The Defense Supply Center Richmond, Richmond, Va., is the contracting activity (F34601-97-G-0002-XH6Z).

Rayovac, Inc., Madison, Wis., is being awarded a $5,893,772 firm-fixed-price with economic adjustment contract for commercial batteries. Nineteen proposals were solicited and seven were received. Work will be performed in Fennimore, Wis. and Wonewoc, Wis. and is expected to be completed by Sep. 30, 2001. Funds will not expire at the end of the fiscal year. The Defense Supply Center Richmond, Richmond, Va., is the contracting activity (SP0430-01-D-4002).

NAVY

The Boeing Company, Space and Communications Group, Information and Surveillance Systems Division, Kent, Wash., is being awarded a $20,834,715 firm-fixed-price contract for engineering and technical services and associated supplies to upgrade 16 E-6B aircraft. Work will be performed at Tinker Air Force Base, Okla. (40%); Wichita, Kan. (30%); Kent, Wash. (20%); Waco, Texas (5%); and Offutt Air Force Base, Neb. (5%), and is expected to be completed by January 2002. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured by electronic solicitation with two offers received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-00-C-0508).

Reliable Mechanical, Inc., Louisville, Ky., is being awarded an $11,210,000 firm-fixed price contract for construction of a United States Army Reserve Center at Fort Buchanan, Puerto Rico. The work to be performed provides for construction of approximately 73,000 gross square feet of facilities for a total of five buildings; a two-story Command building and attached two-story Operations building; a one-story Training building and attached Assembly building, and a raised Bay Storage building. Work will be performed in San Juan, Puerto Rico, and is expected to be completed by December 2002. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 18 proposals solicited and five offers received. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va., is the contracting activity (N62470-98-C-8015).

Triton Marine Construction Corp.*, Bremerton, Wash., is being awarded an $8,735,000 firm-fixed-price contract for the design and construction of a small craft berthing wharf and a support building at Naval Station, Mayport. The small craft berthing wharf will support tractor tugs, mike boats work platform barges, paint floats, utility transport boats, oil spill skimmers, and the storage of cylindrical fenders. The building will include administrative, shop, and storage spaces to support the harbor operations, port control, small craft repair, and rapid oil spill response missions. Site work includes paving for access roads, and a boat ramp. Work will be performed in Mayport, Fla., and is expected to be completed by May 2002. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 12 proposals solicited and three offers received. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-99-C-1032).

J. A. Jones Management Services, North Charleston, S.C., is being awarded an $8,699,964 firm-fixed-price contract for the design and construction of a Jet Engine Test Cell at Marine Corps Air Station, Beaufort. The work to be performed provides for the site-adaptation of the Navy's standard T-10 jet engine test cell to include complete sitework design and the fabrication/construction of the cell to include engine run room, primary and secondary air inlets, exhaust augmenter and stack, and associated acoustical treatment. Work will be performed in Beaufort, S.C., and is expected to be completed by October 2002. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 50 proposals solicited and five offers received. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-99-C-1055).

Sundt/Ninteman (a joint venture), Tucson, Ariz., is being awarded firm-fixed price Task Order 0002 at $6,476,000 under a multiple award construction contract for new construction, renovation, alterations and repair to bachelor enlisted quarters (BEQ) buildings at Marine Corps Base, Camp Pendleton. The work provides for all labor, materials, and equipment to repair BEQ Buildings 14010 and 14014 and Mechanical Building 14013. Work will be performed in Oceanside, Calif., and is expected to be completed by October 2002. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 106 proposals solicited, seven offers received and award made to multiple contractors on 12 May 2000. The basic total contract amount is not to exceed $250,000,000 (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. Four (4) proposals were received for this task order. The Engineering Field Activity Northwest, Naval Facilities Engineering Command, Poulsbo, Wash., is the contracting activity (N68711-99-D-6653).

Raytheon Company, Tucson, Ariz., is being awarded a $6,465,000 fixed-price contract for the fabrication, assembly and testing of jet vane control units and explosive bolts, in support of the MK 48 Mod 0 Guided Missile Vertical Launching System. Work will be performed in Andover, Mass. (84%), Huntsville, Ala. (15%) and Tucson, Ariz. (1%), and is expected to be completed by September 2002. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases on behalf of NATO Consortium Countries Denmark (13.7%), Germany (13.5%), Australia (6.9%), Greece (1.4%), Canada (1.4%), The Netherlands (.7%) and Turkey (.1%), with purchases for Japan (62.2%) and Korea (.1%) under the Foreign Military Sales Program. The Naval Sea Systems Command, Arlington, Va., is the contracting activity (N00024-00-C-5491).

Systems and Electronics, Inc., St. Louis, Mo., is being awarded a $5,999,980 firm-fixed-price contract for APQ-159(V)5 radar hardware components and data for 16 F-5E/F aircraft. Work will be performed in Sanford, Fla. (65%) and St. Louis, Mo. (35%) and is expected be completed by September 2002. Contract funds in the amount of $1,000,000 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 (N00019-00-C-1706).

BAE Systems Technical Services Inc., (previously Marconi Services Corp.) Fort Walton Beach, Fla., is being awarded a $5,771,093 modification to previously awarded contract N00604-96-C-0041 for ammunition storage, handling and management services at the Naval Magazine, Pearl Harbor, Hawaii. Work will be performed in Pearl Harbor, and is expected to be completed by September 2001. Contract funds will not expire at the end of the current fiscal year. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor, Hawaii, is the contracting activity.

Raytheon Company, Tucson, Ariz. Is being awarded a $5,438,461 modification to previously awarded contract N00024-98-C-5435 for the fabrication of Evolved SEASPARROW Missile (ESSM) Tooling and Test Equipment (T&TE;) Phase #3. Work will be performed in Tucson, Ariz. (12%); Adelaide, Australia (45%); Schrobenhausen, Germany (19%); Athens, Greece (1%); and Hengelo, The Netherlands (23%); and is expected to be completed by July 2001. This contract contains combines funds of U.S. WPN (46%) and NATO SEASPARROW Consortium (54%). Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Arlington, Va., is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

AT&T; Corporation, Washington, D.C., is being awarded a $6,037,512.00 modification to a firm-fixed price type contract for the Government Emergency Telecommunications Service. The telecommunications service supports the National Communications System member organizations and other government department and agencies in their National Security/Emergency Preparedness mission. The basic contract was awarded for three (3) one year periods with seven (7) one-year options to support vital emergency programs. Modification P00055 will exercise Option 5 (Oct. 1, 2000 through Sept. 30, 2001). Defense Technology Contracting Organization (DITCO), Scott Air Force Base, Ill. is the contracting office. (DCA200-93-D-0047).

DARPA

The Boeing Co., Seal Beach, Calif., is being awarded a $3,787,463 increment of a $6,000,000 other-transaction-for-prototypes for the Orbital Express Advanced Technology Demonstration. Other participating companies include: Hughes Space and Communications, Los Angeles, Calif.; Ball Aerospace and Technologies Corp., Boulder, Colo.; and TRW, Redondo, Beach, Calif. Work will be performed in Seal Beach, Calif. (34%), Los Angeles, Calif. (8%), Boulder, Colo. (27%), and Redondo Beach, Calif. (27%) and is expected to be completed by November 27, 2001. Funds will not expire at the end of the current fiscal year. DARPA issued a solicitation in the Commerce Business Daily on May 25, 2000, and five bids were received. The Defense Advanced Research Projects Agency is the contracting activity (MDA972-00-9-0015).

* Small Business



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