U.S. Department of Defense Header Image (click to return to U.S. Department of Defense homepage)
Search DefenseLink.mil
Oct. 31, 2004  War on Terror   Transformation   News Products   Press Resources   Images   Websites   Contact Us 
Image of Pentagon oval, linked to DoD News page   United States Department of Defense
Contract
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. 057-02
5 p.m. ET February 6, 2002

CONTRACTS

ARMY

SFA Inc. of Frederick, Md., is being awarded a delivery order amount of $17,747,394 as part of an $185,911,498 cumulative total firm-fixed price-requirements contract for 1500 Tactical Water Purification Systems. The systems are tactically transportable and capable of purifying, storing, and dispensing potable water from fresh, brackish, sea and nuclear, biological and chemical (NBC) contaminated water. Work will be performed in Frederick, Md. (60%) and Knoxville, Tenn. (40%), and is expected to be completed by Jan. 31, 2008. Funds will not expire at the end of the current fiscal year. There was one bid solicited and one bid received. The U.S. Army Tank and Automotive Command, Warren, Mich., is the contracting activity (DAAE07-01-R-T036).

AIR FORCE

TRW Inc, Systems and Information Technology Group, Clearfield, Utah., is being awarded a $47,161,972 fixed-price-incentive/award fee contract modification to provide for various quantities of application specific integrated circuits in support of the Guidance Replacement program for the Minuteman III missile system. At this time, $45,018,344 of the funds has been obligated. This work will be complete September 2004. The locations of performance are Honeywell Solid State Electronics Center, Plymouth, Minn. (68%) and other locations. The Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

Raytheon Systems Development Co., Marlborough, Mass., is being awarded a $12,911,083 cost-plus-fixed-fee contract modification to provide for the Join Simulation Systems (JSIMS) program interdependencies, the revised JSIMS alliances schedule, architecture changes and related JSIMS interface activities. At this time, no funds have been obligated. This work will be complete March 2005. The locations of performance are Marlborough, Mass. (50%), and the Science Application International Corp., Orlando, Fla. (50%). The Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-97-C-0016, P00026).

Lockheed Martin Information Systems, Orlando, Fla., is being awarded a $10,000,000 contract modification to provide for aircrew training support for the MH53J, MH-60G, MC-130P, MC-130H, MC-130E, and AC-130U aircraft. This effort includes personnel to conduct training, classroom support, materials, programming, and other effort required to train personnel on operating procedures for the aforementioned aircraft. At this time, the total amount of funds has been obligated. This work will be complete September 2002. The locations of performance are Hurlburt Field, Fla., and Kirtland Air Force Base, N.M.. The Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42630-00-C-0206, P00031).

CPI Aerostructures, Inc., Edgewood, N.Y., is being awarded $5,481,144 firm-fixed-price contract modification to provide for acquisition and assembly of 33 propulsion modernization program structural modernization kits, one lot of spares, and one lot of data, all in support of the T-38 aircraft. At this time, the total amount of funds has been obligated. This work will be complete July 2003. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-2064, P00005).

Lockheed Martin Corp., Lockheed Martin Aeronautical Systems Co., Marietta, Ga., is being awarded a $5,201,251 firm-fixed-price contract modification to provide for one lot of consumable and repairable spares in support of the KC-130J aircraft. At this time, the total amount of funds has been obligated. This work will be complete June 2003. This effort supports United States Marine Corps requirements. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-00-C-0018, P00014).

NAVY

General Dynamics Electronic Systems of Suffolk, Va., is being awarded $10,081,591 to exercise an option under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00140-01-D-H002) to provide services in support of formulation and analysis of joint operational concepts to the U.S. Joint Forces Command's Joint Experimentation Directorate in Suffolk, Va. Work will be performed in Suffolk, Va., and is expected to be completed by October 2002. Contract funds will not expire by the end of the current fiscal year. The Fleet and Industrial Supply Center Norfolk, Detachment Philadelphia, Pa., is the contracting activity.

Trawick Contractors, Inc.*, Birmingham, Ala., is being awarded a $9,646,167 firm-fixed-price contract for design and construction, whole house revitalization of 189 family housing units at Naval Support Activity Midsouth, Millington, Tenn. Work will be performed in Millington, Tenn., and is expected to be completed by February 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, with 31 proposals solicited and five offers received. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-01-C-0295).

Signal Corp., Fairfax, Va., is being awarded a $9,411,449 indefinite-quantity/indefinite-delivery, time and material labor hour contract for engineering, analytical, technical and logistic services in support of exterior and satellite communications for Navy ships and shore activities. This contract contains options, which if exercised, would bring the total cumulative value of this contract to $28,693,803. Work will be performed in Charleston, S.C. (50%); Tidewater, Va. (20%); Dahlgren, Va. (10%); and at various Naval installations (20%) and is expected to be completed by February 2005. The aggregate value of all orders placed to the awardee shall not exceed the NTE estimate identified in the contract. Contract funds will not expire at the end of the current fiscal year. This contract will be obligated with the issuance of individual delivery orders. This contract was competitively procured via the E-commerce web site, with three offers received. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-02-D-5715).

Science Applications International Corp., San Diego, Calif., is being awarded $7,603,348 to exercise an option under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00104-01-D-H029) for support services involving the formulation and analysis of joint operational concepts supporting the U.S. Joint Forces Command's Joint Experimentation Directorate, Suffolk, Va. Work will be performed in Suffolk, Va., and is expected to be completed by October 2002. Contract funds will not expire by the end of the current fiscal year. The Fleet and Industrial Supply Center Norfolk, Detachment Philadelphia, Pa., is the contracting activity.

Logicon, Inc., Falls Church, Va., is being awarded $7,589,419 to exercise an option under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00104-01-D-H028) for support services involving the formulation and analysis of joint operational concepts supporting the U.S. Joint Forces Command's Joint Experimentation Directorate, Suffolk, Va. Work will be performed in Suffolk, Va., and is expected to be completed by October 2002. Contract funds will not expire before the end of the current fiscal year. The Fleet and Industrial Supply Center Norfolk, Detachment Philadelphia, Pa., is the contracting activity.

Veridian Information Solutions, Fairfax, Va., is being awarded $6,900,147 to exercise an option under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00104-01-D-H030) for support services involving the formulation and analysis of joint operational concepts supporting the U.S. Joint Forces Command's Joint Experimentation Directorate, Suffolk, Va. Work will be performed in Suffolk, Va., and is expected to be completed by October 2002. Contract funds will not expire before the end of the current fiscal year. The Fleet and Industrial Supply Center Norfolk, Detachment Philadelphia, Pennsylvania, is the contracting activity.

Joyce and Associates Construction, Inc.* (previously known as L. A. Downey and Son, Inc.), Newport, N.C., is being awarded a $5,348,940 firm-fixed-price task order under a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for ammunition supply point upgrade at the Marine Corps Base, Camp Lejeune. The work to be performed includes demolition of existing facilities and provision of new issue-segregation and operations buildings and storage magazines and associated utilities and incidental related work. Work will be performed in Jacksonville, N.C., and is expected to be completed by February 2004. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 34 proposals solicited, 18 offers received and award made on May 17, 2000. The total contract amount is not to exceed $60,000,000, which includes the base period and two option years. The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va., is the contracting activity (N62470-00-D-4669).

* Small Business



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