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=2441
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. 043-03
January 30, 2003


AIR FORCE

Lockheed Martin Corp., Marietta, Ga., is being awarded a $27,950,235 firm-fixed-price contract modification to provide for three lots of replenishment spare parts and three lots of support equipment to support the C-130J Aircraft Support Program and one iteration of aircrew training to support the U.S. Air Force. Additionally, up to twelve months of various types of interim contractor support are being procured. All items are being procured through option exercises. Total funds have been obligated. This work will be complete by January 2005. Negotiations were completed January 2003. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-00-C-0018).

NAVY

Raytheon Co., Portsmouth, R.I., is being awarded an estimated $18,055,841 cost-plus-incentive-fee contract for the demonstration and development of the Airborne Mine Neutralization System (AMNS). The AMNS is a U.S. Navy airborne mine countermeasure development program. The system will be integrated into the MH-60 helicopter, in order to relocate, identify and neutralize previously detected and classified bottom, close-tethered and in-volume sea mines. Work will be performed in Portsmouth, R.I. (63%), and Waterlooville Hampshire, United Kingdom (37%), and is expected to be completed by September 2006. Contract funds will not expire at the end of the current fiscal. The contract was competitively procured and advertised via Commerce Business Daily, with four offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-03-C-6310).

Kollmorgen Corp., Electro-Optical Division, Northampton, Mass., is being awarded a $13,455,515 cost-plus-fixed-fee, firm-fixed-price modification to previously awarded contract (N00024-03-C-6200) for engineering services and production of the Universal Modular Mast (UMM) System for installation on Virginia and SSGN class submarines. The UMM is a non-hull penetrating mast that raises and lowers sensors. Work will be performed in Northampton, Mass. (30%), and Bologna, Italy (70%), and is expected to be completed in December 2004. Contract funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-03-C-6200).

DynCorp, Reston, Va., was awarded a $12,858,300 firm-fixed-price, indefinite-delivery/indefinite-quantity blanket purchase agreement using the GSA federal schedule to perform personnel security adjudication reviews for the Department of the Navy Central Adjudication Facility (DON CAF) on Dec. 1, 2002. Assistance is required to review and summarize cases and submit recommendations to grant, deny or revoke clearances or eligibility to occupy sensitive positions to the DON CAF. Work will be performed in Reston, Va., may include off-site contractors in various other locations and is to be completed by November 2003. This contract was competitively procured, with three proposals solicited and three offers received. The Fleet and Industrial Supply Center Norfolk, Washington D.C. Detachment, is the contracting activity (N00600-03-A-0574).

Foster Wheeler Environmental Corp., Livingston, N.J., is being awarded an $11,439,985 task order under Phase IIB of a cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for environmental remedial action services at the Jamaica Island Landfill, Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine, and is expected to be completed by September 2005. Contract funds will not expire at the end of the current fiscal year. The basic contract was a competitively procured with 63 proposals solicited, four offers received and award made to Foster Wheeler Environmental Corp. on March 2, 2000. The basic total contract amount is not to exceed $125,000,000, which includes the base period and four one-year options. This task order was negotiated under the terms and conditions of the existing contract. The Engineering Field Activity Northeast, Naval Facilities Engineering Command, Lester, Pa., is the contracting activity (N62472-99-D-0032).

R. A. Burch Construction Co. Inc.*, Ramona, Calif., is being awarded $11,283,290 for Task Order 0003 under an indefinite-quantity, multiple award construction contract for the design and construction of an aircraft parking apron and air passenger terminal at Naval Air Station Lemoore. Work will be performed in Lemoore, Calif., and is expected to be completed by April 2004. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 75 proposals solicited, 10 offers received and award made on Jan. 30, 2001. The total contract amount is not to exceed $150,000,000, which includes the base period and four option years. The multiple contractors (five in number) may compete for task orders under the terms and conditions of the existing contract. Two offers were received for this task order. The Engineering Field Activity West, Naval Facilities Engineering Command, Daly City, Calif., is the contracting activity (N68711-01-D-6225).

DEFENSE LOGISTICS AGENCY

Aloha Petroleum Ltd.*, Honolulu, Hawaii, is being awarded a $6,813,323 fixed-price with economic price adjustment type of contract for 14 gasoline items and eight diesel items for the U.S. Army, U.S. Navy, U.S. Air Force and federal civilian agencies. Performance completion date is expected to be Jan. 30, 2006. Contract funds will not expire at the end of the current fiscal year. There were 20 proposals solicited, and six responded. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-03-D-1252).

Pro Petroleum, Laguna Hills, Calif., is being awarded a modification to their existing contract of $6,054,669. This modification contract is a fixed-price with economic price adjustment type contract for 40 additional line items for delivery of various fuel products to the states of California and Arizona. Performance completion date is expected to be August 2004. Contract funds will not expire at the end of the current fiscal year. Proposals were solicited on the World Wide Web, and 12 responded. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-02-D-4504).

* Small Business