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=1288
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. 266-98
May 28, 1998


DEFENSE LOGISTICS AGENCY

Corporate Family Solutions, Nashville, Tenn., is being awarded a $8,537,472 firm-fixed-price for the management and operation of a child development center. Sixteen proposals were solicited and two were received. Work will be performed in Fort Belvoir, Va., and is expected to be completed by May 27, 2003. Funds will not expire at the end of the fiscal year. The Defense Logistics Agency Administrative Support Center, Fort Belvoir, Va., is the contracting activity (SP4700-98-C-0003).

AIR FORCE

MCA Engineers Inc., Oxnard, Calif., is being awarded an $6,711,227 cost-plus-award-fee/cost-plus-fixed-fee/cost-reimbursement-no-fee-contract to provide for FY 1999 (phase in August-September) launch operations and support services for space launch ground systems at Vandenberg Air Force Base, California. There were 82 firms solicited and 6 proposals received. Expected contract completion date is September 1998. Solicitation issue date was February 6, 1998. Air Force Space Command, Vandenberg AFB, Calif., is the contracting activity (F04684-98-C-0014).

Innovative Technologies Corp., Dayton, Ohio, is being awarded a $14,000,000 indefinite-quantity-task-order-contract to provide for expert services in support of the AC-130U aircraft program. Further funds will be obligated as individual delivery orders are issued. There was one firm solicited and one proposal received. Expected contract completion date is May, 2000. Solicitation issue date was May 1, 1998. Negotiation completion date was May 26, 1998. Aeronautical Systems Center, Wright-Patterson AFB, Ohio, is the contracting activity (F33657-98-D-0017)

ARMY

Simula Safety Systems*, Tempe, Ariz., is being awarded a $5,400,000 cost-plus-fixed-fee contract to perform non-recurring engineering work to apply existing cockpit air bag system (CABS, developed under previous programs) and/or commercial-off-the-shelf (COTS) air bag technologies to the OH-58D Kiowa Warrior airframe. The Kiowa Warrior CABS ship-set shall consist of an A-kit and a B-kit. The A-kit shall consist of: mounting hardware; interconnection cables between all B-kit components and aircraft power; and modification work order (MWO) instructions to enable a qualified maintenance team to install the A-kit in the helicopter in prescribed time. The B-kit shall consist of: a set of air bags; a gas generator for inflation of each air bag; an omni-directional, software-programmable electronic control sensor unit (ECSU) with a readiness status indicator and back-up power source for initiating the gas generators in the event of a loss of aircraft power. This program includes a production option for delivery of up to 500 ship-sets without ECSUs. Work will be performed in Tempe, Ariz., and is expected to be completed by Aug. 28, 1999. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on Nov. 7, 1997. The contracting activity is the U.S. Army Aviation & Missile Command, Ft. Eustis, Va. (DAAH10-98-C-0016).

PEI Electronics Inc.*, Huntsville, Ala., is being awarded an $11,010,718 firm-fixed-price, delivery order contract for TUBE launched OPTICALLY tracked WIRE guided (TOW) test program sets (TPS) for the direct support electrical system test set (DSESTS). Work will be performed in Huntsville, Ala., and is expected to be completed by Dec. 31, 1999. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on May 20, 1997. The contracting activity is the U.S. Army Tank-automotive & Armaments Command, Rock Island, Ill. (DAAE20-95-G-0001).

Deers & Co., Moline, Ill., is being awarded a $32,539,197 five-year, firm-fixed-price requirements contract for a hydraulic excavator, which is a tracked, hydraulically controlled excavation system used by engineer units to perform construction and quarry missions. Estimated quantities, Type I - 101; Type II - 17; Type III - 17; total quantities - 135. Work will be performed in Moline, Ill., and is expected to be completed by Oct. 30, 2003. Contract funds will not expire at the end of the current fiscal year. There were 24 bids solicited on Dec. 24, 1997, and two bids were received. The contracting activity is the U.S. Army Tank-automotive & Armaments Command, Warren, Mich. (DAAE07-98-D-8009).

GTE Government Systems Corp., Communications Systems Division, Taunton, Mass., is being awarded $7,362,689 of an $18,961,295 modification to a firm-fixed-price contract, to exercise option for common hardware/software items for PM CHS, computers and associated peripherals for battlefield commanders. Work will be performed in Taunton, Mass., and is expected to be completed by April 10, 2005. Of the total contract funds, $118,465 will expire at the end of the current fiscal year. There were 50 bids solicited on April 21, 1994, and three bids were received. The contracting activity is the U.S. Army Communications & Electronics Command, Ft. Monmouth, N.J. (DAAB07-94-C-N853).

NAVY

Hunt Building Corp., El Paso, Texas, is being awarded a $24,033,900 firm-fixed-price contract for revitalization to family housing at Naval Station Norfolk. This work will provide for the design and construction of renovations and improvements to approximately 400 two, three and four bedroom multi-family enlisted houses at Willoughby housing area. Work will be performed in Norfolk, Va., and is expected to be completed by November 2000. Contract funds will not expire at the end of the current fiscal year. This contract was competitively negotiated with 3 offers solicited and 2 proposals received. The Naval Engineering Command, Atlantic Division, Norfolk, Va., is the contracting activity (N62470-98-C-8700).

* Small Business