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. 970-04
5 p.m. ET September 30, 2004

CONTRACTS

 

NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY

 

            ORBIMAGE Inc., Dulles, Va., is being awarded a four-year agreement to assure the availability of high-resolution imagery from the next series of U.S. commercial imagery satellites.   The period of performance goes through the end of fiscal year 2008 and has the potential to award about $500 million through the life of the agreement.  The agreement was competitively procured.   Work will be performed at ORBIMAGE, Dulles, Va.  Known as NextView ORBIMAGE, the agreement is similar to the fiscal year 2003 NextView DigitalGlobe agreement.  It gives the U.S. government improved access to and priority for commercial images. The agreement also strengthens the National Geospatial-Intelligence Agency’s (NGA) alliance with the industry.  Simultaneously, NGA is continuing the first NextView agreement with DigitalGlobe Inc., Longmont, Colo.  These two NextView acquisitions will provide NGA with sources to mitigate a potential gap in the availability of commercial imagery to support the geospatial mission and to implement the U.S. commercial remote sensing space policy.  ORBIMAGE supplies earth imagery and imagery services, with digital remote sensing satellites and an integrated worldwide image receiving, processing and distribution network. ORBIMAGE also produces value-added imagery products and advanced photogrammetry engineering services.  The National Geospatial-Intelligence Agency, Bethesda, Md., is the contracting activity HM1573-04-C-0014.

 

AIR FORCE

 

            McDonnell Douglas Corp., San Antonio, Texas, is being awarded a $299,975,000 firm fixed price contract modification.  This action is Exercising Option VI and Option F, fiscal year 2005, KC-10 and KDC-10 contractor logistics support.  This action supports foreign military sales to KDC-10 ARS; The Netherlands.  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 (F34601-98-C-0125, P00166).

 

            Northrop-Grumman Space and Mission, Clearfield, Utah, is being awarded a $132,079,184 cost-plus award-fee contract modification to provide for sustainment of the Intercontinental Ballistic Missiles (ICBM) Minuteman and Peacekeeper systems on the ICBM Prime Integration Contract.  This effort consists of systems engineering, sustaining engineering, testing, hardware and software contract modification, contract repair, and technical order support for both existing weapon systems.  At this time, no funds have been obligated.  This work will be complete by September 2005.  Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

 

            Fibertek, Herndon, Va., is being awarded a $80,000,000 indefinite delivery/indefinite quantity contract to provide for Research and Development under BAA entitled “Laser Development, Engineering, and Research Applications.”  The basic contract covers the following three topic areas:  High Power Fiber Lasers, Moderate Power Military Systems Lasers, and Remote Sensing of Chemicals and Biologic Agents.  The task order being awarded at the same time as the basic contract shall provide research and development to develop high power solid-state lasers in the form of fibers.  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, $550,000 of the funds has been obligated.  This work will be complete by December 2010.  Solicitation began August 2004 and negotiations were completed September 2004.  The Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity (FA9451-04-D-0413-0001).

 

            Air Transport International, Cantrell, Ark., is being awarded a $71, 106,038 fixed price, indefinite delivery, indefinite quantity contract to provide for Charter Combination Passenger and Cargo International Airlift Service.  The Air Force can issue delivery orders totaling up the maximum amount indicated above, although actual requirements may be less than the amount above.  No funds have been obligated.  This work will be complete by September 2005.  Solicitation began June 2004 and negotiations were completed September 2004.  The Headquarters Air Mobility Command, Scott, Ill., is the contracting activity (FA4428-04-D-0034).

 

            Northrop Grumman Information Technology Inc., McLean, Va., is being awarded a $49,842,000 indefinite delivery/indefinite quantity contract to provide for sustainment and upgrade efforts for Reliability and Maintainability Information System (REMIS).  The location of work is Northrop Grumman Corp., Dayton, Ohio.  The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than amount above.  No funds have been obligated.  This work will be complete by September 2007.  Solicitation began September 2004.  The Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA870-05-D-0004).

 

            MPC Containment Systems, Chicago, Ill., is being awarded a $49,244,710 firm fixed price contract to provide for the 50K and 210K fuel bladders applicable to servicing aircrafts in remote areas.  Best estimated quantities (BEQ) basic year –199 each; option year 1, 239 each; option year 2, 233 each; option year 3, 175 each; option year 4, 175 each.  No funds have been obligated.  Solicitation began May 2004 and negotiations were completed September 2004.  Robins Air Force Base, Ga., is the contracting activity (FA8518-04-D-0053).

 

            McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $45,081,197 fixed-price award-fee contract to provide the FY04 Flying Hour/Engine Cycle Adjustment in accordance with special contract requirement H-012 “Flying Hour Profile” (Sep 2003).  The locations of performances are McDonnell Douglas Corp., Long Beach, Calif. and Pratt and Whitney, Cheshire, Conn.  Total funds have been obligated.  Negotiations were completed September 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, P00032).

 

            Northrop Grumman Systems Corp., Azusa, Calif., is being awarded a $35,343,985 cost-plus award-fee contract modification to provide for a one-year extension by option to exercise the Defense support program sensor post-production support contract.  At this time, no funds have been obligated.  This work will be complete by September 2005.  Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-96-C-0031, P00138).

 

            Sverdrup Technology Inc., Tullahoma, Tenn., is being awarded a $33,595,422 cost-plus award-fee contract modification to exercise the option to continue the research operations support services effort at the Air Force Research Laboratory for three years. At this time, $960,167 of the funds has been obligated.  This work will be complete by September 2007.  Headquarters Air Force Flight Test Center, Edwards Air Force Base, Calif., is the contracting activity (F04611-99-C-0003, P00049).

 

            Boeing Wichita Development and Mod Center, Wichita, Kan., is being awarded a $30,188,454 cost reimbursable, firm-fixed-price, and time and material contract modification to provide for the first year of a total five-year contract logistics support contract for the VC-25A aircraft.  At this time, 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 (FA8106-04-C-0006).

 

          Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $29,269,000 firm fixed price contract.  This action is for the purchase of a Large Aircraft Infrared Countermeasure system and associated development, support, and the modification of aircraft to provide defensive capability for one commercial Boeing 747-400 aircraft.  At this time $14,364,500 of the funds have been obligated.  This work will be complete by December 2005.  Solicitation began August 2004 and negotiations were completed September 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-04-C-6458).

 

            Lockheed Martin Aeronautical Co., Fort Worth, Texas, is being awarded a $26,970,000 firm fixed price contract to provide for Incorporation of Advanced Integrated Defense Electronics Warfare Systems (AIDEWS) and ALE-47 into Oman and Chile F-16 C/D aircraft.  Total funds have been obligated.  This work will be complete by June 2006.  Solicitation began October 2002 and negotiations were completed April 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F42620-01-D-0058, SC08).

       

            Northrop Grumman Space and Mission Systems Corp., East, Clearfield Utah is being awarded as $25,719,454 cost-plus award-fee modification to provide for System Engineering Support for Headquarters Air Force Space Command to include planning, analyses, trade studies, problem resolution and associated systems engineering support tasks necessary to develop, produce, deploy, test and evaluate missile, command control communications, basing, reentry and launch vehicle systems and technology.  No funds have been obligated.  This work will be complete by September 2005.  The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

 

            Astronautics Corp., Milwaukee, Wis., is being awarded a $18,807,176 firm fixed price contract to provide for 526 each, Horizontal Situation Indicator.  This effort supports the F-15 aircraft.  Total funds have been obligated.  This work will be complete by September 2006.  Solicitation began June 2004 and negotiations were completed September 2004.  The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8103-04-C-0160).

 

            Delphi Connection Systems, Irvine, Calif., is being awarded a $18,499,593 7 firm fixed price contract to provide for Improved Cable Wrap (ICW) Replacement Kits applicable to the F-15 Antenna.  Total funds have been obligated.  This work will be complete by October 2006.  Solicitation began August 2004 and negotiations were completed September 2004.  Headquarters Warner Robins Air Logistic Center, Robins Air Force Base, Ga., is the contracting activity (FA8505-04-C-0021).

 

            McDonnell Douglas Corp., Long Beach, Calif.,is being awarded a $18,086,734 firm -fixed price contract to provide for Overhaul of nine different types of servocylinders used on the B-1B aircraft.  No funds have been obligated.  This work will be complete by September 2005.  Solicitation began April 2004 and negotiations were completed July 2004.  The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8103-04-0119).

 

            RS Information Systems, McLean, Va., is being awarded a $10,933,028 indefinite delivery/indefinite quantity contract.  The Technical Services and Space Operations Support Contract provides services to operate, maintain, and support the Space Warfare Center (SWC) located at Schriever Air Force Base, Colo.  The SWC is also the Air Staff (HQ USAF) executive agent for the Air Force’s Tactical Exploitation of National Capabilities (AF TENCAP) program.  The contract is directed toward examining, assessing, and developing the means to integrate National System and DoD space system support to enhance combat, and research and development capabilities within the Air Force.  This includes and/or involves integrating existing and advanced technology weapons, platforms, and special test facilities; as well as the technical expertise knowledge of emerging space-based technologies and systems such as Space Base Radar, Intelligence, Surveillance, and Reconnaissance, Microstates, space control, lasers, High Power Mocrowaves, communications, to assist SWC related activities.  Option III will start  Oct. 1, 2004.  The locations of performances are RS Information Services, McLean, Va., and at Schriever Air Force Base, Colo.  No funds have been obligated.  This work will be complete by September 2005.  The 50th Contracting Squadron, Schriever Air Force Base, Colo., is the contracting activity (FA2550-01-D-0003, P00008).

 

            Northrop Grumman Space and Mission Systems Corp., Redondo Beach, Calif., is being awarded a $10,149,480 cost-plus award-fee contract modification.  The objective of the Architecture and System Engineering (A&SE) program is to provide supplies and services in support of horizontal and vertical integration among space control systems, model space control; architecture capabilities, and support future space control acquisition efforts.  Northrop Grumman Systems (NGMS) will provide labor, travel, and program management necessary to implement identified enhancements to the on-going A&SE effort.  The award will be made to NGMS as a undefinitized contract action (UCA) to the existing contract.  No funds have been obligated.  This work will be complete by September 2006.  Negotiations were completed September 2004.  The Headquarters Space and Missile Systems Center, Los Angeles, Calif., is the contracting activity (F04701-02-C-0001, P00129).

 

            United Technologies, East Hartford, Conn., is being awarded a $7,574,519 cost-plus fixed-fee contract modification to provide for Twelve month level-of-effort for F119 Engine support for IOT and E.  At this time, $1,200,00 of the funds has been obligated.  This work will be complete by September 2005.  Solicitation began June 2004 and negotiations were completed September 2004.  The Headquarters Aeronautical System Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-91-C-0007).

 

            L3 Communications, Link Simulation and Training, Arlington, Texas, is being awarded a $6,007,752 firm fixed price contract modification to exercise lease option extending contract period by four months.  Total funds have been obligated.  Headquarters 72nd Air Base Wing, Tinker Air Force Base, Okla., is the contracting activity (F34601-01-C-0191, P00020).

 

            The Boeing Co., Wichita, Kan., is being awarded a $5,900,000 cost-plus fixed-fee contract modification to provide for Solaris 2.6 Beta 1 Correction for E-4B Aircraft 73-1677.  At this time $1,974,815 of the funds have been obligated.  This work will be complete by December 2004.  The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F34601-03-C-0155, P00029).

 

            Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $5,895,796 cost-plus award-fee contract modification.  This action is the 7th option year of a 15-year contract for the lease and infrastructure payment for the ICBM Prime Team facility.  Consolidation of the Prime Team into one facility at one location is required due to the Government’s need for them to vacate buildings on Hill Air Force Base, Utah.  No funds have been obligated.  This work will be complete by September 2005.  The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

 

            PAE Government Services, Los Angeles, Calif., is being awarded a $5,699,556 cost-plus award-fee contract modification to provide for Additional Services and cost for services for the Spain Base Maintenance Contract for current option period and option periods 3 and 4.  At this time, $1,780,436 has been obligated.  This work will be complete by September 2004.  The 38th Combat Support Wing, USAFE, is the contracting activity (F61521-02-C5400, A00122).

 

            Northrop-Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $5,330,331 cost-plus-award-fee contract modification to provide for 12 months of contractor logistics support services for continuation of the Air Force Quick Reaction Capability Support Center.  At this time, the total amount of funds has been obligated.  Headquarters Warner-Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-02-C-0332, P00014).

 

NAVY

 

            Astron General Contracting Co. Inc.*, Jacksonville, N.C.; Thomas Brand Siding Co. Inc.*, Bowling Green, Ky.; Top Painting Co. Inc.*, Hampton, Va.; Olympic Enterprises, Inc.*, Hubert, N.C.; and McKenzie Paint Contracting, Inc.*, Rockwell, N.C., are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for painting projects.  The total contract amount for each contractor is not to exceed $15,000,000 (base period and four option years) with a guaranteed minimum of $5,000, bringing the cumulative total for all five contracts to $75,000,000.  The aggregate of $75,000,000 will potentially be shared among all five contractors.  Astron General Contracting Co. Inc. is being awarded the initial task order in the amount of $448,000 (including the minimum guarantee) for interior/exterior painting of Motel Barracks Baseside at Marine Corps Base, Camp Lejeune, Jacksonville, N.C.  Work for this task order is expected to be completed by June 2005.  The remaining four contractors are being awarded the minimum guarantee of $5,000.  Work will be performed within the Marine Corps Base, Camp Lejeune, N.C. (50 percent), the Marine Corps Air Station, New River, Jacksonville, N.C. (45 percent), and other military installations/sites in N.C. (5 percent).  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.  The basic contract was competitively procured via the NAVFAC e-solicitation website with six offers received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-04-D-2408/2409/2410/ 2411/2412 [H1]  ).

 

            Sodexho Management Inc., Gaithersburg, Md., is receiving a $69,334,931 modification which provides funding and authorizes performance of contract year 3 (FY05 requirements) to previously awarded fixed-price-incentive contract (M00027-02-C-0001) to provide food services to the Marine Corps and manage and operate their mess halls in the eastern region of the United States.  This modification is only for the purpose of placing the required funding on this contract.  This modification does not include any funding for work that is outside the scope of the original contract.  Work will be performed in Jacksonville, N.C. (40 percent); Parris Island, S.C. (20 percent); Quantico, Va. (15 percent); Washington D.C.; (5 percent); Arlington, Va. (5 percent); Norfolk, Va. (5 percent); Havelock, N.C. (5 percent); and Beaufort, S.C. (5 percent), and is expected to be completed by September 2010.  Contract funds will expire at the end of the current fiscal year.  Contract years 1, 2, and 3 (out of the five year base period) total $212,230,529.  The Regional Contracting Office (Southeast), Marine Corps Base Camp Lejeune, N.C., is the contracting activity (Mod P00017).

 

            Sodexho Management Inc., Gaithersburg, Md., is receiving a $59,936,449 modification which provides funding and authorizes performance of contract year 3 (FY05 requirements) to previously awarded fixed-price-incentive contract (M00027-02-C-0002) to provide food services to the Marine Corps and manage and operate their mess halls in the western region of the United States.  This modification is only for the purpose of placing the required funding on this contract.  This modification does not include any funding for work that is outside the scope of the original contract.  Work will be performed in Oceanside, Calif. (45 percent); Miramar, Calif. (10 percent); Twentynine Palms, Calif. (15 percent); San Diego, Calif. (20 percent); Bridgeport, Calif. (5 percent); and Yuma, Ariz. (5 percent), and is expected to be completed by September 2010.  Contract funds will expire at the end of the current fiscal year.  Contract years 1, 2, and 3 (out of the five year base period) total $193,345,750.  The Regional Contracting Office - Southwest, Marine Corps Base Camp Pendleton, Calif., is the contracting activity (Mod P00020).

 

            Crane Technologies*, Rochester Hills, Mich.; American Crane and Equipment Corporation*, Douglassville, Pa.; Heco-Pacific Manufacturing, Inc.*, Union City, Calif.; American Equipment, Inc.*, Salt Lake City, Utah; and Advanced Automation Technologies*, Exton, Pa., are being awarded a multiple award contract for various types of weight handling equipment for Navy, Marine Corp, or other federal activities worldwide.  The total amount of all contracts shall not exceed $30,000,000, with a guaranteed minimum of $10,000 to each contractor, and will potentially be shared among all five contractors.  The work to be performed provides for, but is not limited to, site survey/investigation, design, fabrication, rail survey/installation, demolition/removal of existing cranes and equipment, runway/equipment electrification, crane installation, crane testing, operational training, etc.  While it is anticipated that the contract will be used primarily for the purchase of new overhead electric traveling cranes, other equipment/services that may be ordered include new jib cranes, monorails, trolley hoists, wall cranes, or similar weight handling equipment; and reconstitution/overhaul of the various types of weight handling equipment covered by the contract.  Cranes will be designed and manufactured in accordance with Crane Manufacturers Association of America 70.  Application for use of the weight handling equipment to be procured may range from general purpose to more complex applications.  Work will be performed at various Navy, Marine Corps, or other federal activities worldwide, and contract duration is not to exceed 60 months (September 2009).  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured as a small business set-aside via the NAVFAC e-solicitation website with 11 offers received.  These five contractors may compete for delivery or task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Navy Crane Center, Lester, Pa., is the contracting activity (N3258A-04-D-1900/1901/1902/1903/1904).

 

            CH2M Hill/VT Griffin Joint Venture (name changed from Jones/Hill), Pensacola, Fla., is being awarded $16,724,204 under a previously awarded combination firm-fixed-price, indefinite-quantity contract (N62467-99-D-1006) to exercise option 3 for facilities/environmental maintenance services at the Pensacola Naval Regional Complex.  After exercise of this option, the total cumulative contract amount will be $53,388,816.   This contract contains one additional one-year option period, which if exercised, will bring the total contract value to a not to exceed amount of $68,170,719.  Work will be performed primarily at Naval Air Station, Pensacola, Fla. (92 percent); Naval Air Station Whiting Field, Milton, Fla. (3 percent); Naval Hospital Pensacola, Pensacola, Fla. (3 percent); and Naval Station Pascagoula, Pascagoula, Miss. (2 percent), and the expected completion date is September 2005.  Contract funds will expire at the end of the current fiscal year.  The base contract was competitively procured with 62 proposals solicited, three offers received and award made to CH2M Hill/VT Griffin Joint Venture on March 19, 2003.  The Resident Officer in Charge of Construction, Naval Facilities Engineering Command Field Office, Pensacola, Fla., is the contracting activity.

 

            Northrop Grumman Corp., (Litton), Dallas, Texas, is being awarded a $15,975,100 firm-fixed-price contract for AN/PVS-7C Night Vision Goggles, AN/PVS-15 Binocular Goggles and associated line items.  Night Vision Goggles are goggles used for enhancing situational awareness.  The system provides increased visibility in less than optimal viewing conditions.  Work will be performed in Dallas, Texas, and is expected to be completed by September 2009.  Contract funds in the amount of $738,411 will expire at the end of the current fiscal year.  The contract was competitively procured and advertised on the Internet, with two offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-04-D-8530).

 

            ITT Night Vision Industries, Roanoke, Va., is being awarded a $15,911,680 firm-fixed-price contract for AN/PVS-14 Monocular Goggles and associated line items.  Monocular Night Vision Goggles are goggles used for enhancing situational awareness.  The system provides increased visibility in less than optimal viewing conditions.  Work will be performed in Roanoke, Va., and is expected to be completed by September 2009.  Contract funds in the amount of $5,002 will expire at the end of the current fiscal year.  The contract was competitively procured and advertised via the Internet, with two proposals received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-04-D-8539).

 

            Total Resource Management*, Alexandria, Va., is being awarded an $8,407,343 time and materials contract for Single Platform Maximo (computer software) and Commander, Navy Region Southwest Maximo development for the Public Works Field Support Office, San Diego, Calif.  The work to be performed provides for development services, deployment services, configuration management services, operations and maintenance services, architectural analyses and recommendations, systems upgrade, load testing.  This contract contains one option, which if exercised, will bring the total cumulative value of this contract to $8,607,227.  Work will be performed at various Navy installations worldwide, and is expected to be completed by September 2005.  Contract funds will expire at the end of the current fiscal year.  This contract was a sole-source negotiated procurement.  The Naval Facilities Engineering Command Contracts Office, Port Hueneme, Calif., is the contracting activity (N47408-04-F-5546).

 

            National Technologies Association Inc., Alexandria, Va., is being awarded a $7,938,554 not-to-exceed modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-01-D-0024) to provide warehouse and material control operation services required in support of the Naval Air Depot, Jacksonville, Fla.  Work will be performed in Jacksonville, Fla. (96.59 percent); Beaufort, S.C. (2.84 percent); and Norfolk, Va. (.57 percent), and is expected to be completed in June 2005.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command Aircraft Division, Patuxent River, Md. is the contracting activity.

 

            Raytheon Technical Services Co., LLC, Reston, Va., is being awarded a $7,559,675 modification to previously awarded contract (N00140-00-C-H001) for an extension of services for a period of four months for operation and maintenance (O&M) services in support of the Forces Surveillance Support Center (FSSC) Relocatable Over-The-Horizon Radar (ROTHR) System, assuring no break in service to FSSC for O&M services in support of the ROTHR System at the Combined Operations Control Center (COCC) and the transmitter/receiver (TX/RX) sites where work will be performed.  Work will be performed in Chesapeake, Va. (66 percent); Puerto Rico (17 percent); Freer, Texas (8.5 percent); and Premont, Texas (8.5 percent), and is expected to be completed by January 2005.  Contract funds will not expire at the end of the current fiscal year.  The Fleet and Industrial Supply Center Norfolk Detachment, Philadelphia, Pa., is the contracting activity (Mod P00053).

 

            The College Board, New York, N.Y., is being awarded a $6,655,750 indefinite-delivery requirements contract for test administration services and related supplies for DOD's College Level Examination Program (CLEP) and Scholastic Assessment Test (SAT) Program.  This contract contains two option periods, which if exercised, will bring the total estimated cumulative value of the contract to $19,786,750.  Work will be performed at test centers on participating college and university campuses and military installations worldwide, and is expected to be completed by September 2007.  Contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured.   The Fleet and Industrial Supply Center Norfolk Detachment Philadelphia is the contracting activity (N00140-05-D-0003).

 

            AMSC LLC, Virginia Beach, Va., is being awarded a $6,329,766 cost-plus-fixed-fee task order to previously awarded contract (N00178-04-D-4119) for professional software engineering development and programming support services for Technical Data Knowledge Management (TDKM) in support of the Naval Undersea Warfare Center Keyport, Washington.  The objective and expected final result of the TDKM Initiative is to deliver, maintain, and dynamically tailor deployed digital technical data for operational units and individual users.  TDKM is expected to result in major improvements to the submarine community’s current practices for receiving and managing technical data in the shipboard environment.  Work will be performed in Virginia Beach, Va. (39.66 percent); Culver City, Calif. (32.19 percent); North Andover, Mass. (14.35 percent); and San Diego, Calif. (13.80 percent).  Contract funds will not expire at the end of the current fiscal year.  The Naval Undersea Warfare Center, Keyport, Wash., is the contracting activity.

 

            Raytheon Space & Airborne Systems, El Segundo, Calif., is being awarded a $5,901,012 firm-fixed-price delivery order against a previously awarded Basic Ordering Agreement (N00383-04-G-001H) for 18 AN/APG-73 Radar Antennas used on the F/A-18 aircraft.  Work will be performed in El Segundo, Calif., and is expected to be completed by June 2007.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity (Order 5026).

 

            Pacific Technologies, LLC, Honolulu, Hawaii, is being awarded a $5,057,356 cost-plus-fixed-fee contract to integrate, test, and demonstrate an advanced command, control and communications self-contained, nominal internally transportable vehicle payload-size, capability suitable for early entry Marine Corps Forces.  Work will be performed in Honolulu, Hawaii, and is expected to be completed in March 2006. Contract funds in the amount of $4,699,663 will expire at the end of the current fiscal year.  The contract was competitively procured.  The Office of Naval Research, Arlington, Va., is the contracting (N00014-04-C-0479).

 

 

 

 

DEFENSE LOGISTICS AGENCY

 

            McRae Industries Inc., Mount Gilead, N.C., is being awarded a $23,314,845 fixed price with economic price adjustment with indefinite delivery for black and desert tan hot weather boots for the U.S. Army, U.S. Air Force and U.S. Marine Corps.  Work will also be performed in Dresden and Waverly, Tenn.  The contract is exercising its first one-year option.  Performance completion date is expected to be Sept. 30, 2005.  Contract funds will not expire by the end of the current fiscal year.  The contract was solicited on the Web and four responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0100-03-D-0371)

 

            Wellco Enterprises Inc., Waynesville, N.C., is being awarded a $21,752,016 fixed price with economic price adjustment with indefinite delivery for black and desert tan hot weather boots for the U.S. Army, U.S. Air Force and U.S. Marine Corps.  Work will also be performed in Aquadilla, Puerto Rico.  The contract is exercising its first one-year option.  Performance completion date is expected to be September 30, 2005.  Contract funds will not expire by the end of the current fiscal year.  The contract was solicited on the Web and four responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0100-03-D-0372)

 

            Abbott Labs Inc., Abbott Park, Ill., is being awarded a maximum dollar threshold of $15,417,212 firm fixed price with indefinite quantity/delivery type contract for analysers with accessories and consumables for inclusion into the Electronic Catalog (ECAT) for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps and federal civilian agencies.  The guaranteed minimum dollar value of the contract shall be the cost of one system, subsystem or component, which can be negotiated.  Performance completion date is expected to be completed by September 30, 2009.  The proposals were solicited on the Web and continues to be a standing announcement.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-04-D-8209)

 

            E.A. Industries* (Small Disadvantaged Business), San Lorenzo, Puerto Rico, is being awarded a $15,225,065 firm fixed price with indefinite quantity/delivery type contract for Woodland and desert camouflage combat trousers for the U.S. Army, U.S. Navy, and U.S. Air Force.  Performance completion date is expected to be February 28, 2006.  Contract funds will not expire by the end of the current fiscal year.  The proposal was solicited on the Web and 16 responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SPM100-04-D-0668)

 

            Altama Delta Corp.*, Atlanta, Ga., is being awarded a $13,985,728 fixed price with economic price adjustment with indefinite delivery for black and desert tan hot weather boots for the U.S. Army, U.S. Air Force and U.S. Marine Corps.  Work will also be performed in Salinas, Puerto Rico and Lexington, Tennessee.  The contract is exercising its first one-year option.  Performance completion date is expected to be September 30, 2005.  Contract funds will not expire by the end of the current fiscal year.  The contract was solicited on the Web and four responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0100-03-D-0373)

 

            Belleville Shoes Mfg., Co., Belleville, Ill., is being awarded a $11,271,278 fixed price with economic price adjustment with indefinite delivery for black and desert tan hot weather boots for the U.S. Army, U.S. Air Force and U.S. Marine Corps.  Work will also be performed in Dewitt, Arkansas and Moca, Puerto Rico.  The contract is exercising its first one-year option.  Performance completion date is expected to be September 30, 2005.  Contract funds will not expire by the end of the current fiscal year.  The contract was solicited on the Web and four responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0100-03-D-0374)

 

            AM General LLC, Mishawaka, Ind., is being awarded a $10,754,653 firm fixed price with indefinite quantity and delivery type contract for repair parts critical to sustainment of the Department of Defense High Mobility Multi-Purpose Wheeled Vehicle (HMMWV) fleet for the U.S. Army, U.S. Navy, U.S. Air Force and U.S. Marine Corps.  This contract is a one-year base contract with four one-year options.  Performance completion date is expected to be 29 September, 2005.  Minimum contract funds will expire in the current fiscal year.  There were 10 proposals solicited and 16 responded.  The contracting activity is the Defense Supply Center Columbus, Columbus, Ohio.  (SP0730-04-D-7959)

 

            Pall Aeropower Corp., Clearwater, Fla., is being awarded a $7,545,935 fixed price with economic price adjustment with indefinite delivery type contract for various federal stock classes which includes: strainer elements, vacuum pumps, filters, manifolds, valves and various other parts for the U.S. Army, U.S. Navy, U.S. Air Force and U.S. Marine Corps.  This contract is for a base year with an additional four one-year options.  Performance completion date is expected to be September 25, 2005.  Minimum contract funds will expire in the current fiscal year.  There were 11 proposals solicited and three responded.  The solicitation was synopsized and available on the Web.  The contracting activity is the Defense Supply Center Columbus, Columbus, Ohio.  (SP0700-04-D-9737)

 

*Small Business


  [H1]This is the correct number/went over originally as 3362



Updated: 30 Sep 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov