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. 963-04
5 p.m. ET September 28, 2004

CONTRACTS

 

NAVY

 

            L3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded an estimated value $88,731,406 modification to a previously awarded fixed-price, cost-reimbursable, time and materials requirements contract (N00019-03-D-0010) to exercise an option for contractor logistics support for the T-45 Training System.  Work will be performed at the Naval Air Station (NAS) Meridian, Miss. (55 percent) and NAS Kingsville, Texas (45 percent), 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, Patuxent River, Md., is the contracting activity.

 

            Northrop Grumman Systems Corp., Sperry Marine, Charlottesville, Va., is being awarded a $65,310,005 fixed-price-award-fee requirements contract for logistics support of the WSN-7 and BPS-15/16 Weapon Systems.  This contract includes three additional options, which if exercised, bring the total cumulative estimated value of the contract to $115,943,990.  Work will be performed at Charlottesville, Va., and is expected to be completed by October 2009. Contract funds will not expire by the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point is the contracting activity (N00104-04-D-ZD51).

 

            Raytheon Technical Services Co., Indianpolis, Ind., is being awarded a $12,500,000 ceiling priced order under previously awarded contract (N00383-00-G-015F) for procurement of 63 various components for the F/A-18 Shared Reconnasiance Pods (SHARP) for use in spares on the E/F aircraft.  Work will be performed in Indianapolis, Ind., and is expected to be completed by September 2005.  Contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point is the contracting activity (Order 2014).

 

            Dillon Aero Inc., Scottsdale, Ariz., is being awarded a not–to-exceed $12,000,000 firm-fixed price, indefinite delivery/indefinite quantity contract for MK 44 Weapon System Components.  Components of the MK 44 weapon system will be used as a weapons platform supporting various military operations.  Work will be performed in Scottsdale Ariz., and is expected to be completed by Sept 2009.  Contract funds will expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-04-D-4830).

 

            The Dick Corp, Large, Pa., is being awarded $11,217,000 for firm-fixed-price Task Order 0003 under an indefinite-delivery/ indefinite-quantity multiple award construction contract for design and construction of a Network Operation Center at the Marine Corps Base, Quantico.   The work to be performed provides for design and construction of a 3,900 square meter single-story reinforced concrete masonry unit building on reinforced concrete foundation with structural steel framing, brick veneer, steel truss and standing seam metal roof.  Work will be performed in Quantico, Va., and is expected to be completed by April 2006.  Contract funds will not expire at the end of the current fiscal year.  The basic contract was competitively procured with 116 proposals solicited, 10 offers received and award made to multiple contractors on April 26, 2002.  The total contract amount is not to exceed $150,000,000 annually (base year with four option years) with a maximum of $750,000,000 worth of projects to be placed on all multiple contracts over the five-year term.  The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract.  Four offers were received for this task order. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity (N62470-01-D-1140).

 

            Vision Systems International LCC, San Jose, Calif., is being awarded a $10,928,651 delivery order under a previously awarded firm-fixed price, definite-delivery/definite-quantity contract (N00383-03-G-022D) for various spares used in support of the F/A-18 E/F Joint Helmet Mounted Cueing System (JHMCS).  Work will be performed at San Jose, Calif., and is expected to be completed by December 2007.  Contract funds will not expire by the end of the fiscal year.  This contract was not competitively procured.   The Naval Inventory Control Point is the contracting activity (Order 0002).

 

            Hawaiian Dredging Construction Co. Inc., Honolulu, Hawaii, is being awarded $9,560,000 for firm-fixed price task order 0001 under an indefinite-delivery/indefinite-quantity multiple award construction contract for repair of Pier Bravo B7-B9 at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility.  Work will be performed in Pearl Harbor, Oahu, Hawaii, and is expected to be completed by November 2005.  Contract funds will expire at the end of the current fiscal year.  The basic contract was competitively procured with 11 proposals solicited, seven offers received and award made on June 10, 2004.  The total contract amount for each contractor is not to exceed $250,000,000 (base period and four option years) bringing the cumulative total for all three contracts to $750,000,000.  The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract.  Three offers were received for this task order.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-04-D-1302).

 

            BAE Systems, Information and Electronic Systems Integration Inc., Pomona, Calif., is being awarded a $6,193,026 ceiling priced order under previously awarded contract (N00383-99-G-019G) for the reliability and maintainability upgrade to the existing AN/ALQ-157 Infrared Countermeasure Set.  Work will be performed at Pomona, Calif., and is expected to be completed by October 2006.  Contract funds will not expire by the end of the fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point is the contracting activity (Order 0045).

 

 

 

AIR FORCE

 

            Georgia Technical Applied Research Corp., Atlanta, Ga., is being awarded a $25,000,000 indefinite delivery/indefinite quantity contract to provide for Engineering Services and Research and Development in support of the AN/ALQ-213 Countermeasures Set managed by Combat Electronic Systems Directorate at Robins Air Force Base, Ga.  The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than the amount above.  No funds have been obligated.  Solicitation began August 2004 and negotiations were completed September 2004.  The Headquarters Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8523-04-D-0006).

 

            Engineering Research Consultants, Huntsville, Ala., is being awarded a $20,537,389 cost-plus fixed-fee contract modification.  This modification exercises the Option Contract Line Item Numbers to continue scientific and engineering research and development for the Air Force Research Laboratory, Propulsion Directorate, Edwards Air Force Base, Calif.  The effort provides onsite theoretical and experimental rocket and missile propulsion research in the physical and engineering disciplines.  Typical research conducted includes investigation of High Energy Density Meter, Chemical/Physical Science and Engineering Disciplines as well as aero physics interaction.  At this time, $470,477 of the funds have been obligated.  This work will be complete by September 2006.  The Headquarters Air Force Flight Test Center, Edwards Air Force Base, Calif., is the contracting activity (F04611-99-C-0025, P00064).

 

            Northrop Grumman Information Technology, McLean, Va., is being awarded a $8,100,000 indefinite delivery/indefinite quantity contract.  Through this research effort, the Logistics Readiness Branch of the Human Effectiveness Directorate, Warfighter Readiness Division of the Air Force Research Laboratory seeks to enhance the scientific value and technological power of both its foundational research and advanced development projects in support of its logistics mission, with emphasis on logistics people and logistics processes especially in deployed environments.  Much of the research organized through this effort will be aimed at either risk reduction or technology reach for associated projects.  The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than amount above.  The location of performance is Northrop Grumman Information Technology Inc., Defense Enterprise Solutions, Fairborn, Ohio.  At this time, $250,000 of the funds have been obligated.  This work will be complete by September 2010.  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-6546).

 

            DOSS Aviation, Colorado Springs, Colo., is being awarded a $5,021,425 firm fixed price contract modification to provide for United States Air Force Academy Glider Contractor Logistics Support Program Services, Exercise of Option IV (FY05) 01 October 04 - 30 September 05.  The locations of performances are U.S. Air Force Academy, Colo., and Peterson Air Force Base, Colo.  No funds have been obligated.  This work will be complete by September 2005.  The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F05611-00-D-M003, P00039).

 

            Honeywell International Inc., Clearwater, Fla., is being awarded a $5,011,192 firm fixed price contract modification.  This action is to exercise options to purchase 36 Army SOA Pre-planned Product Improvement Selective Availability Anti-Spoofing Module retrofits for the Tri-Service Embedded Global Positioning System (GPS)/Inertial Navigation System Office.  Total funds have been obligated.  This work will be complete by August 2006.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-99-C-2040, P00217).

 

DEFENSE LOGISTICS AGENCY

 

            Outdoor Venture Corp.* (Small business in historically under-utilized business zone), Stearns, Ky., is being awarded a $11,484,000 firm fixed price type contract for type 4, tan, Temper tents for the U.S. Army, U.S. Navy, U.S. Air Force and U.S Marine Corps.  This contract is modifying an existing issued contract but for a new procurement.  Performance completion date is expected to be May 11, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were five proposals solicited and three responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0100-03-C-6010)

 

            AC Fabricated Products* (Small business in historically under-utilized business zone), Jackson, Ala., is being awarded a $10,980,131 firm fixed price type contract for type 4, green, Temper tents for the U.S. Army, U.S. Navy, U.S. Air Force and U.S Marine Corps.  This contract is modifying an existing issued contract but for a new procurement.  Performance completion date is expected to be April 19, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were five proposals solicited and three responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0100-03-C-6012)

 

            Seagoing Uniform*, Marshville, N.C., is being awarded a $8,030,000 firm fixed price with indefinite delivery and quantity type contract for U.S. Navy utility uniform to include shirts, trousers and slacks.  Work will also be performed from Anson Shirt Co. in Wadesboro and Down East Apparel in Robersonville, N. C.  Performance completion date is expected to be September 28, 2005.  Contract funds will expire at the end of the current fiscal year.  There were 40 proposals solicited and two responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0300-04-D-0457)

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

            Johns Hopkins University, Applied Physics Laboratory, Laurel, Md., is being awarded a $2,000,000 increment of a $26,941,808 other transaction for prototypes agreement to operate as an impartial broker to facilitate, coordinate, and, if necessary, complete the development of the Joint Unmanned Combat Air Systems enterprise architecture and integration of the Common Operating System, working with the program’s air vehicle primes as well as a consortium of other technology contributors.  Work will be performed in Laurel, Md. (82 percent), Chesterfield, Mo. (11 percent), and Hampton, Va. (7 percent), and will be completed in September 2009.  Funds will not expire at the end of this fiscal year.  There were an unknown number of bids solicited via the World Wide Web on June 16, 2004, and five bids were received.  The Defense Advanced Research Projects Agency is the contracting activity (HR0011-04-9-0018).

 

*Small Business



Updated: 28 Sep 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov