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=2315
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. 386-02
July 26, 2002


AIR FORCE

Harris Technical Services Corp., Colorado Springs, Colo., is being awarded a $43,062,041 cost-plus-award-fee contract to provide for communications, operations, and maintenance services to be provided to the Air Force Space Command's 50th Space Wing, to include: configuration management, electrical power systems management, communication systems engineering, small computer hardware maintenance, and database applications support, 24 hour maintenance management, industry safety, communications security, information management, local area network management, communications network control center operations, telephone operations, visual information management, communications circuit management, satellite control center support, computer operations support, communications-computer systems maintenance and operation for the Defense Satellite Communications System, Secure Communications System, Military Strategic, Tactical & Relay and other operations in support of the Air Force Satellite Control Network. Harris Corp. will perform this effort at Schriever Air Force Base, Colo. and at Onizuka Air Force Station, Calif. At this time, $769,925 of the funds has been obligated. This work will be complete by August 2002. Solicitation began January 2002 and negotiations were completed June 2002. The 50th Space Wing, Schriever Air Force Base, Colo., is the contracting activity (FA2550-02-C-0007).

Northrop Grumman Corp., Ryan Aeronautical Center, San Diego is being awarded an undefinitized $30,290,000 fixed-price-incentive-firm contract to provide for long lead parts and advance procurement for low-rate initial production Lot 2. Total funds have been obligated. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-02-C-5422).

Lockheed Martin Missiles and Space Co., King of Prussia, Penn., is being awarded an $8,400,000 firm-fixed price; cost plus incentive fee contract modification to authorize the contractor to develop Tail-Biting Convolutional Encoding for the M-Code Data Message for the IIR-M space vehicles. The location of performance is ITT Industries, ITT Aerospace and Communications, Clifton, N.J. (98 percent). This work will be complete September 2003. The Space and Missile Systems Center, Los Angeles Air Force Base, Los Angeles is the contracting activity (F04701-00-C-0006, P00024).

ARMY

S. B. Ballard Construction Co., Virginia Beach, Va., is being awarded a $15,457,906 firm-fixed-price contract for an Aerial Delivery and Field Services Training Facility. Work will be performed at Fort Lee, Va., and is expected to be completed by Aug. 20, 2004. Contract funds will not expire at the end of the current fiscal year. There were 85 bids solicited on April 17, 2002, and nine bids were received. The U. S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (DACA65-02-C-0043).

ITT Industries, Colorado Springs, Colo., is being awarded a $10,805,274 modification to a firm-fixed-price contract for incorporation of the Integrated Module Power Control Subsystem Wideband Gapfiller Satellite. Work will be performed in Colorado Springs, Colo., and is to be completed by July 31, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 24, 2001. The U.S. Army Communications-Electronics Command Acquisition Center, Fort Monmouth, N.J., is the contracting activity (DAAB07-00-C-A261).

CAPCO Inc., Grand Junction, Colo., was awarded on July 25, 2002, a $6,907,920 firm-fixed-price contract for 6,456 BSU-86A/B Fin Assemblies. Work will be performed in Grand Junction, Colo., and is expected to be completed by June 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 March 12, 2002, and three bids were received. The Operations Support Command, Rock Island, Ill., is the contracting activity (DAAA09-02-C-0039).

Bean Stuyvesant L.L.C., New Orleans was awarded a $4,000,000 increment as part of a $47,403,111 firm-fixed-price contract for Phase II of a navigation improvement project on New York Harbor, Kill Van Kull, and Newark Bay Channels on July 25, 2002. Work will be performed at various locations throughout New York and New Jersey, and is to be completed by Oct. 10, 2003. Contract funds will not expire at the end of the current fiscal year. There were 31 bids solicited on Sept. 4, 2001, and four bids were received. The U. S. Army Corps of Engineers, New York, N.Y., is the contracting activity (DACW51-02-C-0019).

NAVY

The Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a not-to-exceed $32,251,400 modification to a previously awarded cost-plus-incentive-fee contract (N00019-96-C-0054) to provide additional funding for the reconfiguration of four low rate initial production V-22 aircraft to a safe return-to-flight configuration in support of the Engineering and Manufacturing Development Flight Test Program. Efforts to be performed include depreservation tasks, safe return-to-flight software upgrades, anti-icing instrumentation modifications, line clearance re-designs, and incorporation of spec-compliant fuel cells. Work will be performed in Amarillo, Texas, and is expected to be completed by October 2003. 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.

Mattie & O'Brien Mechanical Contracting Company, Inc.*, Boston, Mass.; L. A. Ruiz Associates, Inc.*, North Andover, Mass.; Enfield Enterprises, Inc.*, Springfield, Mass.; and Lumus Construction, Inc.*, Woburn, Mass., are being awarded a firm-fixed-price, indefinite-delivery and indefinite-quantity, multiple award construction contract for new construction, renovations, alterations, repairs, demolition and design build projects at various locations within the Southern New England area. The total contract amount is not-to-exceed $30,000,000 (base period and four option years). Mattie & O'Brien Mechanical Contracting Company, Inc. is being awarded the initial task order in the amount of $228,900 (including the minimum guarantee) for interior building renovations to Building 101 at the Naval Undersea Warfare Center, Newport, R.I. Work for this task order is to be completed by December 2002. The remaining three contractors are being awarded the minimum guarantee of $5,000. Work will be performed at various Navy and Marine Corps installations in Rhode Island (40 percent), Connecticut (40 percent), and Massachusetts (20 percent), and is expected to be completed by July 2007. The term of the contract is not to exceed 60 months. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured (an 8(a) procurement) via the Naval Facilities e-solicitation Web site, with eight proposals received. Firms responding were required to have a bona fide place of business serviced by the Small Business Administration, Region I office. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Engineering Field Activity Northeast, Naval Facilities Engineering Command, Lester, Pa., is the contracting activity (N62472-02-D-0043/0044/0045/0046).

Brown & Root Services, A Division of Kellogg Brown & Root, Arlington, Va., is being awarded $9,700,000 for Task Order 0019 under a cost-reimbursement, indefinite-delivery and indefinite-quantity construction contract for construction of a 204 unit Detention Camp, Phase III, located on the windward side of the Naval Station, at the Radio Range area of U.S. Naval Station, Guantanamo Bay, Cuba. Units will be of modular steel construction. Each unit measures approximately 6 feet 8 inches by 8 feet and includes a bed, a toilet, and a hand basin with running water. Work will be performed in Guantanamo Bay and is to be completed by October 2002. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 44 proposals solicited, three offers received and award made on June 29, 2000. The total contract amount is not to exceed $300,000,000, which includes the base period and four option years. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va., is the contracting activity (N62470-00-D-0005).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Corning Inc., Corning, N.Y., is being awarded a $600,000 increment of a $10,400,000 other transaction (technology investment agreement) to develop high power fiber lasers. Work will be performed in Corning and is to be completed by July 29, 2005. Funds will not expire at the end of the current fiscal year. Defense Advanced Research Projects Agency (DARPA) issued a Broad Agency Announcement in Federal Business Opportunities on Oct. 11, 2001, and 16 proposals were received. DARPA is the contracting activity (MDA972-02-3-0004).

UNITED STATES SPECIAL OPERATIONS COMMAND

The Boeing Defense and Space Group, Philadelphia, was awarded a cost-plus fixed-fee contract modification against contract USZA95-00-C-0002. This contract provides for the conversion of two (2) each CH-47 Army helicopters to the MH-47 Special Operations Aircraft (SOA) configuration. The place of performance is Philadelphia. The U.S. Special Operations Command (USSOCOM), Technology Applications is the contracting activity.

* Small Business