Skip navigation links
US Department of Defense
Seal of the Department of Defense U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
Contract
On the Web:
http://www.defenselink.mil/contracts/contract.aspx?contractid=2320
Media contact: +1 (703) 697-5131/697-5132
Public contact:
http://www.defenselink.mil/faq/comment.html
or +1 (703) 428-0711 +1

FOR RELEASE AT
5 p.m. ET
No. 402-02
August 02, 2002


AIR FORCE

McDonnell Douglas Corp., is being awarded a $71,694,971 cost-plus award-fee undefinitized delivery order for the procurement of the F-15 Operational Flight Program (OFP) Suite five Phase II Program. This effort includes detailed design code, test and integration as well as post development software maintenance and support effort to field an upgraded software suite of OFP for the F-15 weapons system platform. At this time $8,594,000 of the funds have been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by December 2005. Negotiations were completed in August 2002. The Air Force Materiel Command, Wright Patterson Air Force Base, Ohio is the contracting activity (F33657-01-D-0026).

Pratt & Whitney, East Hartford, Conn., is being awarded a $25,515,000 firm-fixed price contract to provide for overhaul and upgrade of forty each, F100PW200 engines to 38 F100PW220E engines and two each module sets for the Italian Air Force Peace Caesar F-16 program. This effort supports foreign military sales to Italy. The location of performance is Pratt & Whitney, San Antonio. Total funds have been obligated. This work will be complete by August 2004. Solicitation began in January 2002. The Oklahoma City Air Logistics Center, Tinker Air Force Base is the contracting activity (F34601-02-C-0243).

NAVY

BAE Systems Inc., Austin, Texas, is being awarded a $9,945,239 fixed-price contract for 3,465,240 RR 188-chaff cartridges. The cartridges are air launched electronically reflective material used in a variety of Navy aircraft to confuse enemy radar. This contract contains options, which if exercised, will bring the total cumulative value of this contract to $72,319,559. Work will be performed in Lillington, N.C., and is expected to be completed by January 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under full and open competition via a competitive request for proposals, with two proposals solicited and two offers received. The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity (N00104-02-C-K098).

Litronic, a Division of SSP Solutions, Inc., Irvine, Calif., is being awarded an estimated $9,990,000 multiple award, firm-fixed-priced, indefinite-delivery and indefinite-quantity contract for the purchase of Middleware, to include software licenses, media, and maintenance, to function with the Common Access Card. The term "Middleware" is defined as a specific standards-based software and or Application Programming Interface (API) that allows an application running on a device to communicate with the Integrated Circuit Chip (smart card) to read, write and transfer objects. The minimum amount the government is required to order under the contract is $25,000 during the three-year period. The cumulative maximum amount to be expended over the four awards is $26,000,000. Funding is provided by the customer for each individual delivery order that is issued under the contract. Any DoD activity may place an order and orders under this contract. Work will be performed in Irvine, Calif. (95 percent) and Reston, Va. (five percent), and is to be completed by August 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, with 12 offers received. The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity (N00104-02-D-Q667).

Schlumberger Omnes, Inc., Houston is being awarded an estimated $9,372,834 multiple award, firm-fixed-priced, indefinite-delivery and indefinite-quantity contract for the purchase of Middleware, to include software licenses, media, and maintenance, to function with the Common Access Card. The term "Middleware" is defined as a specific standards-based software and/or Application Programming Interface (API) that allows an application running on a device to communicate with the Integrated Circuit Chip (smart card) to read, write and transfer objects. The minimum amount the government is required to order under the contract is $25,000 during the three-year period. The cumulative maximum amount to be expended over the four awards is $26,000,000. Funding is provided by the customer for each individual delivery order that is issued under the contract. Any DoD activity may place an order and orders under this contract. Work will be performed in Parsippany, N.J. (75 percent); Houston (20 percent), and Austin, Texas (five percent), and is to be completed by August 2005. Contract funds will not expire at the end of the current fiscal year. Funding is provided by the customer for each individual delivery order that is issued under the contract. This contract was competitively procured, with 12 offers received. The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity (N00104-02-D-Q668).

Datakey, Inc., Burnsville, Minn., is being awarded an estimated $6,840,000 multiple award, firm-fixed-priced, indefinite-delivery and indefinite-quantity contract for the purchase of Middleware, to include software licenses, media, and maintenance, to function with the Common Access Card. The term "Middleware" is defined as a specific standards-based software and or Application Programming Interface (API) that allows an application running on a device to communicate with the Integrated Circuit Chip (smart card) to read, write and transfer objects. The minimum amount the government is required to order under the contract is $25,000 during the three-year period. The cumulative maximum amount to be expended over the four awards is $26,000,000. Funding is provided by the customer for each individual delivery order that is issued under the contract. Any DoD activity may place an order and orders under this contract. Work will be performed in Burnsville, Minn., and is to be completed by August 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, with 12 offers received. The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity (N00104-02-D-Q666).

Spyrus, Inc., San Jose, Calif., is being awarded an estimated $6,118,560 multiple award, firm-fixed-priced, indefinite-delivery and indefinite-quantity contract for the purchase of Middleware, to include software licenses, media, and maintenance, to function with the Common Access Card. The term "Middleware" is defined as a specific standards-based software and or Application Programming Interface (API) that allows an application running on a device to communicate with the Integrated Circuit Chip (smart card) to read, write and transfer objects. The minimum amount the government is required to order under the contract is $25,000 during the three-year period. The cumulative maximum amount to be expended over the four awards is $26,000,000. Funding is provided by the customer for each individual delivery order that is issued under the contract. Any DoD activity may place an order and orders under this contract. Work will be performed in San Jose and is to be completed by August 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, with 12 offers received. The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity (N00104-02-D-Q669).

Lockheed Martin Management and Data Systems, King of Prussia, Pa., is being awarded a $5,914,606 modification to a previously awarded cost-plus-incentive-fee contract (N00019-01-C-0027) for six kits and related spares to upgrade the Advanced Tomahawk Weapons Control System to the Tactical Tomahawk Weapons Control System for the United Kingdom Royal Navy TRAFALGAR Class Submarines under the Foreign Military Sales Program. In addition, this modification will provide for the integration, test and installation of two of the kits. Work will be performed in Manassas, Va. (47 percent); the United Kingdom (38 percent); and King of Prussia, Pa. (15 percent), and is to be completed by August 2004. 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.

ARMY

Whitaker Contractors Inc., Santa Margarita, Calif., was awarded an $8,632,157 firm-fixed-price contract for spillway enlargement at Terminus Dam on Aug. 1, 2002. Work will be performed at Lake Kaweah, Lemon Cove, Tulare, Calif., and is to be completed by Dec. 9, 2004. Contract funds will not expire at the end of the current fiscal year. There were 72 bids solicited on June 19, 2002, and five bids were received. The U. S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (DACW05-02-C-0014).

Science Applications International Corp., Reston, Va., was awarded a delivery order amount of $0 as part of a $598,000,000 firm-fixed-price indefinite-deliver and indefinite-quantity contract for a full range of environmental engineering, professional, technical and remediation services on Aug. 1, 2002. Performance location will be determined with each delivery order, and is to be completed by June 30, 2012. Contract funds will not expire at the end of the current fiscal year. There were 504 bids solicited on Jan. 14, 2000, and 15 bids were received. The National Guard Bureau, Arlington, Va., is the contracting activity (DAHA90-01-D-0008).