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. 967-04
5 p.m. ET September 29, 2004

CONTRACTS

 

AIR FORCE

 

            The Entwistle Co., Hudson, Mass., is being awarded a $173,256,922 indefinite delivery/indefinite quantity contract to provide for the Fuels Operational Readiness Capability Equipment, a mobile aircraft and ground fuel delivery system.  Best Estimated Quantities Year 1 (16 each); Year 2 (16 each); Year 3 (16 each); year 4 (16 each); Year 5 (16 each).  The Air Force can award delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above.  At this time, $5,186,969 of the funds has been obligated.  This work will be complete by September 2009.  Solicitation began June 2004.  The Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8518-04-D-0046).

 

            Universal Technology Corp., Dayton, Ohio, is being awarded a $49,000,000 indefinite delivery/indefinite quantity contract.  This effort procures multiple, rapid response delivery orders for Research and Development, external analyses and assessments of technical programs.  These efforts will be directed at supporting key technology within the technical areas:  Aircraft Gas Turbine Technology, Aerospace Power Technology, and Aerospace Propulsion Technology.  This effort also includes administrative support incidental to and in support of Research and Development requirements for the directorate.  Funds will be obligated as individual delivery orders are issued.  The Air Force can award delivery orders totaling up to the maximum amount indicated above, though actual requirements may be necessitate less than that amount.  At this time, $50,000 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-5711).

 

            Anteon Corp., Dayton, Ohio, is being awarded a $49,000,000 indefinite delivery/indefinite quantity contract.  This objective of the Manufacturing Technology (MATES) program is to support an enhance the mission of the Manufacturing Technology Division of the Materials and Manufacturing Directorate by providing highly skilled and experienced engineering and scientific expertise to achieve Air Force program mission objectives.  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, $50,000 of the funds have been obligated.  This work will be complete by September 2009.  Solicitation began 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-5710).

 

            ITT Industries Inc., Roanoke, Va., is being awarded a $40,251,960 firm fixed price contract to provide for AN/AVS-9 Night Vision Goggles.  Maximum quantities are 5790 each F4949G model goggles and 1448 each F4949H model goggles.  No funds have been obligated.  This work will be complete by July 2007.  Solicitation began May 2004 and negotiations were completed September 2004.  The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8522-04-D-0015).

 

            Lockheed Martin Missiles and Space Co., King of Prussia, Penn., is being awarded a $30,000,000 cost-plus fixed-fee contract to provide for the following supplies and services in sustainment of the MARK IVB program:  (1) Approximately 30,030 staff hours will be acquired each year for (a) depot-level (Level II) maintenance on eight MARK IVB systems (UMQ-13) around the world and routine (Level I) maintenance on the two systems located at Lockheed Martin facility, (b) help desk services (24 hours/day, 7 days/week) to provide daily assistance to military personnel to maintain the systems, and (c) software releases for the MARK IVB system (including any deficiency releases needed to fix minor problems that occur after a major release) and maintenance training on those software releases.  (2) Approximately 2, 640 staff hours will be acquired to convert 17 Small Tactical Terminal (STT) (TMQ-43) systems into 17 Receiving Set, Satellite (RSS) (TMQ-54) systems to enable a transportable weather system to be deployed into forward locations in order to provide polar ingest capability outside the UMQ-13 polar footprint.  (3) Approximately 330 staff-hours will be acquired each year to provide initial training for military personnel sufficient for those personnel to properly operate and maintain (Level 1 Maintenance) on the MARK IVB system.  (4) Approximately 3,676 staff-hours will be acquired each year for depot-level refurbishment maintenance on MARK IVB antennas.  (5) Approximately 13,479 staff-hours will be acquired to replace the Satellite Data Acquisition Subsystem (SDAS) in the MARK IVB system.  (6) Approximately 500 staff-hours will be acquired each year for any additional sustainment services necessary to ensure the MARK IVB and RSS systems are able to meet evolving and/or changing operational requirements.  At this time, $2,000,000 of the funds has been obligated.  This work will be complete by September 2006.  Solicitation began September 2004 and negotiations were completed September 2004.  The Detachment 11, Space and Missile Systems Center, Peterson Air Force Base, Colo., is the contracting activity (FA8803-04-C-0001).

 

            Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $15,465,000 firm fixed price contract to provide Combat Loss Replacement (CLR).  The Large Aircraft Infrared Countermeasures (LAIRCM) contract with Northrop Grumman Systems Corp., F33657-01-C-2093, will be modified to procure 3 additional LAIRCM systems for the C-130 aircraft for SOCOM.  The locations of performances are:  Northrop Grumman, Rolling Meadows, Ill.; and BAE Systems Avionics Limited, Edinburgh, Scotland.  Total funds have been obligated.  This work will be complete by February 2006.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-2093, P00068).

 

            General Electric Aircraft Engines, Cincinnati, Ohio, is being awarded a $12,959,435.10 firm fixed price contract modification to provide for Augmenter Exhaust Nozzles, 30 each Air Force Requirements Applicable to F110-100 engine.  Total funds have been obligated.  This work will be complete by July 2006.  Solicitation began November 2003 and negotiations were completed September 2004.  The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F34601-00-G-0006-0214).

 

            M7 Aerospace, LP, San Antonio, Texas, is being awarded a $11,200,000 firm fixed price contract modification to provide for Full Contractor Logistics Support for the C-26 Army National Guard and Air National Guard aircraft, Exercise of Option VIII (FY05) 01 October 04 thru 30 September 05.  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 (F34601-97-C-0032, P00145).

 

            King Aerospace Inc., Panama City, Fla., is being awarded a $8,235,000 firm fixed price contract modification to provide for Full Contractor Logistics Support for the E-9 aircraft, Exercise of Option IV (FY05) 1 October 2004 thru 30 September 2005.  The location of performance is King Aerospace, Tyndall Air Force Base, Fla.  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 (F34601-01-C-0053, P00052).

 

            Chugach Management Services, Anchorage, Alaska, is being awarded a $7,250,316 fixed-price award-fee contract modification to provide for recurring services for maintenance and repair of accompanied family houses, mobile home parking lots, and associated grounds maintenance at Edwards Air Force Base, Calif.  Includes maintenance management, service calls, change of occupancy maintenance, recurring equipment maintenance, cleaning of abandoned quarters, appliance management, operation of U-Fix-It store, facility upgrade/maintenance (repair/replacement) construction, and grounds maintenance including street sweeping.  The location of performance is Chugach Management Services, Edwards Air Force Base, Calif.  At this time, $7,422,503 of the funds has been obligated.  This work will be complete by September 2005.  The Headquarters 95th Air Base Wing, Edwards Air Force Base, Calif., is the contracting activity (F04700-00-D-0047, P00015).

 

            Choctaw Management Services Enterprise, Durant, Okla., is being awarded a $6,292,153 times and materials contract.  The services to be procured are: The laboratory Technician and Data Accession requirement is to provide medical laboratory services in support of the AFIOH/Epidemiological Surveillance Division (SDE) mission.   The SDE mission is to provide clinical diagnostic testing for force protection; global surveillance, occupational medicine and patient care for 350 customers worldwide.  At this time, $1,162,761 of the funds has been obligated.  This work will be complete by September 2009.  Solicitation began July 2004 and negotiations were completed September 2004.  The Headquarters 311th Human Systems Wing, Brooks Air Force Base, Texas, is the contracting activity (FA8900-05-C-9003).

 

            Support Systems Associates, Melbourne, Fla., is being awarded a $6,283,764 firm fixed price contract to provide for Circuit Card Assemblies 200 each (0001); Circuit Card Assemblies 400 each (0002); Circuit Card Assemblies 400 each (0003); Circuit Card Assemblies 200 each (0004); Circuit Card Assemblies 200 each; Cover Plate Assemblies 100 each (0007); Data 1 LO, (0008).  These items are in support of the CP-2108A ballistic computer system.  The CP-2108A ballistic computer is applicable to Special Operation Forces/Combat Search and Rescue aircraft.  The location of performance is Titan Advanced Products, San Diego, Calif.  Total funds have been obligated.  This work will be complete by July 2005.  Solicitation began August 2004 and negotiations were completed September 2004.  The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8509-04-C-0041).

 

            FlightSafety Services Corp., Englewood, Colo., is being awarded a $5,147,642 firm fixed price contract to provide for Global Air Traffic Management Courseware Update and Hand Controller Shipment.  The location of performance is FlightSafety at Altus Air Force Base, Altus, Okla.  No funds have been obligated.  This work will be complete by September 2005.  Solicitation began January 2004 and negotiations were completed September 2004.  The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F33657-91-C-0072, P00317)

 

ARMY

 

            The Boeing Co., Ridley Park, Pa., was awarded on Sept. 24, 2004, an $87,599,592 firm-fixed-price contract for remanufacture of three CH-47C to CH-47D Model Aircraft.  Work will be performed in Philadelphia, Pa., and is expected to be completed by Aug. 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 26, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

 

            The Boeing Co., Ridley Park, Pa., was awarded on Sept. 24, 2004, a $29,068,132 cost-plus-fixed-fee contract for long lead items in support of the MH-47G.  Work will be performed in Philadelphia, Pa., and is expected to be completed by Nov. 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 28, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

 

            The Boeing Co., Ridley Park, Pa., was awarded on Sept. 24, 2004, a $23,684,986 fixed-price-incentive-fee contract for long lead items in support of the CH-47F.  Work will be performed in Philadelphia, Pa., and is expected to be completed by Nov. 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 28, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

 

            GM GDLS Defense Group L.L.C., Sterling Heights, Mich., was awarded on Sept. 24, 2004, a $21,548,893 modification to a cost-plus-fixed-fee contract for contractor logistics support for the Stryker Brigade Combat Teams.  Work will be performed in Fort Lewis, Wash. (40 percent), Fort Richardson, Alaska (30 percent), and Fort Wainwright, Alaska (30 percent), and is expected to be completed by May 24, 3005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 17, 2002.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 

            American Ordnance L.L.C., Middletown, Iowa, was awarded on Sept. 27, 2004, a $14,529,718 firm-fixed-price contract for load, assembly, and packing of the M231 and M232 Modular Artillery Propelling Charge.  Work will be performed in Middletown, Iowa, and is expected to be completed by Sept. 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were four bids solicited on June 3, 2004, and three bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-C-1126).

 

            Cutler Associates Inc., Worcester, Mass., was awarded on Sept. 27, 2004, a $12,747,497 firm-fixed-price contract for construction and replacement of a fire crash/rescue station.  Work will be performed in Cape Cod, Mass., and is expected to be completed by March 27, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 29 bids solicited on May 26, 2004, and six bids were received.  The U.S. Army Property Fiscal Office, Milford, Mass., is the contracting activity (W912SV-04-C-0017 and W912SV-04-C-0018).

 

            Dutra Construction Co. Inc., San Rafael, Calif., was awarded on Sept. 24, 2004, a $12,278,831 firm-fixed-price contract for partial demolition of Piers 2 and 5, retrofit of the remaining Pier 2, removal of the shoreline debris, construction of steel sheet pile bulkhead, and dredging.  Work will be performed in Alameda, Calif., and is expected to be completed by Feb.12, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 100 bids solicited on July 30, 2004, and three bids were received.  The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W912P7-04-C-0010).

 

            Chickasaw Nation Industries Inc.*, Ada, Okla., was awarded on Sept. 27, 2004, an $11,722,919 firm-fixed-price contract for design and construction of a data center.  Work will be performed in Arnold, Mo., and is expected to be completed by May 27, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 1, 2004.  The U.S. Army National Geospatial-Intelligence Agency, Arnold, Mo., is the contracting activity (HM1575-04-C-0007).

 

            O’Gara-Hess & Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Sept. 27, 2004, a $10,819,507 modification to a firm-fixed-price contract for the M1114, M1116, M1145 Up-Armored High Mobility Multipurpose Wheeled Vehicle and various kits.  Work will be performed in Fairfield, Ohio, and is expected to be completed by Dec. 31, 2004.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 10, 2000.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).

 

            Wade Perrow Construction L.L.C., Gig Harbor, Wash., was awarded on Sept. 24, 2004, a $10,700,000 firm-fixed-price contract for construction of an education center.  Work will be performed at Whiteman Air Force Base, Mo., and is expected to be completed by Feb. 24, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 200 bids solicited on July 21, 2004, and seven bids were received.  The U.S. Army Engineer District, Kansas City, Mo., is the contracting activity (W912DQ-04-C-0068).

 

            GM GDLS Defense Group L.L.C., Sterling Heights, Mich., was awarded on Sept. 25, 2004, a $10,086,576 modification to a cost-plus-fixed-fee contract for contractor logistics support for the Stryker Brigade Combat Teams.  Work will be performed in Sterling Heights, Mich. (4 percent), Auburn, Wash. (25 percent), Ontario, Canada (25 percent), Germashiem, Germany (5 percent), Iraq (40 percent), and Kuwait (one percent), and is expected to be completed by September 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 20, 2001.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 

            LB&B Associates Inc., Columbia, Md., was awarded on Sept. 27, 2004, a delivery order amount of $9,804,427 as part of a $9,804,427 cost-plus-award-fee contract for services, materials, supplies, plant supervision, labor and equipment.  Work will be performed at Fort Leonard Wood, Mo., and is expected to be completed by Sept. 30, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 51 bids solicited on June 25, 2003, and ten bids were received.  The U.S. Army Contracting Agency, Fort Leonard Wood, Mo., is the contracting activity (W911S7-04-D-0018).

 

            Conco Inc.*, Louisville, Ky., was awarded on Sept. 27, 2004, a $9,700,162 firm-fixed-price contract for a Modular Artillery Charge System.  Work will be performed in Louisville, Ky., and is expected to be completed by Sept. 27, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were five bids solicited on Jan. 8, 2004, and three bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-C-1139).

 

            ArmorWorks L.L.C.*, Tempe, Ariz., was awarded on Sept. 27, 2004, a $9,064,780 modification to a firm-fixed-price contract for procurement of armor kits for the High Mobility Multipurpose Wheeled Vehicles.  Work will be performed in Tempe, Ariz., and is expected to be completed by Jan. 31, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 20, 2004.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-C-0439).

 

            The Boeing Co., Mesa, Ariz., was awarded on Sept. 24, 2004, an $8,424,288 modification to a firm-fixed-price contract for two CH47 Structural Tier 2 and 3 Kits in support of the overhaul and repair of crash damage/on-condition maintenance or RESET aircraft.  Work will be performed in Philadelphia, Pa. (70 percent) and Mesa, Ariz. (30 percent), and is expected to be completed by Jan. 10, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Dec. 3, 2003.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-C-0016).

 

            Textron Marine and Land Systems, New Orleans, La., was awarded on Sept. 23, 2004, an $8,222,500 modification to a firm-fixed-price contract for procurement of 23 Armored Security Vehicles.  Work will be performed in New Orleans, La., and is expected to be completed by Oct. 31, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Sept. 23, 1994.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-99-C-S001).

 

            McGown Gordon*, Kansas City, Mo., was awarded on Sept. 27, 2004, an $8,063,727 firm-fixed-price contract for construction of a U.S. Army Reserve Center, organizational maintenance shop, and unheated storage facility.  Work will be performed at Fort Leavenworth, Kan., and is expected to be completed by Jan. 14, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 106 bids solicited on June 2, 2004, and six bids were received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-04-C-0030).

 

            Whitesell-Green Inc., Pensacola, Fla., was awarded on Sept. 27, 2004, a $7,618,000 firm-fixed-price contract for a special tactics advanced skills training facility.  Work will be performed at Hurlburt Field, Fla., and is expected to be completed by May 19, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 314 bids solicited on Aug. 10, 2004, and three bids were received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-04-C-0058).

 

            PCL, Denver, Colo., was awarded on Sept. 24, 2004, a $7,315,000 firm-fixed-price contract for construction of an Aerial Port Airlift Control Flight Facility.  Work will be performed at Peterson Air Force Base, Colo., and is expected to be completed by Feb. 10, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 151 bids solicited on June 17, 2004, and five bids were received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-04-C-0030).

 

            Navistar International Transportation, Knoxville, Tenn., was awarded on Sept. 27, 2004, a delivery order amount of $6,293,357 as part of a $63,772,289 firm-fixed-price contract for 48 Tanker Trucks and five manuals.  Work will be performed in Garland, Texas, and is expected to be completed by March 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on April 30, 2004, and two bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-B075).

 

            Stewart & Stevenson Tactical Vehicle Systems L.P., Sealy, Texas, was awarded on Sept. 27, 2004, a $5,564,975 modification to a firm-fixed-price and cost-reimbursement contract for 26 Family of Medium Tactical Vehicle Load Handing System Trucks and Trailers.  Work will be performed in Sealy, Texas, and is expected to be completed by Nov. 15, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were two bids solicited on Aug. 15, 2002, and two bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-C-S023).

 

            Devere Construction Co. Inc., Alpena, Mich., was awarded on Sept. 27, 2004, a $5,441,000 firm-fixed-price contract for construction of a dining facility and combat readiness training center.  Work will be performed in Alpena, Mich., and is expected to be completed by June 27, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 11 bids solicited on July 29, 2004, and three bids were received.  The U.S. Property and Fiscal Office, Lansing, Mich., is the contracting activity (W912JB-04-C-2005).

 

            Lear Siegler Services Inc., Gaithersburg, Md., was awarded on Sept. 27, 2004, a delivery order amount of $5,055,106 as part of a $5,055,106 time and materials contract for the Palletized Loading System Reconstitution.  Work will be performed at Fort Hood, Texas, and is expected to be completed by Jan. 20, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were six bids solicited on Aug. 23, 2004, and one bid was received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-98-D-T060).

 

            BAE Systems, Nashua, N.H., was awarded on Sept. 24, 2004, a $4,345,931 increment as part of a $6,661,677 cost-plus-fixed-fee contract for research and development services for investigation of Radio Frequency Guided Munitions.  Work will be performed in Nashua, N.H. (74 percent) and Cambridge, Mass. (26 percent), and is expected to be completed by June 30, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on March 1, 2004, and eight bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-C-1162).

 

            Robbins-Gioia Inc., Alexandria, Va., was awarded on Sept. 23, 2004, a $1,852,460 increment as part of a $9,262,300 firm-fixed-price contract for sustainment and support services.  Work will be performed in Anniston, Ala., and is expected to be completed by Sept. 30, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were four bids solicited on Aug. 20, 2004, and one bid was received.   The U.S. Army Tank-Automotive and Armaments Command, Anniston, Ala., is the contracting activity (W911KF-04-F-0065).

 

            AM General Corp., Mishawaka, Ind., was awarded on Sept. 24, 2004, a delivery order amount of $1,774,794 as part of a $36,944,813 firm-fixed-price contract for 51,840 Engine Compartment Hoods for the High Mobility Multi Wheeled Vehicles.  Work will be performed in Mishawaka, Ind. (76 percent) and Avilla, Ind. (24 percent), and is expected to be completed by March 1, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on Nov. 4, 2003, and one bid was received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-0107).

 

            Sielman S.A., Volos, Greece, was awarded on Sept. 24, 2004, a delivery order amount of $1,534,545 as part of an $18,920,616 firm-fixed-price contract for 77,480 60-Amp Engine Generators for the High Mobility Multi Wheeled Vehicles.  Work will be performed in Volos, Greece, and is expected to be completed by Aug. 15, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on May 14, 2004, and four bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-0260).

 

            SciTec Inc.*, Princeton, N.J., was awarded on Sept. 27, 2004, a $500,000 increment as part of a $9,085,917 cost-plus-fixed-fee contract for design, development, fabrication, integration, test and delivery of two operational Joint Mobile Infrared Countermeasure Testing Systems.  Work will be performed in Princeton, N.J., and is expected to be completed by Sept. 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on June 22, 2004, and five bids were received.  The U.S. Army Contracting Agency, White Sands Missile Range, N.M., is the contracting activity (W9124Q-04-C-0225).

 

            Booz, Allen and Hamilton Inc., McLean, Va., was awarded on Sept. 24, 2004, a $391,207 increment as part of a $126,050,218 cost-plus-fixed-fee and cost-plus-award-fee contract for imagery requirements.  Work will be performed in Springfield, Va., and is expected to be completed by April 1, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Jan. 10, 2000.  The National Geospatial Intelligence Agency, Bethesda, Md., is the contracting activity (NMA301-00-C-0001).

 

            Wil Chee Planning Inc.*, Honolulu, Hawaii, was awarded on Sept. 24, 2004, a delivery order amount of $70,000 as part of a $14,000,000 firm-fixed-price contract for environmental services.  Performance location will be determined with each delivery order, and is expected to be completed by Sept. 23, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were 16 bids solicited on May 21, 2004, and two bids were received.  The U.S. Army Engineer District, Fort Shafter, Hawaii, is the contracting activity (W9128A-04-D-0019).

 

            Myounghee Noh & Associates L.L.C.*, Aiea, Hawaii, was awarded on Sept. 24, 2004, a delivery order amount of $70,000 as part of a $14,000,000 firm-fixed-price contract for environmental services.  Performance location will be determined with each delivery order, and is expected to be completed by Sept. 23, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were 16 bids solicited on May 21, 2004, and two bids were received.  The U.S. Army Engineer District, Fort Shafter, Hawaii, is the contracting activity (W9128A-04-D-0020).

 

            Oak Ridge Associated Universities, Oak Ridge, Tenn., was awarded on Sept. 24, 2004, a $40,000 increment as part of a $13,006,800 cost-plus-fixed-fee contract for administration of the Army Research Laboratories Postdoctoral Fellowship Program.  Work will be performed in Oak Ridge, Tenn., and is expected to be completed by Sept. 27, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on March 29, 2004, and two bids were received.  The U.S. Army Research, Development and Engineering Command, Adelphi, Md., is the contracting activity (W911QX-04-C-0129).

 

            Campbell Roofing and Construction Inc.*, Warner Robins, Ga., was awarded on Sept. 22, 2004, a delivery order amount of $5,000 as part of a $250,000,000 firm-fixed-price contract for emergency temporary roof repairs for homes and buildings damaged by Hurricane Frances.  Work will be performed in Florida, and is expected to be completed by Dec. 9, 2004.  Contract funds will not expire at the end of the current fiscal year.  There were 19 bids solicited on Sept. 4, 2004, and 19 bids were received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-04-D-0064).

 

 

DEFENSE LOGISTICS AGENCY

 

            COHR Inc., dba Masterplan, Chatsworth, Ca., is being awarded an estimated maximum of $44,000,000 firm fixed price with indefinite delivery/quantity type contract for maintenance service support of imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  The minimum amount of this contract can be negotiated for no less than a one-time CT Scanner service call of at least four hours based on individual vendor’s price.  This contract is exercising its second option year.  Performance completion date is expected to be September 28, 2005.  Contract funds will not expire by the end of the current fiscal year.  There had been originally 128 proposals solicited and five had responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-02-D-8338)

 

            General Electric Medical Systems, Inc., Waukesha, Wi., is being awarded an estimated maximum of $44,000,000 firm fixed price with indefinite delivery/quantity type contract for maintenance service support of imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  The minimum amount of this contract can be negotiated for no less than a one-time CT Scanner service call of at least four hours based on individual vendor’s price.  This contract is exercising its second option year.  Performance completion date is expected to be September 28, 2005.  Contract funds will not expire by the end of the current fiscal year.  There had been originally 128 proposals solicited and five had responded.   The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-02-D-8336)

 

            Toshiba America Medical Systems Inc., Arlington, Texas, is being awarded an estimated maximum of $44,000,000 firm fixed price with indefinite delivery/quantity type contract for maintenance service support of imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  The minimum amount of this contract can be negotiated for no less than a one-time CT Scanner service call of at least four hours based on individual vendor’s price.  This contract is exercising its second option year.  Performance completion date is expected to be September 28, 2005.  Contract funds will not expire by the end of the current fiscal year.  There had been originally 128 proposals solicited and five had responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-02-D-8340)

 

            Philips Medical Systems NA, Bothell, Wash., is being awarded an estimated maximum of $44,000,000 firm fixed price with indefinite delivery/quantity type contract for maintenance service support of imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  The minimum amount of this contract can be negotiated for no less than a one-time CT Scanner service call of at least four hours based on individual vendor’s price.  This contract is exercising its second option year.  Performance completion date is expected to be September 28, 2005.  Contract funds will not expire by the end of the current fiscal year.  There had been originally 128 proposals solicited and five had responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-02-D-8337)

 

            Siemens Medical Solutions USA Inc., Malvern, Pa., is being awarded an estimated maximum of $44,000,000 firm fixed price with indefinite delivery/quantity type contract for maintenance service support of imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  The minimum amount of this contract can be negotiated for no less than a one-time CT Scanner service call of at least four hours based on individual vendor’s price.  This contract is exercising its second option year.  Performance completion date is expected to be September 28, 2005.  Contract funds will not expire by the end of the current fiscal year.  There had been originally 128 proposals solicited and five had responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-02-D-8339)

 

            Warren Pumps Inc., Warren, Ma., is being awarded an estimated $6,200,000 firm fixed price, indefinite quantity type contract for centrifugal and rotary pumps and repair kits for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  This contract is for a one-year base with six additional one-year option periods.  Performance completion date is expected to be September 24, 2005.  Contract funds will partially expire at the end of the current fiscal year, with the remaining paid in the following fiscal year.  There was one proposal solicited and one responded.  The government does not possess complete technical data and most likely technical data will not be developed to support full and open competition during the life of this contract.  The synopsis was posted on the Web.  The contracting activity is the Defense Supply Center Columbus, Columbus, Ohio.  (SP0760-04-D-9726)

 

NAVY

 

            Raytheon Technical Services Co., Burlington, Mass., through its subsidiary, Raytheon Technical Services Guam Inc., is being awarded $39,505,592 modification under a previously awarded combination firm-fixed price contract, indefinite-quantity, time and materials provisions contract (N62742-98-D-1803) for exercise an option for base operations services in Guam.  Work will be performed at various Naval activities, U.S. Territory of Guam, and is expected to be completed March 2005.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. (Mod P00038).

 

            DG21, Dallas, Texas, is being awarded a $38,064,303 modification under a previously awarded combination firm-fixed-price, indefinite-quantity, award fee provisions contract (N62742-98-D-4500) to exercise an option for base operating support services in Diego Garcia.  Work will be performed at the U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory, and is expected to be completed by September 2006.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (Mod P00019).

 

            Macro-Z-Technology*, Santa Ana, Calif.; MARPAC Construction LLC*, Seattle, Wash.; P&L General Contractors, Inc.*, Oak Harbor, Wash.; and Colville Tribal Service Corp.*, Coulee Dam, Wash., are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract to provide new construction, renovation, alteration, demolition, and repair work, including any necessary design at various locations within the Engineering Field Activity, Northwest Command, Naval Facilities Engineering Command area of responsibility. The total contract amount for each contractor is not to exceed $24,750,000 (base period and two option years) with a guaranteed minimum of $25,000, bringing the cumulative total for all four contracts to $99,000,000.  Macro-Z-Technology is being awarded the initial task order in the amount of $3,999,872 (including the minimum guarantee) for fire station addition and renovation at Naval Air Station, Whidbey Island, Oak Harbor, Wash.  Work for this task order is expected to be completed by February 2006.  The remaining three contractors are being awarded the minimum guarantee of $25,000.  Work will be performed at various Navy and Marine Corps installations within the Engineering Field Activity Northwest area of responsibility including, but not limited to, Wash. (93 percent), Alaska (4 percent), Ore. (1 percent), Idaho (1 percent), and Mont. (1 percent).  The term of the contract is not to exceed 36 months with an expected completion date of October 2005 (October 2007 for options).  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured through the Small Business Administration’s 8(a) Program via the NAVFAC e-solicitation website with 12 offers received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Engineering Field Activity Northwest, Naval Facilities Engineering Command, Poulsbo, Wash., is the contracting activity (N44255-04-D-9122/9123/9124/9125).

 

            Alutiiq Security & Technology, LLC*, Chesapeake, Va., is being awarded a maximum $12,000,000, with a guaranteed minimum of $25,000 (base period), firm-fixed-price, indefinite-delivery/indefinite-quantity construction contract for the Critical Power System Service Department of the Naval Facilities Engineering Service Center, Port Hueneme, Calif.  The total contract amount is not to exceed $60,000,000 (base period and four option years).  The work to be performed will be at various locations worldwide.  The term of the contract is not to exceed 60 months with an expected completion date of September 2005 (September 2009 with options).  Contract funds will expire at the end of the current fiscal year.  This contract was awarded on a sole source basis to a certified 8(a) Alaskan Native firm.  The Naval Facilities Engineering Command Contracts Office, Port Hueneme, Calif., is the contracting activity (N47408-04-D-8517).

 

            Systems Application Technologies Inc.,* Oxnard, Calif., is being awarded an estimated $8,678,440 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide test and evaluation support to the Naval Air Systems Command, Weapons Division, Weapons Survivability Laboratory.  Types of support include test and evaluation of survivability of U.S. aircraft and missiles against foreign threats; test and evaluation of lethality of U.S. weapons against foreign aircraft and missiles; safe separation testing of free fall and other weapons; and aerodynamic testing of weapons and recovery systems.  The maximum level of effort is 220,500 hours.  Work will be performed in China Lake, Calif., and is expected to be completed in September 2007.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured through a request for proposals and four offers were received.  The Naval Air Systems Command, Weapons Division, China Lake, Calif., is the contracting activity (N68936-04-D-0032).

 

            Underground Construction Co. Inc., Benicia, Calif., is being awarded a $7,960,400 firm-fixed price contract for construction of the Fuel Hydrant System Project at Andrews Air Force Base.  The work to be performed provides for construction of a type III pressurized hydrant fuel system, which is considered to be very specialized.  The construction will involve a new fuel hydrant system consisting of two 5,000 barrel fuel storage tanks, pump house, transfer piping, connection to existing installation bulk fuel system and one row of hydrant pits on the existing parking apron.  The row will contain six hydrant-fueling pits.  New pipeline shall be connected from the bulk storage system to two new storage tanks.  Work will be performed in Camp Springs, Md., and is expected to be completed by November 2005.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the NAVFAC e-solicitation website with eight proposals solicited and three offers received.  The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity (N62477-04-C-0018).

 

            Sonoma Design Group,* Santa Rosa Calif., is being awarded a $7,200,000 firm-fixed-price contract for six turret systems for the Naval Postgraduate School, Monterey, Calif. These systems will provide unsurpassed Infra Red and visible performance, high reliability with easy maintenance and available high value, low cost state of the art electronics to support various testing activities for airborne application.   This contract contains options, which if exercised, will bring the total cumulative value of this contract to $9,600,000.  Work will be performed at Santa Rosa, Calif., and is expected to be completed in January 2006.  Contract funds will expire at the end of the current fiscal year.  This contract is a Small Business Innovation Research (SBIR) Phase III contract, which has resulted from SBIR Solicitation Topic N01-138 entitled "A Self-Contained Solar Radiation Measurement Package for an Aircraft".   SBIRs are 100% small business set asides.  The Fleet and Industrial Supply Center, San Diego, Calif., is the contracting activity (N00244-04-C-0034).

 

            L3 Communications, Display Systems, Alpharetta, Ga., is being awarded a $6,080,000 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0031) to exercise an option for the full rate production of 128 Horizontal Hover Situation Indicators (HHSI) for the Marine Corps H-46E.  Work will be performed in Alpharetta, Ga., 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.

 

            W. M. Schlosser Co. Inc., Hyattsville, Md., is being awarded $5,865,000 for firm-fixed price Task Order 0006 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62470-01-D-1081) for construction of a two-story steel framed mission support facility for the Naval Special Warfare Development Group at Naval Air Station Oceana, Dam Neck Annex.  Work will be performed in Virginia Beach, 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 36 proposals solicited, 17 offers received and award made on Sept. 28, 2001.  The total contract amount is not to exceed $60,000,000, which includes the base period and three option years.  The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

 

            Trex Enterprises Corp., San Diego, Calif., is being awarded a $5,004,972 cost-plus-fixed-fee contract for Ultra High Frequency (UHF) Radar Transmission, Simulation and Communication.  Under this award Trex Enterprises will design, fabricate, and test a standalone unit Electromagnetic Environmental System Simulator for testing of the UHF Electronically Scanned Array Radar Test Bed.  Work will be performed in Hawaii, Maui, and is expected to be completed in Sept 2006. This contract contains options, which if exercised, will bring the total cumulative value of this contract to $17,503,617.  Contract funds in the amount of $3,921,304 will expire at the end of the current fiscal year.  This contract was competitively procured under ONR BAA 04-001, dated 10 Sep 2003. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-04-C-0407). 

 

*Small Business



Updated: 29 Sep 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov