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=1329
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. 405-98
July 29, 1998


DEFENSE COMMISSARY AGENCY

National Beef Packing Company of Kansas City, Mo. is being awarded a $42,675,149 firm-fixed-price (with special factor added to weekly market prices cited in the Weekly National Carlot Meat Report), indefinite-delivery, indefinite-quantity type contract to provide fresh beef products to DeCA commissaries. Work will be performed at Liberal, Kan. with delivery to multiple commissary sites throughout DeCA's Midwest Region. Performance under this contract is expected to be completed by Aug. 14, 1999. Contract funds will not expire at the end of the current fiscal year. Twenty-seven firms were solicited and six offers were received. The Defense Commissary Agency, Hopewell, Va., is the contracting activity (DeCA02-98-D-0045).

AIR FORCE

Nichols Research Corp., Huntsville, Ala., is being awarded a $14,045,442 face value increase to a cost-plus-award-fee-contract to provide for FY 1999-2000 engineering, analysis, and design effort in support of national and theatre missile defense programs, battle management/command, control and communication systems, and sea, air, ground and space-based sensor systems. Space and Missile Systems Center, Los Angeles AFB, Calif., is the contracting activity (F04701-93-C-0010, P00124).

Interstate Electronics Corp., Anaheim, Calif., is being awarded a $9,999,232 cost-sharing-contract ($3,999,232, Government Portion; $6,000,000, Contractor Portion) to provide for research and development to produce the next-generation security cards for programs employing Global Positioning System (GPS) technology. There were 9 firms solicited and 8 proposals received. Expected contract completion date is December 31, 1999. Solicitation issue date was April 10, 1998. Negotiation completion date was June 16, 1998. Space and Missile Systems Center, Los Angels AFB, Calif., is the contracting activity (F04701-98-C-0033).

Montgomery Watson Americas, Inc., Salt Lake City, Utah, is being awarded a $6,000,000 indefinite-delivery-indefinite-quantity-contract to provide for environmental services in support of environmental remediation activities at Hill Air Force Base, the Utah Test and Training Range, the Little Mountain Test Annex, and other Air Force facilities, all in Utah. This

Page 2 - Contracts (Air Force con't) 7/29/98

effort includes remedial investigations, treatability studies, field investigations, preliminary assessments, and design, support and oversight of remediation construction projects. There were 41 firms solicited and 6 proposals received. Expected contract completion date is March 31, 1999. Solicitation issue date was December 23, 1997. Negotiation completion date was July 23, 1998. Ogden Air Logistics Center, Hill AFB, Utah, is the contracting activity (F42650-98-D-0066).

NAVY

Alpha Marine Services, Galliano, La., is being awarded a $7,872,870 firm-fixed-price contract for six tractor tugs to provide harbor tug services at Naval Station San Diego, Calif. This contract contains options which, if exercised, will bring the total cumulative value to $22,687,254. Work will be performed in San Diego, Calif., and is expected to be completed by May 2000. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 120 proposals solicited and three offers received. The U.S. Navy's Military Sealift Command, Washington, D.C., is the contracting activity (N00033-98-C-1003).

ARMY

Raytheon, Electronic Systems Division, Bedford, Mass., is being awarded a $6,275,773 modification to a cost-plus-incentive-fee contract for the PATRIOT Anti-Cruise Missile Upgrade Test Program Phase IV. Work will be performed in Tewsbury, Mass. (95%), and White Sands, N.M. (5%), and is expected to be completed by Oct. 31, 1999. Of the total contract funds, $6,138,472 will expire at the end of the current fiscal year. This is a sole source contract initiated on Jan. 13, 1998. The contracting activity is the U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala. (DAAH01-96-C-0062).

General Atomics, San Diego, Calif., is being awarded a delivery order amount of $2,955,000, as part of a $5,506,904 cost-plus-fixed-fee/indefinite delivery contract for demonstration testing of alternative technology (other than baseline incineration) for demilitarization of assembled chemical weapons. Work will be performed in Tooele, Utah, and is expected to be completed by Jan. 30, 1999. Contract funds will not expire at the end of the current fiscal year. There were 73 bids solicited on July 28, 1997, and 12 bids were received. The contracting activity is the U.S. Army Chemical & Biological Defense Command, Aberdeen Proving Ground, Md. (DAAM01-98-D-0003).

Burns & Roe Enterprises Inc., Oradell, N.J., is being awarded a delivery order amount of $4,220,980, as part of a $5,296,901 cost-plus-fixed-fee/indefinite delivery contract for demonstration testing of alternative technology (other than baseline incineration) for demilitarization of assembled chemical weapons. Work will be performed at Aberdeen Proving Ground, Md., and is expected to be completed by Jan. 30, 1999. Contract funds will not expire at the end of the current fiscal year. There were 73 bids solicited on July 28, 1997, and 12 bids were received. The contracting activity is the U.S. Army Chemical & Biological Defense Command, Aberdeen Proving Ground, Md. (DAAM01-98-D-0007).

Page 3 - Contracts (Army con't) 7/29/98

Parsons Technology Group, Pasadena, Calif., is being awarded a delivery order amount of $5,192,765, as part of a $6,019,002 cost-plus-fixed-fee contract for demonstration testing of alternative technology (other than baseline incineration) for demilitarization of assembled chemical weapons. Work will be performed in Tooele, Utah, and is expected to be completed by Jan. 30, 1999. Contract funds will not expire at the end of the current fiscal year. There were 73 bids solicited on July 28, 1997, and 12 bids were received. The contracting activity is the U.S. Army Chemical & Biological Defense Command, Aberdeen Proving Ground, Md. (DAAM01-98-D-0005).

Lear Siegler Services Inc., Annapolis, Md., is being awarded an indefinite delivery/indefinite quantity, time and materials contract (appropriation number and dollar value will be issued with each delivery order), with a cumulative total of $1,852,324,738. The Rapid Response to Critical System Requirements (R2CSR) Support Program is to ensure that critical systems maintain full functionality and operability. To meet that goal, this multiple award contract will include, but not be limited to, engineering services, studies, analyses, replacement parts, manufacturing, repair capability, and installation and integration capabilities. This contract will provide Department of Defense services and other federal agencies with a flexible vehicle with which to obtain the timely delivery of items and services which are difficult to procure due to outdated technologies, lack of engineering data and/or the limited quantities needed to be manufactured. All items will be fully compatible with and integrated into existing systems. Cumulative value represents potential value if all options are exercised at total not-to-exceed prices. Work will be performed at various locations inside and outside of the continental United States, and is expected to be completed by July 28, 2003. There were 52 bids solicited on April 3, 1998, and six bids were received. The contracting activity is the U.S. Army Communications & Electronics Command, Ft. Monmouth, N.J. (DAAB07-98-D-H501).

ARINC Inc., Oklahoma City, Okla., is being awarded an indefinite delivery/indefinite quantity, time and materials contract (appropriation number and dollar value will be issued with each delivery order), with a cumulative total of $1,413,760,989. The Rapid Response to Critical System Requirements (R2CSR) Support Program is to ensure that critical systems maintain full functionality and operability. To meet that goal, this multiple award contract will include, but not be limited to, engineering services, studies, analyses, replacement parts, manufacturing, repair capability, and installation and integration capabilities. This contract will provide Department of Defense services and other federal agencies with a flexible vehicle with which to obtain the timely delivery of items and services which are difficult to procure due to outdated technologies, lack of engineering data and/or the limited quantities needed to be manufactured. All items will be fully compatible with and integrated into existing systems. Cumulative value represents potential value if all options are exercised at total not-to-exceed prices. Work will be performed at various locations inside and outside of the continental United States, and is expected to be completed by July 28, 2003. There were 52 bids solicited on April 3, 1998, and six bids were received. The contracting activity is the U.S. Army Communications & Electronics Command, Ft. Monmouth, N.J. (DAAB07-98-D-H502).

Page 4 - Contracts (Army con't) 7/29/98

Lockheed Martin Integrated Systems Inc., Bethesda, Md., is being awarded an indefinite delivery/indefinite quantity, time and materials contract (appropriation number and dollar value will be issued with each delivery order), with a cumulative total of $1,782,435,309. The Rapid Response to Critical System Requirements (R2CSR) Support Program is to ensure that critical systems maintain full functionality and operability. To meet that goal, this multiple award contract will include, but not be limited to, engineering services, studies, analyses, replacement parts, manufacturing, repair capability, and installation and integration capabilities. This contract will provide Department of Defense services and other federal agencies with a flexible vehicle with which to obtain the timely delivery of items and services which are difficult to procure due to outdated technologies, lack of engineering data and/or the limited quantities needed to be manufactured. All items will be fully compatible with and integrated into existing systems. Cumulative value represents potential value if all options are exercised at total not-to-exceed prices. Work will be performed at various locations inside and outside of the continental United States, and is expected to be completed by July 28, 2003. There were 52 bids solicited on April 3, 1998, and six bids were received. The contracting activity is the U.S. Army Communications & Electronics Command, Ft. Monmouth, N.J. (DAAB07-98-D-H503).

Bell Helicopter Textron Inc., Ft. Worth, Texas, is being awarded a $41,250,000 firm-fixed-price letter contract with a not-to-exceed cumulative total of $82,500,000, for 13 Kiowa Warrior aircraft, to include spares and logistics support. Work will be performed in Hurst, Texas, and is expected to be completed by Sept. 30, 2001. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract. The contracting activity is the U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala. (DAAH23-98-C-0109).

The Boeing Co., Monrovia, Calif., is being awarded a $24,000,000 firm-fixed-price contract with a not-to-exceed cumulative total of $48,000,000, for 16 Mast Mounted Sights for the Kiowa Warrior aircraft. Work will be performed in Monrovia, Calif., and is expected to be completed by Oct. 31, 2000. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on June 30, 1998. The contracting activity is the U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala. (DAAH23-98-C-0121).

Allied Signal Inc., Phoenix, Ariz., is being awarded a $34,378,400 modification to a firm-fixed-price contract for 70 Conversion Kits, Low Rate Initial Production II, and 70 Engine Fielding Kits, Low Rate Initial Production II. Work will be performed in Phoenix, Ariz., and is expected to be completed by Nov. 30, 1999. Contract funds will not expire at the end of the current fiscal year. This is a sole source contract initiated on March 3, 1997. The contracting activity is the U.S. Army Aviation & Missile Command, Redstone Arsenal, Ala. (DAAH23-98-C-0028).