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. 975-04
5 p.m. ET October 1, 2004

CONTRACTS

 

ARMY

 

            AM General Corp., South Bend, Ind., was awarded on Sept. 29, 2004, a $115,573,953 modification to a firm-fixed-price contract for 1,408 M1114 Chassis for the High Mobility Multipurpose Wheeled Vehicle.  Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 17, 2000.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

 

            O’Gara-Hess & Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Sept. 29, 2004, a $93,238,340 modification to a firm-fixed-price contract for 1,441 M1114, 78 M1116 Up-Armored High Mobility Multipurpose Wheeled Vehicles, and 1,234 Gunner Protection Kits.  Work will be performed in Fairfield, Ohio, and is expected to be completed by July 31, 2006.  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).

 

            Clark/M+W Zander L.L.C., Chicago, Ill., was awarded on Sept. 29, 2004, a $44,031,091 increment as part of an $81,589,000 firm-fixed-price contract for design and construction of the Wheeler Sack Army Airfield Barracks.  Work will be performed at Fort Drum, N.Y., and is expected to be completed by March 21, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 54 bids solicited on June 3, 2004, and six bids were received.  The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-04-C-0022).

 

            Sundt Construction Inc., Tucson, Ariz., was awarded on Sept. 28, 2004, a $36,245,485 firm-fixed-price contract for replacement of family housing.  Work will be performed in Cochise, Ariz., and is expected to be completed by Oct. 28, 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 Jan. 8, 2004, and two bids were received.  The U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-04-C-0016).

 

            Oshkosh Truck Corp., Oshkosh, Wis., was awarded on Sept. 29, 2004, a delivery order amount of $31,021,462 as part of a $31,021,462 firm-fixed-price contract for rebuilding the Palletized Load System (PLS), M1074/M1075 and the PLS Trailer, Heavy Equipment Transport, and the Heavy Expanded Mobility Tactical Truck Family of Vehicles.  Work will be performed in Oshkosh, Wis., and is expected to be completed by Sept. 30, 2009.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Sept. 23, 2004.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-0322).

 

            The Boeing Co., Huntsville, Ala., was awarded on Sept. 28, 2004, a $25,468,997 modification to a firm-fixed-price contract for 233 Forward Looking Infrared Receivers.  Work will be performed in Mason, Ohio (87 percent) and Huntsville, Ala. (13 percent), and is expected to be completed by Feb. 28, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 8, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-99-C-0077).

 

            Aerospace Filtration Systems*, St. Charles, Mo., was awarded on Sept. 29, 2004, a $23,656,261 firm-fixed-price contract for 200 Engine IBF kits, 120 Honeywell APU Kits, 101 Sundstrand APU Kits, 800 Main Engine Spare Filter Assemblies, and 221 APU Filter Assemblies.  Work will be performed in St. Charles, Mo., and is expected to be completed by Aug. 31, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Sept. 14, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-C-0344).

 

            AAI Corp., Hunt Valley, Md., was awarded on Sept. 28, 2004, a $23,394,390 modification to a firm-fixed-price contract for Contractor Logistics Support for the SHADOW Unmanned Aerial Vehicle System.  Work will be performed in Hunt Valley, Md., and is expected to be completed by Sept. 30, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 1, 2003.  The U.S. Army Aviation and Missile Command, Huntsville, Ala., is the contracting activity (DAAH01-03-C-0042).

 

            National Forge Co.*, Irvine, Calif., was awarded on Sept. 28, 2004, a $16,443,604 modification to a firm-fixed-price contract for 1,526 BLU-109 Empty Cases and 108 CNU-417 Containers in support of the Multiple Weapons Platforms.  Work will be performed in Irvine, Pa., and is expected to be completed by Nov. 30, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 30, 2004.  The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-01-C-0049).

 

            Clark Construction Group L.L.C., Bethesda, Md., was awarded on Sept. 28, 2004, a $16,083,000 firm-fixed-price contract for the conversion of the 167th Airlift Wing Base from C-130 to C-5 Aircraft.  Work will be performed in Martinsburg, W.V., and is expected to be completed by Oct. 28, 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 May 12, 2004, and four bids were received.  The U.S. Army National Guard Bureau, Buckhannon, W.V., is the contracting activity (W912L8-04-C-0008).

 

            B.L.Harbert International L.L.C./Bill Harbert International Construction Inc., Birmingham, Ala., was awarded on Sept. 29, 2004, a $15,318,800 increment as part of a $36,797,000 firm-fixed-price contract for design and construction of a barracks complex.  Work will be performed at Fort Stewart, Ga., and is expected to be completed by Feb. 18, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 280 bids solicited on June 14, 2004, and three bids were received.  The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-04-C-0050).

 

            Korte Construction Co., St. Louis, Mo., was awarded on Sept. 24, 2004, a $14,934,500 firm-fixed-price contract for design and construction of a Consolidated Logistics Complex.  Work will be performed at Vance Air Force Base, Okla., and is expected to be completed by Jan. 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were five bids solicited on May 26, 2004, and four bids were received.  The U.S. Army Engineer District, Tulsa, Okla., is the contracting activity (W912BV-04-C-2010).

 

            Sunmount Corp., Roanoke, Texas, was awarded on Sept. 29, 2004, a $14,900,910 firm-fixed-price contract for runway, taxiway, and lighting repairs.  Work will be performed at Homestead Air Force Base, Fla., and is expected to be completed by Aug. 3, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 195 bids solicited on July 21, 2004, and three bids were received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-04-C-0061).

 

            Lifeline Shelter Systems Inc.*, Columbus, Ohio, was awarded on Sept. 29, 2004, a delivery order amount of $13,657,940 as part of a $13,657,940 firm-fixed-price contract for 60 Refrigerated Blood Transport Trucks.  Work will be performed in Columbus, Ohio, 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 May 12, 2004, and two bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-B105).

 

            American Ordnance, Middletown, Iowa, was awarded on Sept. 29, 2004, a $12,260,686 firm-fixed-price contract for load, assemble, and pack M107 Cartridges.  Work will be performed in Middletown, Iowa, and is expected to be completed by June 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on March 9, 2004.  The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-98-G-0011).

 

            TECOM Inc., Dallas, Texas, was awarded on Sept. 30, 2004, an $11,848,602 modification to a firm-fixed-price contract for base operations and maintenance services.  Work will be performed in Warren, Mich. (54 percent) and Harrison Township, Mich. (54 percent), and is expected to be completed by Sept. 30, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were ten bids solicited on June 17, 2003, and seven bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W912CH-04-C-A507).

 

            W.G. Yates & Sons Construction Co., Oxford, Miss., was awarded on Sept. 24, 2004, a $10,910,855 firm-fixed-price contract for an Airfield Operations Complex.  Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by April 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 201 bids solicited on July 21, 2004, and six bids were received.  The U.S. Army Engineer District, Tulsa, Okla., is the contracting activity (W912BV-04-C-2009).

 

            McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 28, 2004, a $10,280,917 firm-fixed-price contract for Post-Production Systems Support, Engineering Services/Studies, PQDRs and Crash/Battle Damage in support of the AH-64 Apache Helicopter.  Work will be performed in Mesa, Ariz., and is expected to be completed by Dec. 31, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Aug. 13, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-01-G-0024).

 

            Raytheon Vision Systems, Goleta, Calif., was awarded on Sept. 28, 2004, a $9,647,400 modification to a firm-fixed-price contract for an additional quantity of the Standard Advanced Dewar Assembly.  Work will be performed in Goleta, Calif., 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 July 6, 2004.  The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-03-C-J205).

 

            Reyes Construction Inc.*, Pomona, Calif., was awarded on Sept. 28, 2004, a $9,362,799 firm-fixed-price contract for the Madrona Lateral Recycled Water Pipeline.  Work will be performed in Torrance, Calif., and is expected to be completed by Oct. 15, 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 July 19, 2004, and one bid was received.  The U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-04-C-0013).

 

            General Dynamics C4 Systems Inc., Taunton, Mass., was awarded on Sept. 28, 2004, a delivery order amount of $9,300,000 as part of a $9,300,000 firm-fixed-price contract for the JNN Simulator to include the JNN Open Rack Equipment and the KU-Band Simulator to include the KU-Band Satellite Terminals.  Work will be performed in Taunton, Mass., and is expected to be completed by Sept. 27, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Sept. 3, 2004.  The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-86-D-K023).

 

            Alutilq Security and Technology L.L.C.*, Anchorage, Alaska, was awarded on Sept. 29, 2004, a $9,212,007 firm-fixed-price contract for upgrade of the Airfield Election Distribution and Lighting System.  Work will be performed in Los Alamitos, Calif., and is expected to be completed by Oct. 23, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on June 8, 2004.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-04-C-0057).

 

            Azteca Enterprises Inc., Dallas, Texas, was awarded on Sept. 28, 2004, an $8,406,900 firm-fixed-price contract for construction of an Alert Holding Area.  Work will be performed at Fort Polk, La., and is expected to be completed by March 30, 2007.  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 4, 2004, and one bid was received.  The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (DACA63-04-C-0037).

 

            Honeywell International Inc., Tempe, Ariz., was awarded on Sept. 28, 2004, an $8,164,797 firm-fixed-price contract for the Automotive Gas Turbine 1500 Engine recuperator components for the M1 Tank.  Work will be performed in Anniston, Ala., and is expected to be completed by Oct. 1, 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 Aug. 23, 2004, and one bid was received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-C-0744).

 

            APAC – Mississippi, Jackson, Miss., was awarded on Sept. 28, 2004, a $7,850,397 firm-fixed-price contract for construction of a C-17 Assault Runway.  Work will be performed at Camp Shelby, Miss., and is expected to be completed by April 15, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 16 bids solicited on June 15, 2004, and three bids were received.   The U.S. Army Property and Fiscal Office, Jackson, Miss., is the contracting activity (W9127Q-04-C-0004).

 

            SAMBE Construction Co. Inc.*, Pennsauken, N.J., was awarded on Sept. 29, 2004, a $7,279,646 firm-fixed-price contract for construction of a Maintenance Training Facility.  Work will be performed at McGuire Air Force Base, N.J., and is expected to be completed by Sept. 22, 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 April 22, 2004, and four bids were received.  The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-04-C-0027).

 

            McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 28, 2004, a $6,931,860 firm-fixed-price contract for upgrade and retrofit eight Peace Vanguard Aircraft Processors.  Work will be performed at Mesa, Ariz., and is expected to be completed by May 31, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 26, 2004.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-99-C-0111).

 

            BAE Systems, Wayne, N.J., was awarded on Sept. 29, 2004, a $6,921,092 firm-fixed-price contract for the Bulgarian Special Operations Forces Communication and Information Systems Equipment.  Work will be performed in Wayne, N.J. (76.6 percent) and Bulgaria (23.4 percent), and is expected to be completed by Dec. 31, 2005.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Jan. 22, 2004.  The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-04-C-C220).

 

            Head Inc.*, Columbus, Ohio, was awarded on Sept. 28, 2004, a $6,902,632 firm-fixed-price contract for demolition of existing asphalt overrun on the south end of the runway and the addition of a new parking apron.  Work will be performed at Tyndall Air Force Base, Fla., and is expected to be completed by Sept. 28, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 95 bids solicited on June 30, 2004, and three bids were received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-04-C-0059).

 

            Lusi Construction Co. Inc.*, Smithfield, R.I., was awarded on Sept. 30, 2004, a $6,718,028 firm-fixed-price contract for construction of a Consolidated Aircraft Maintenance Facility.  Work will be performed in North Kingstown, R.I., and is expected to be completed by Oct. 1, 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 May 20, 2004, and four bids were received.  The U.S. Army National Guard Bureau, North Kingstown, R.I., is the contracting activity (W912LD-04-C-0001).

 

            Freightliner of Savannah*, Savannah, Ga., was awarded on Sept. 28, 2004, a $6,066,770 firm-fixed-price contract for RESET of M915 Family of Vehicles.  Work will be performed in Savannah, Ga., and is expected to be completed by Jan. 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were four bids solicited on Aug. 23, 2004, and two bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-C-0801).

 

            AM General Corp., South Bend, Ind., was awarded on Sept. 28, 2004, a $6,044,301 modification to a firm-fixed-price contract for procurement of 76 M1116 High Mobility Multipurpose Wheeled Vehicles.  Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 17, 2000.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

 

            Capital Construction Co.*, Smyrna, Ga., was awarded on Sept. 28, 2004, a $5,890,000 firm-fixed-price contract for construction of a Mission Support Group Facility.  Work will be performed at Robins Air Force Base, Ga., and is expected to be completed by April 30, 2004.  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 July 1, 2004, and seven bids were received.  The U.S. Property and Fiscal Office, Atlanta, Ga., is the contracting activity (W912JM-04-C-0036).

 

            Transatlantic Traders Inc.*, Evansville, Ind., was awarded on Sept. 28, 2004, a $5,818,000 firm-fixed-price contract for eight SAMA CH2000 Aircraft.  Work will be performed in Amman, Jordan (87.45 percent) and Baghdad, Iraq (12.55 percent), and is expected to be completed by Sept. 26, 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 18, 2004, and 31 bids were received.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-C-0332).

 

            Chamberlain Manufacturing Corp., Scranton, Pa., was awarded on Sept. 28, 2004, a $5,735,822 modification to a firm-fixed-price contract for 41,117 M107 Projectile Metal Parts in Support of the 155MM M107 Projectile.  Work will be performed in Scranton, Pa., and is expected to be completed by Aug. 31, 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 April 15, 2004, and one bid was received.  The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0066).

 

            Cubic Applications Inc., Lacey, Wash., was awarded on Sept. 30, 2004, a delivery order amount of $5,605,275 as part of a $5,605,275 cost-plus-fixed-fee contract for Chemical, Biological, Radiological, Nuclear, and High Yield Explosives Exercise Support Services.  Performance location will be determined with each delivery order, and is expected to be completed by July 21, 2009.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Nov. 20, 2003.  The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA01-04-D-0020).

 

            Quality Shipyard L.L.C., Houma, La., was awarded on Sept. 29, 2004, a $5,599,956 firm-fixed-price contract for design, construction, testing, and delivery of a Triple Screw Steel Towboat.  Work will be performed in Houma, La., and is expected to be completed by March 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were four bids solicited on Aug. 3, 2004, and four bids were received.  The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-04-C-0040).

 

            Insight Technology*, Londonderry, N.H., was awarded on Sept. 24, 2004, a $5,540,906 firm-fixed-price contract for 5,663 M203 Day/Night Sights.  Work will be performed in Londonderry, N.H., and is expected to be completed by Sept. 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Sept. 16, 2004.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-C-1147).

 

            Urban Associates L.P.*, El Paso, Texas, was awarded on Sept. 29, 2004, a $5,458,292 firm-fixed-price contract for construction of a Tactical Equipment Shop.  Work will be performed in El Paso, Texas, and is expected to be completed by Nov. 29, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 22 bids solicited on July 22, 2004, and two bids were received.  The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-04-C-0040).

 

            Federal Contracting Inc. dba Bryan Construction Inc.*, Colorado Springs, Colo., was awarded on Sept. 29, 2004, a $5,441,305 firm-fixed-price contract for design and construction of an Aircraft Weather Shelter.  Work will be performed at Laughlin Air Force Base, Texas, and is expected to be completed by July 25, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 22 bids solicited on July 16, 2004, and five bids were received.  The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-04-C-0039).

 

            Computer Sciences Corp., Arlington, Va., was awarded on Sept. 28, 2004, a $3,000,000 increment as part of a $122,157,672 as part of a cost-plus-fixed-fee contract for the Joint Theatre Air and Missile Defense Organization System Engineering Technical Assistance Support Services.  Work will be performed in Crystal City, Va., 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 an unknown number of bids solicited via the World Wide Web on Feb. 26, 2004, and two bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-C-0053).

 

            Great Lakes Dredge & Dock Co., Oak Brook, Ill., was awarded on Sept. 29, 2004, a $2,600,000 increment as part of a $8,771,027 firm-fixed-price contract for the Westhampton Interim Renourishment Contract No. 2 and the West of Shinnecock Interim Nourishment Project.  Work will be performed in Westhampton, N.Y. (50 percent) and Shinnecock Hills, N.Y. (50 percent), and is expected to be completed by April 10, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were 12 bids solicited on Aug. 3, 2004, and two bids were received.  The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-04-C-0024).

 

            Jay Dee Contractors Inc./Kenny Construction Inc. (Joint Venture), Livonia, Mich., was awarded on Sept. 30, 2004, a $2,500,000 increment as part of the $18,436,950 construction contract for the Cady Marsh Drainage Ditch Tunnel Project.  Work will be performed in Griffith, Ind., and is expected to be completed by May 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 Aug. 2, 2004, and two bids were received.  The U.S. Army Corps of Engineers, Chicago, Ill., is the contracting activity (W912P6-04-C-0004).

 

            Rosenbauer America*, Lyons, S.D., was awarded on Sept. 28, 2004, a delivery order amount of $1,944,030 as part of a $20,427,907firm-fixed-price contract for 114 Medium Rescue Fire Trucks.  Work will be performed in Lyons, S.D., and is expected to be completed by March 24, 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 June 1, 2004, and five bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-D-B106).

 

            BAE Systems Spectral Solutions L.L.C., Honolulu, Hawaii, was awarded on Sept. 29, 2004, a $1,240,984 increment as part of a $6,124,617 cost-plus-fixed-fee contract for Imaging Hyper spectral Electro-Optical Sensors and Algorithms for the Wide Area Airborne Minefield Detection.  Work will be performed in Honolulu, Hawaii, and is expected to be completed by Sept. 30, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on July 19, 2004.  The U.S. Army Communications-Electronics Command, Alexandria, Va., is the contracting activity (W909MY-04-C-0051).

 

            Telcordia Technologies Inc., Piscataway, N.J., was awarded on Sept. 30, 2004, a $903,336 increment as part of a $9,811,417 cost-plus-fixed-fee contract for development of the architecture, protocol, detection and response algorithms, and prototype implementations to dynamically reconfigure MANETS-based systems.  Work will be performed in Red Bank, N.J., and is expected to be completed by Oct. 1, 2007.  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 Aug. 26, 2004, and one bid was received.  The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-04-C-P604).

 

            Bean Stuyvesant L.L.C., New Orleans, La., was awarded on Sept. 23, 2004, a $10,000 increment as part of a $6,001,808 firm-fixed-price contract for maintenance dredging.  Work will be performed in St. Bernard Parish, La., and is expected to be completed by May 3, 2005.  Contract funds will not expire at the end of the current fiscal year.  There were eight bids solicited on July 16, 2004, and four bids were received.  The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-04-C-0057).

 

            Trumbull Corp./Brayman Construction Corp. (Joint Venture), Pittsburgh, Pa., was awarded on Sept. 27, 2004, a $5,000 increment as part of a $96,553,429 firm-fixed-price contract for construction of a new river wall.  Work will be performed in Westmoreland, Pa., 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 211 bids solicited on July 6, 2002, and three bids were received.  The U.S. Army Engineer District, Pittsburgh, Pa., is the contracting activity (W911WN-04-C-0003).

 

            Nova Dredging L.L.C., Napa, Calif., was awarded on Sept. 28, 2004, a $1,000 increment as part of a $5,962,000 firm-fixed-price contract for annual maintenance dredging.  Work will be performed in Ventura, Calif., and is expected to be completed by March 15, 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 May 25, 2004, and two bids were received.  The U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-04-C-0014).

 

Anteon Corp., Fairfax, Va., was awarded on Sept. 30, 2004, a  firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Human Resources, Recruiting, and Retention Support Services with a ceiling of $118,126,131.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and six bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0068).

 

Resource Consultants Inc., Vienna, Va., was awarded on Sept. 30, 2004, a  firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Human Resources, Recruiting, and Retention Support Services with a ceiling of $117,969,251.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and six bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0067).

 

Sygnetics Inc.*, Grayling, Mich., was awarded on Sept. 30, 2004, a  firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Human Resources, Recruiting, and Retention Support Services with a ceiling of $134,074,442.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and six bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0066).

 

Strategic Resources Inc.*, McLean, Va., was awarded on Sept. 30, 2004, a  firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Human Resources, Personnel Services and Support with a ceiling of $646,003,044 .  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and nine bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0065).

 

SI International Inc., Reston, Va., was awarded on Sept. 30, 2004, a firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Human Resources, Personnel Services and Support  with a ceiling of $458,341,887.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and nine bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0064).

 

Resource Consultants Inc., Vienna, Va., was awarded on Sept. 30, 2004, a firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Human Resources, Personnel Services and Support with a ceiling of $401,322,511.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and nine bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0063).

 

Management Support Technology Inc.*, Fairfax, Va., was awarded on Sept. 30, 2004, a   firm-fixed-price contract for Human Resources and Administrative Support Services with a ceiling of $29,745,500.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and 19 bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0060).

 

The Ventura Group*, Fairfax, Va., was awarded on Sept. 30, 2004, a firm-fixed-price contract for Human Resources and Administrative Support Services with a ceiling of $28,978,274.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and 19 bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0059).

 

BCP International*, Alexandria, Va., was awarded on Sept. 30, 2004, a firm-fixed-price contract for Human Resources and Administrative Support Services with a ceiling of $26,141,306.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and 19 bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0058).

 

BCP International Ltd.*, Alexandria, Va., was awarded on Sept. 30, 2004, a firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Studies and Analysis of Human Resources Support Services with a ceiling of $177,100,000.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and nine bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0069).

 

Resource Consultants Inc., Vienna, Va., was awarded on Sept. 30, 2004, a firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Studies and Analysis of Human Resources Support Services with a ceiling of $151,700,000.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and nine bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0070).

 

Booz Allen & Hamilton Inc., McLean, Va., was awarded on Sept. 30, 2004, a firm-fixed-price, time and materials, and cost-plus-fixed-fee contract for Studies and Analysis of Human Resources Support Services with a ceiling of $181,700,000.  Performance location will be determined with each delivery order, and is expected to be completed by Oct. 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 50 bids solicited on Feb. 9, 2004, and nine bids were received.  The Defense Contracting Command, Washington, D.C., is the contracting activity (W74V8H-04-D-0078).

 

* Small Business

 

DEFENSE LOGISTICS AGENCY

 

            Fisher Scientific Co., L.L.C., Tampa, Fla., is being awarded a $44,000,000 fixed price with economic price adjustment with indefinite delivery/quantity type contract for a prime vendor contract for special operations: fire and emergency services and related incidental services and training for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, federal civilian agencies and federal grant recipients in the Eastern Region Zones1 & 2, Central Region Zone 1 and the Western Region Zone 1.  Performance completion date is expected to be Sept. 30, 2006.  Contract funds will not expire in the current fiscal year.  The proposal was solicited on the Web and seven responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0500-04-DBP20).

 

            Siemens Medical Solutions USA Inc., Malvern, Pa., is being awarded an estimated maximum of $35,000,000 firm fixed price with indefinite delivery/quantity type contract for digital imaging Network – Picture Archive and Communication Systems for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, federal civilian agencies and the Veterans Administration.  The minimum amount value for this contract can be negotiated for one system, subsystem or component.  Performance completion date is expected to be Sept. 30, 2005.  Contract funds will expire by the end of current fiscal year (FY05).  There were 30 proposals solicited and 10 responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-04-D-8306)

 

            Lion-Vallen Ltd. Partnership, Dayton, Ohio, is being awarded a $32,000,000 fixed price with economic price adjustment with indefinite delivery/quantity type contract for a prime vendor contract for special operations: fire and emergency services and related incidental services and training for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, federal civilian agencies and federal grant recipients in the Eastern Region Zones 3, Central Region Zone 2 and the Western Region Zone 2.  Performance completion date is expected to be September 30, 2006.  Contract funds will not expire in the current fiscal year.  The proposal was solicited on the Web and seven responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0500-04-DBP21).

 

            IBM Global Government Industry, Boulder, Co., is being awarded an estimated maximum of $30,000,000 firm fixed price with indefinite delivery/quantity type contract for digital imaging Network – Picture Archive and Communication Systems for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, federal civilian agencies and the Veterans Administration.  Work will also be performed in Houston, Texas.  The minimum amount value for this contract can be negotiated for one system, subsystem or component.  Performance completion date is expected to be September 30, 2005.  Contract funds will expire by the end of current fiscal year (FY05).  There were 30 proposals solicited and 10 responded.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-04-D-8308).

 

            Cytyc Corp., Boxborough, Mass., is being awarded a $7,000,000 firm fixed price with indefinite delivery/quantity type contract for ThinPrep Pap Test Kit and related supplies for the U.S. Army, U.S. Navy and U.S. Air Force medical treatment facilities worldwide.  The contract has a one-year base ordering base period and four one-year options.  Performance completion date is expected to be September 30, 2005.  Contract funds have been allocated from fiscal year 04.  The proposal was solicited on the Web and one responded.  Cytyc is the only Food and Drug Administration approved manufacturer for bi-modal testing and the ability to test for Human Papilloma Virus, which is the infection linked to cervical cancer.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.  (SP0200-05-D-7201)

 

NAVY

 

            Charles Stark Draper, (CSDL), Cambridge, Mass., is being awarded a $26,921,787 cost-plus-fixed-fee contract for the following efforts: CSDL will be responsible for managing the TRIDENT II (D-5) Guidance Strategic Technology Applications Program and Radiation Hardening Application Program (RHAP) which includes the development of a computer based integrated engineering environment to support the replacement of existing technologies due to aging problems for the TRIDENT II (D–5) MK-6 guidance system; inertial component engineering to address specific features of current instruments and alternate technologies for accelerometer and gyro technology; and to monitor radiation-hardened technology, including stellar technology which is quickly disappearing and upon which the MK-6 guidance system was built. CSDL will be paid a total of $20,238,343.  CSDL will issue three subcontracts in support of this effort.  The first subcontract issued to Litton Guidance and Control Systems Inc., Woodland Hills, Calif., for $1,752,994 for continued support development of the Alternate Pendulous Integrating Gyroscopic Accelerometer (PIGA).  The second subcontract will be issued to Raytheon, Precision Guidance Systems Inc., El Segundo, Calif., for $4,136,709 for support development of electronic parts and integrated circuits.  The third subcontract will be issued to Honeywell, Inc. DSES Clearwater Space Div., Clearwater, Fla., for $793,741 for support design and analysis of the Alternate Pendulous Integrating Gyroscopic Accelerometer (PIGA).  Work will be performed in Cambridge, Mass. (75.2 percent); El Segundo, Calif. (15.4 percent); Woodland Hills, Calif. (6.5 percent); and Clearwater, Fla. (2.9 percent), and is expected to be completed by September 2005.   Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured.  The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-05-C-0009). 

 

            Robertson Aviation, LLC*, Tempe, Ariz., is being awarded a $6,712,060 firm-fixed-price, indefinite-quantity contract for the procurement of 40 auxiliary aft fuel tanks and 25 forward fuel tank part kits and the associated hardware for the MH-60S Multi Mission Helicopter.  Work will be performed in Tempe, Ariz., 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 not competitively procured.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-04-D-0114).

 

            Innovative Technical Solutions, Honolulu, Hawaii, is being awarded a $6,416,513 cost-plus-fixed-fee contract for improving the capability of the Naval Research Laboratory (NRL) Sensor Node to provide new, valuable imagery, detect and identify targets, precisely locate them and send the information out for Tactical Exploitation.  This contract contains options, which if exercised, will bring the total cumulative value of this contract to $20,735,954.  Work will be performed in Honolulu, Hawaii, and is expected to be completed by September 2006.   Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured under a Naval Research Laboratory BAA number 56-03-06 for which more than one offer was received.  The Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-04-C-2061).

 

            General Dynamics Advanced Information Systems, Bloomington, Minn., is being awarded a $5,639,390 ceiling-priced undefinitized contract action for full-rate production activities to protect the delivery schedule for the advanced mission computers for installation into the AV-8B aircraft.  A total of 38 mission system computers will be procured for the U.S. Marine Corps (15), the U.S. Navy (13), and for the Governments of Spain (7) and Italy (2).  Work will be performed in Bloomington, Minn., and is expected to be completed in March 2006.  Contract funds in the amount of $519,417 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-04-C-0129).

 

            Campbell-Ewald, Warren, Mich., is being awarded a $5,637,257 firm-fixed-price delivery order under previously awarded contract (N00140-00-D-6048) for services in support of the Navy Recruiting Command's Navy Recruitment Advertising Program.  Work will be performed at Warren, Mich., and is expected to be completed by September 2005.  Contract funds will not expire by the end of the current fiscal year.  This contract was competitively procured through Government-Point-of-Entry (GPE), with five offers received.  The Fleet and Industrial Supply Center Norfolk Detachment Philadelphia, Pa., is the contracting activity (Order 0028).

 

AIR FORCE

 

            DynCorp Technical Services, Fort Worth, Texas, is being awarded a $24,561,258 fixed-price incentive (firm target) with award fee contract modification to provide for Maintenance of T-37, T-38A, TIA, and T-38C aircraft at Columbus Air Force Base, Miss.  No funds have been obligated.  This work will be complete by September 2005.  Contracting Squadron, Columbus Air Force Base, Miss., is the contracting activity (F41689-98-C-0500).

 

            Northrop Grumman Mission Systems, Bellevue, Neb., is being awarded a $20,821,567 cost-plus award-fee contract modification.   This action will exercise option to extend performance period.  (CLINs 3001 through 3009).  The Contract is for systems engineering, management, and sustainment for Air Force Weather Systems.  Location of performance is the Air Force Weather Agency, Offutt AFB, Neb.  No funds have been obligated.  This work will be complete by September 2005.  The Headquarters 55th Wing, Offutt Air Force Base, Neb., is the contracting activity (F25600-02-D-0004, P00017).

 

            Del-Jen, Rollings Hills, Calif., is being awarded a $13,065,244 fixed price with award fee contract modification to provide for Base Operating and Support Services at Laughlin Air Force Base, Texas, for the functions of Operations and Maintenance, Site Maintenance, Grounds Maintenance, Furnishings Management, Supply, Transportation, Fuels and Airfield Management.  Total funds have been obligated.  This work will be complete by September 2005.  The Air Education and Training Command, Laughlin Air Force Base, Texas, is the contracting activity (F41689-02-C-0010).

 

            AHNTECH Inc., San Diego, Calif., is being awarded a $12,851,838 firm fixed price contract modification to provide for Operations, Maintenance and Support of the Primary Training Ranges for the Air Combat Command, 12 locations for the period of Oct. 1, 2004 through Sept. 30, 20005.  The locations of performances are Belle Fourche Range, Wyo.; Granite Peak Range, Utah; Date County Ranges, N.C.; Melrose Ranges, N.M.; Poinsett Range, S.C.; Grand Bay Range, Ga.; Holloman Ranges, N.M.; Mountain Home Range Complex, Idaho; Avon Park Range, Fla.; Lonestar Pecos and Synder Ranges, Texas; and RIIS/ITAS Support, Nellis, N.Y.  Total funds have been obligated.  This work will be complete by September 2005.  The ACC Contracting Squadron, Langley Air Force Base, Va., is the contracting activity (F44650-00-C-0004, P00073). 

 

            The Boeing Aerospace Operations, Midwest City, Okla., is being awarded a $12,360,649 firm fixed price contract modification to provide for F-15/16/A22 Contract Aircrew Training and Courseware Development Services.  The locations of performances are Multiple Air Combat Command Bases CONUS and OCONUS.  Total funds have been obligated.  The ACC Contracting Squadron, Langley Air Force Base, Va., is the contracting activity (F44650-01-C-0001, P00039).

 

            Phoenix Management Inc., Austin, Texas is being awarded a $12,110,105 firm fixed price contract modification.  This is Option Year III of Multi Wing Logistics Support Acquisition encompassing supply and fuels management at five Air Force Space Command Wings as well as inclusion of Wing unique functions such as:  vehicle operations and maintenance, surface freight and material control.  Period of Performance is Oct 1, 2004 through Sept. 30, 2005.  The services will be performed on government military installations.  The Option Year III covers Peterson, Buckley, Schriever, Malmstrom and FE Warren Air Force Bases.  Total funds have been obligated.  This work will be complete by September 2005.  The 21st Space Wing, Peterson Air Force Base, Colo., is the contracting activity (F05603-01-C-0001, P00079).

 

            Dellew-Permco-JV, Honolulu, Hawaii, is being awarded a $8,300,000 firm fixed price contract modification.  This is a modification to exercise an option.  The contractor is to provide 12 months of Military Family Housing Maintenance Service at Kaneohe Marine Corps Base Hawaii.  The location of performance is Kaneohe Marine Corps Base, Hawaii.  No funds have been obligated.  This work will be complete by September 2005.  The Pacific Air Forces Hickam Air Force Base, Hawaii, is the contracting activity (F64605-03D0002, P00012).

 

            Chugach Eareckson Support Services (CESS), Anchorage, Alaska, is being awarded a $8,294,170 firm fixed price with award fee contract modification to provide for Operation and Maintenance of the Eareckson AS for a six-month period (Oct. 2004—March 2005).  At this time, $7,422,503, of the funds have been obligated.  This work will be complete by March 2005.  Pacific Air Forces (PACAF) Elmendorf AFB, Alaska, is the contracting activity (F65501-00-C-0005).

 

            BAE Systems Technical Services, Fort Walton Beach, Fla., is being awarded a $8,082,037 firm fixed price contract modification. The modification is to exercise option year 1, Fiscal Year 2005 and to provide operations, maintenance and logistical support for the Perimeter Acquisition Radar Characterization System (PARCS) at Cavalier Air Force Station, N.D.  No funds have been obligated.  This work will be complete by September 2005.  The 21st Space Wing, Peterson Air Force Base, Colo., is the contracting activity (FA2517-04-C-0002).

 

            Chugach Support Services, Anchorage, Alaska, is being awarded a $7,255,584 firm fixed price contract modification to fund Option Year 1 (Oct. 2004—Sept. 2005) to manage, operate, maintain, and logistically support the nine Air Force Space Surveillance System field stations at Red River Ariz., Jordan Lake, Ala., Elephant Butte, N.M., Gila River, Ariz., Lake Kickapoo, Texas, Silver Lake, Miss., Hawkinsville, Ga., Tattnall, Ga., and San Diego, Calif., and the Alternate Space Control Center at Dahlgren, Va.  Total funds have been obligated.  This work will be complete by September 2005.  The 21st Space Wing, Peterson Air Force Base, Colo., is the contracting activity (N00178-03-C-1015, P00004).

 

            Northrop Grumman Information Technology, Herndon, Va., is being awarded a $6,000,016 firm fixed price contract modification.  This modification is to exercise Option Year 1, Fiscal Year 2005 and to provide operations, maintenance and logistical support for the Ground-based Electro-Optical Deep Space Surveillance System (GEODSS) at Socorro NM, Diego Garcia BIOT and Maui, Hawaii.  Total funds have been obligated.  This work will be complete by September 2005.  The 21st Space Wing, Peterson Air Force Base, Colo., is the contracting activity (F05604-03-C-0007).

 

            General Atomics-Aeronautical Systems, San Diego, Calif., is being awarded a $5,558,748 firm fixed price contract modification to provide for three MQ-9A Air Vehicles.  Total funds have been obligated.  This work will be complete by June 2006.  Negotiations were completed August 2004.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-04-C-4005, P00003).

 

*Small Business

 

           



Updated: 01 Oct 2004
 Site Map   Privacy & Security Notice   About DoD   External Link Disclaimer   Web Policy   About DefenseLINK   FirstGov.gov