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=2473
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. 126-03
March 19, 2003


ARMY

General Electric Co., Lynn, Mass., was awarded on March 17, 2003, a delivery order amount of $37,133,460 as part of a $658,973,375 firm-fixed-price contract for 60 701C spare engines and 45 shipping and storage containers. Work will be performed in Lynn, Mass., and is expected to be completed by Sept. 30, 2003. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 20, 1997. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAJ09-97-D-0196).

TRW Inc., Carson, Calif., was awarded on March 14, 2003, a $10,360,000 increment as part of a $63,455,137 cost-plus-fixed-fee contract for engineering, technical, and operational support for the one-system shelters and Tactical Automated Landing System to support deployed units for the Unmanned Aerial Vehicle HUNTER System. Work will be performed in San Diego, Calif. (25%) and Sierra Vista, Ariz. (75%), and is expected to be completed by May 17, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 11, 2003. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-02-C-0009).

Raytheon/Lockheed-Martin JAVELIN Joint Venture, Tucson, Ariz., was awarded on March 14, 2003, a $48,494,525 modification to a firm-fixed-price contract for 378 command launch units, 378 battery coolant units, and various other services in support of the JAVELIN weapon system. Work will be performed in Orlando, Fla. (5%) and Tucson, Ariz. (95%), and is expected to be completed by March 31, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Oct. 29, 1999. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-00-C-0108).

Mabey Bridge and Shore Inc., Elkridge, Md., was awarded on March 17, 2003, a $17,559,040 firm-fixed-price contract for 400 meters of the Mabey Logistics Support Bridge and 560 meters of the Mabey Float Bridge. Work will be performed in Houston, Texas (58%) and Lydney, U.K. (42%), and is expected to be completed by April 2003. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 12, 2003. The U. S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-C-S045).

Savit Corp., Parsippany, N.J., was awarded on March 14, 2003, a delivery order amount of $15,000,000 as part of a $15,000,000 cost-plus-fixed-fee contract for engineering, technical and manufacturing services in support of the Fire Support Armaments Center. Work will be performed in Parsippany, N.J., and is expected to be completed in March 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 3, 2003. The U. S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (DAAE30-03-D-1008).

ITT Federal Services International Inc., Colorado Springs, Colo., was awarded on March 17, 2003, a $11,988,398.15 firm-fixed-price contract for management, supplies and services and qualified U.S. personnel necessary to provide armed guard services to satisfy the minimum guard posts requirement of 58 posts for Task Force Falcon, Kosovo. Work will be performed in and around Camp Bondsteel, Kosovo, and is expected to be completed by April 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were 28 bids solicited on Dec. 23, 2002, and six bids were received. The Wiesbaden Contracting Center, Germany, is the contracting activity (DABN01-03-C-0010).

NAVY

Delphinus Engineering, Eddystone, Pa., is being awarded a $28,397,391 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering technical and logistics services, and staging facility & support services. Contractor will perform alterations to shipboard systems and equipment including, but not limited to, Title "D" and "K" ship alterations, type commander initiated, machinery, and ordinance alterations; planning yard work instructions; engineering change proposals; and field changes. Work will be performed in Norfolk, Va. (30%); San Diego, Calif. (30%); Mayport, Fla. (10%); Ingleside, Texas (5%); Pascagoula, Miss. (5%), Pearl Harbor, Hawaii (5%); Bremerton, Wash. (5%); Everett, Wash. (5%); Sasebo, Japan (2%); Yokosuka, Japan (2%); Earle, N.J. (.5%); Santa Rita, Guam (.5%); and is expected to be completed by March, 2008. Contract funds in the amount of $200,000, will expire at the end of the current fiscal year. The contract was competitively procured and posted on the Internet, with 28 proposals solicited and four offers received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-03-D-0017).

L-3 Communication Systems - West, Salt Lake City, Utah, is being awarded a $8,275,914 indefinite-delivery/indefinite-quantity, firm-fixed-price, commercial item contract to provide Deployable Multi-Channel Satellite Systems (DMCS) and spares for the Special Operations Command. The contractor shall provide both a tri-band (C-, X- and Ku-) transmit/receive terminal and a dual-band (C-, Ku-) receive-only DMCS terminal. The DMCS shall be a portable, transit-cased, super high frequency (SHF) terminal capable of continuously tracking a satellite while in operation. This contract includes options, which if exercised, would bring the total cumulative value of the contract to $42,707,838. Work will be performed in Salt Lake City, Utah, and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under full and open competition via the SPAWAR E-Commerce web site, with two offers received. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-03-D-3102).

CRYPTEK, Inc.*, Sterling, Va., is being awarded an $8,112,581 firm-fixed-priced contract for the Joint Engineering Data Management Information and Control System (JEDMICS) Web Server Security System(s). This effort includes the installation, engineering services, operational support, testing and capability to securely access engineering drawings and related test via the World Wide Web. Work will be performed in Sterling, Va., and is expected to be completed in August 2004. 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 (N00421-03-C-0053).

Israel Military Industries, Inc. (IMI), IMI Services USA, Inc., Bethesda, Md., is being awarded a $12,496,275 modification to a previously awarded firm-fixed-priced contract (N00019-03-C-6518) for the procurement of 85 Improved Tactical Air Launched Decoys (ITALDs). Work will be performed in Ramat Hasharon, Israel (63%); Toledo, Ohio (28%); and Wayne, N.J. (9%), and is expected to be completed in January 2005. 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.

Lockheed Martin Tactical Systems, Eagan, Minn., is being awarded a not-to-exceed $6,300,000 cost-plus-award-fee letter contract for common submarine radio room software (CSSR) development and integration for Ohio SSGN and SSBN classes. This contract will require adaptation of the Virginia/Seawolf class software for SSBN/SSGN requirements and integration of the modified software into a CSRR architecture. The award will be incrementally funded with an initial amount of $3,150,000 plus $50,000 for travel and incidental expenses. This contract includes options, which if exercised, would bring the total cumulative value to approximately $20,000,000. Work will be performed in Eagan, Minn., and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. This contract was procured on a sole source basis under the authority of FAR 6.302-1. This requirement was synopsized on the Federal Business Opportunities website on Oct. 8, 2002, under solicitation N00039-03-R-0002. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-03-C-0026).

AIR FORCE

The Boeing Co., Long Beach, Calif., is being awarded a $13,348,827 cost plus fixed fee contract modification to complete the test program set transition of the C-17 automotive test equipment (CATE). Twenty test program sets will be re-hosted from the digital analog video test station to the CATE test station. The contractor will provide the government with necessary software, equipment, documentation, tools, and services to complete this transition under contract F33657-01-C-2002. Total funds have been obligated. Solicitation began August 2002 and negotiations were completed February 2003. This work will be complete by March 2005. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio is the contracting activity (F33657-01-C-2002, P00085).

BAE Systems Information and Electronic Warfare Systems, Nashua N.H., is being awarded a $6,488,732 cost plus fixed fee, firm fixed price contract modification to provide spare parts, repairs, associated engineering services, and data determined to be sole source to BAE Systems and within the federal stock classes included in the justification and approval. Locations of performance are: BAE Systems Information and Electronic Warfare Systems, Greenlawn, N.Y.; BAE Information and Electronic Warfare Systems, Yonkers, N.Y. No funds have been obligated. Further funds will be obligated as individual delivery orders are issued. Solicitation began April 2002 and negotiations were completed March 2003. This work will be complete by September 2004. The Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-D-0001).

Lockheed Martin Integrated Systems, Orlando, Fla., is being awarded a $5,009,597 firm fixed price contract modification to provide 12 bomb impact assessment modification kits and installations into the low altitude night infrared navigation and associated tasks in support of the F-15E. Lockheed Martin will perform this effort in Orlando, Fla. (61%) and at Lockheed Martin Corp., Ocala Operations, Ocala, Fla. (35%). Total funds have been obligated. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-02-C-2013, P00001).

DEFENSE LOGISTICS AGENCY

Wellco Enterprises, Inc.*, Waynesville, N.C., is being awarded a $12,330,575 fixed price with economic price adjustment and indefinite/quantity delivery type of contract for boots for the U.S. Army, U.S. Air Force, and U.S. Marine Corps. Work will also be performed in Aguadilla, Puerto Rico. Performance completion date is expected to be June 19, 2003. Contract funds will expire at the end of the current fiscal year. There were 30 solicitations and five responded. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0100-97-D-0323).

* Small Business