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=2477
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. 151-03
March 25, 2003


AIR FORCE

Raytheon Co., Tucson, Ariz., is being awarded a $98,803,253 firm fixed price contract modification to exercise an option as a separate contract to include 206 Advanced Medium Range Air-to-Air Missiles (Air Intercept Missiles - 120). Among them, 130 U.S. Air Force, 76 U.S. Navy, associated missile warranties, 36 non-developments item-airborne instrumentation units, one lot of C7 spares for U.S. Navy, 2 lots of spares for foreign military spares, and one lot of Foreign Military Sales offset administration. This effort supports Foreign Military Sales to Sweden and Australia. Total funds have been obligated. This work will be complete August 2005. The Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08635-03-C-0031).

AIL Systems Inc., Corporation-Electronic Systems Group, Deer Park, N.Y., is being awarded an $80,000,000 cost plus fixed fee, firm fixed prices contract to provide sustaining engineering services support of AN/ALQ0161A electronic countermeasures/radio frequency surveillance system and associated support equipment used on B-1B aircraft. The contract is comprised of a basic 12-month contract period with nine one year ordering period options. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. AIL Systems will perform this effort in Deer Park, N.Y., and at AIL Systems Inc., Technical Services Operations Division, Lancaster, Calif. Funds will be obligated as individual delivery orders are issued. Solicitation began September 2002 and negotiations were completed March 2003. This work will be complete by December 2013. The Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-D-0029).

MIC/CCS Joint Venture, South Jordan, Utah, is being awarded a $7,500,000 firm fixed price contract to provide simplified acquisition of base engineering requirements, maintenance, and repair of facilities base-wide. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. MIC/CCS Joint Venture will perform this effort at Hill Air Force Base, Utah, Testing and Training Range and Little Mountain, Utah. Funds will be obligated as individual delivery orders are issued. Solicitation began November 2002 and negotiations were completed January 2003. This work will be complete by March 2004. The Ogden Air Logistics Center, Hill Air Force Base Utah, is the contracting activity (F42650-03-D-0010).

ARMY

Premier Professional Systems Inc., Huntsville, Ala., was awarded on March 21, 2003, a delivery order amount of $8,410,272 as part of a $78,193,479 time and materials contract for material, management, labor, and travel for 3,365 vehicles for the M939 stabilization program. Work will be performed at various locations within the continental United States, and is expected to be completed by May 17, 2004. Contract funds will not expire at the end of the current fiscal year. There were six bids solicited on Feb. 23, 1999, and five bids were received. The U. S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-98-D-T064).

Bell Helicopter Textron Inc., Fort Worth, Texas, was awarded on March 21, 2003, a delivery order amount of $16,882,288 as part of a $50,313,793 firm-fixed-price contract for 22 Kiowa Warrior aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed by Dec. 31, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated in January 1998. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-01-D-0089).

American Technologies Inc., Oak Ridge, Tenn., was awarded on March 20, 2003, a delivery order amount of $10,000,000 as part of a $50,000,000 firm-fixed-price contract for ordnance and explosive removal actions. Work will be performed at the Big Island, Hawaii (90%) and at other formerly used defense sites in the Pacific Rim (10%), and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were 80 bids solicited on Sept. 6, 2002. The U. S. Army Engineering and Support Center, Huntsville, Ala., is the contracting activity (DACA87-03-D-0014).

General Dynamics Government Systems Corp., Taunton, Mass., was awarded on March 21, 2003, a $24,583,332 modification to a firm-fixed-price contract for common hardware/software items for theproject manager Army tactical command and control systems computers and associated peripherals for battlefield commanders. Work will be performed in Taunton, Mass., and is expected to be completed by April 10, 2005. Contract funds will not expire at the end of the current fiscal year. There were 50 bids solicited on April 21, 1994, and three bids were received. The U. S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-02-C-E801).

MWH Americas Inc., Warrenville, Ill., was awarded on March 21, 2003, a delivery order amount of $331,454 as part of a $14,900,000 firm-fixed-price/cost-plus-fixed-fee contract for environmental remediation services. Work will be performed in the U.S. Army Corps of Engineers North Western Division boundaries or existing Omaha District customers, and is expected to be completed by March 20, 2008. 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 Feb. 14, 2002, and seven bids were received. The U. S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (DACA45-03-D-0001).

W. G. Yates and Sons Construction Co., Jackson, Miss., was awarded on March 20, 2003, a $14,276,400 firm-fixed-price contract for construction of a C017 fuel cell hangar and alteration of shops. Work will be performed in Jackson, Miss., and is expected to be completed by Sept. 27, 2004. Contract funds will not expire at the end of the current fiscal year. There were 86 bids solicited on Jan. 24, 2003, and five bids were received. The United States Property and Fiscal Office, Jackson, Miss., is the contracting activity (DAHA22-03-C-0002).

General Dynamics Armament and Technical Products, Deland, Fla., was awarded on March 21, 2003, a delivery order amount of $5,685,624 as part of a $12,000,000 firm-fixed-price contract for refurbishment of chemical agent monitors. Work will be performed in Deland, Fla., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Dec. 10, 2002, and two bids were received. The U. S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (DAAE20-03-D-0053).

DEFENSE LOGISTICS AGENCY

Bergen Brunswig Drug Co., Orange, Calif., is being awarded a $40,140,787 firm fixed price for distribution of pharmaceuticals via a prime vendor process for the U.S. Army, U.S. Navy, U.S. Air Force, and U.S. Marine Corps. This contract is exercising its first year option. Work will also be performed in Honolulu, Hawaii. Performance completion date is expected to be March 31, 2005. Contract funds will expire at the end of the current fiscal year. There were 36 solicitations and five responded. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0200-01-D-1600)

Bergen Brunswig Drug Co., Orange, Calif., is being awarded a $38,187,976 firm fixed price for distribution of pharmaceuticals via a prime vendor process for the U.S. Army, U.S. Navy, U.S. Air Force, and U.S. Marine Corps. This contract is exercising its first year option. Work will also be performed in Honolulu, Hawaii. Performance completion date is expected to be March 31, 2005. Contract funds will expire at the end of the current fiscal year. There were 36 solicitations and five responded. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0200-01-D-1604)

McKesson HBOC, Inc., San Francisco, Calif., is being awarded a $14,265,592 firm fixed price for distribution of pharmaceuticals via a prime vendor process for the U.S. Army, U.S. Navy, U.S. Air Force, and U.S. Marine Corps. This contract is exercising its first year option. Work will also be performed in Honolulu, Hawaii. Performance completion date is expected to be March 31, 2005. Contract funds will expire at the end of the current fiscal year. There were 36 solicitations and five responded. The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0200-01-D-1602)

NAVY

Hunt Building Corp., El Paso, Texas, is being awarded a $38,802,000 firm-fixed-price contract for the design and construction of family housing unit replacements at Tarawa Terrace, Marine Corps Base, Camp Lejeune (phases II and III). The housing units being constructed will consist of 675 two, three and four bedroom townhouse units. The total contract amount is not to exceed $79,800,000 (base period and options). Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2006. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 116 proposals solicited and five offers received. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va., is the contracting activity (N62470-02-C-2052).

General Electric Aircraft Engine, General Electric Co., Lynn, Mass., is being awarded a $38,192,154 modification to a previously awarded firm-fixed-priced contract (N00019-02-C-3021) to exercise an option for 77 T58 engine reliability improvement program module kits for Marine Corps H-46E helicopters. Work will be performed in Lynn, Mass., and is expected to be completed in June 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.

CDI Marine Co., Jacksonville, Fla., is being awarded a $17,693,000 indefinite-delivery/indefinite-quantity time and material pricing provisions contract for technical and engineering services including shipalt installation to provide a full range of engineering and technical services to design and develop and/or modify plans for naval ships. This contract contains options, which if exercised, would bring the total estimated cumulative value of this contract to $92,054,430 based on the government's estimated quantities for the base year with 4 one-year option periods. Work will be performed in Portsmouth, Va., and is expected to be completed by March 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, with 24 proposals solicited and three offers received. The Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex, Portsmouth Va., is the contracting activity (N00181-03-D-0005).

Field Support Services, Inc.*, Anchorage, Alaska, is being awarded a maximum amount of $10,000,000, with a guaranteed minimum of $100,000 (base period), indefinite-delivery/indefinite-quantity contract for environmental remedial action services. The total contract amount is not to exceed $50,000,000 (base period and four option years). Work will be performed primarily at Department of Navy and Marine Corps installations and other government agencies under Atlantic Division, Naval Facilities Engineering Command area of responsibility including, but not limited to, the states of Va. (19%); N.C. (19%); W.V. (19%); Md. (19%); Wash. D.C. (19%) and other locations, as required by the Government which may also include remote sites (5%). The term of the contract is not to exceed five years (March 2008). Contract funds will not expire at the end of the current fiscal year. This contract was non-competitively awarded under Section 8(a) of the Small Business Act. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va. is the contracting activity (N62470-03-D-4402).

AMSEC LCC, Virginia Beach, Va., is being awarded a $8,994,660 indefinite- delivery/indefinite-quantity time and material pricing provisions contract for technical and engineering services including marine/mechanical services to design, develop, and/or modify primarily large lead mechanical related plans for naval ships. This contract includes options, which if exercised, would bring the cumulative value of this contract to $46,018,200. Work will be performed in Virginia Beach, Va., and is expected to be completed by March 2004. Funds will not expire at the end of the fiscal year. This contract was competitively procured with 24 proposals solicited and three offers received. The Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex, Portsmouth Va., is the contracting activity (N00181-03-D-0006).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Boeing Co., Anaheim, Calif., was awarded on March 24, 2003 a $28,936,000 modification to a previously awarded other transaction for prototypes agreement to provide an early demonstration of the command and control software and the information assurance software supporting the Future Combat Systems C4ISR systems of systems architecture. Work will be performed in Anaheim, Calif. (85%) and McLean, Va. (15%), and will be completed by September 30, 2003. Funds will not expire at the end of this fiscal year. The Defense Advanced Research Projects Agency is the contracting activity (MDA972-02-9-0005).

BAE Systems, Information & Electronics Systems Integration Inc., Nashua, N.H., is being awarded a $12,800,000 increment of a $22,881,262 modification to a previously awarded other transaction for prototypes agreement for phase IV of the Wolfpack program. Work will be performed in Nashua, N.H., and will be completed in March 2005. Funds will not expire at the end of this fiscal year. This was a limited competition with bids solicited from the two participants in the Wolfpack program. The Defense Advanced Research Projects Agency is the contracting activity (MDA972-01-9-0019).

UNITED STATES SPECIAL OPERATIONS COMMAND

The United States Special Operations Command (USSOCOM) is awarding to Insight Technology, Inc., of Londonderry, New Hampshire, an indefinite delivery/indefinite quantity contract valued at $18,094,461.00 on 25 March 2003. This contract includes a combination of time and material, firm fixed price, and cost CLINS for fusion goggle systems. The work will be performed in Londonderry, New Hampshire, 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 awarded through sole source procedures as a logical follow-on to contract USZA22-01-C-0005. The Contract Number is USZA22-03-D-0008.

* Small Business