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=2359
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. 493-02
September 30, 2002


DEFENSE LOGISITICS AGENCY

General Electric Medical Systems, Inc., Milwaukee is being awarded a $44,000,000 firm-fixed-price with indefinite-quantity type contract for maintenance support for imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, and federal civilian agencies. The performance completion date is scheduled for Sept. 29, 2003. Contract funds will not expire at the end of the current fiscal year. There were 128 proposals solicited with five responses. The contracting activity is the Defense Supply Center Philadelphia (SP0200-02-D8336).

Philips Medical Systems, N.A., Bothell, Wash., is being awarded a $44,000,000 firm-fixed-price with indefinite-quantity type contract for maintenance support for imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, and federal civilian agencies. The performance completion date is scheduled for Sept. 29, 2003. Contract funds will not expire at the end of the current fiscal year. There were 128 proposals solicited with five responses. The contracting activity is the Defense Supply Center Philadelphia (SP0200-02-D8337).

COHR, Inc., d/b/a MasterPlan, Chatsworth, Calif., is being awarded a $44,000,000 firm-fixed-price with indefinite-quantity type contract for maintenance support for imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, and federal civilian agencies. The performance completion date is scheduled for Sept. 29, 2003. Contract funds will not expire at the end of the current fiscal year. There were 128 proposals solicited and five responses. The contracting activity is the Defense Supply Center Philadelphia (SP0200-02-D8338).

Toshiba America Medical Systems, Inc., Arlington, Texas, is being awarded a $44,000,000 firm-fixed-price with indefinite-quantity type contract for maintenance support for imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, and federal civilian agencies. The performance completion date is scheduled for Sept. 29, 2003. Contract funds will not expire at the end of the current fiscal year. There were 128 proposals solicited with five responses. The contracting activity is the Defense Supply Center Philadelphia (SP0200-02-D8340).

Siemens Medical Solutions USA, Inc., Iselin, N.J., is being awarded a $44,000,000 firm-fixed-price with indefinite-quantity type contract for maintenance support for imaging equipment for the U.S. Army, U.S. Navy, U.S. Air Force, U.S. Marine Corps, and federal civilian agencies. The performance completion date is scheduled for Sept. 29, 2003. Contract funds will not expire at the end of the current fiscal year. There were 128 proposals solicited with five responses. The contracting activity is the Defense Supply Center Philadelphia (SP0200-02-D8339).

Sussex Rural Electric Cooperative (SREC)*, Sussex, N.J., is being awarded $43,055,100 firm-fixed-price with prospective price redetermination for ownership, operation and maintenance of the utility infrastructure electrical distribution system at Picatinny Aresenal, N.J. for the U.S. Army. This contract is for a 50-year period of performance. The performance completion date is scheduled for Sept. 30, 2052. Contract funds will not expire at the end of the current fiscal year. There were 39 proposals solicited with one response. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-02-C-8253).

Altama Delta Corporation*, Atlanta is being awarded a $5,276,944 fixed-price with economic-price adjustment with indefinite-delivery and quantity-type contract for hot weather boots, tan desert boots and combat boots for the U.S. Army, U.S. Air Force and U.S. Marine Corps. Work will also be performed in Lexington, Tenn., and Endicott, NY. This contract is for additional quantities added to the existing contract. The performance completion date is scheduled for Dec. 30, 2002. Contract funds will expire at the end of the current fiscal year. Originally there were thirty proposals solicited with five responses. The contracting activity is the Defense Supply Center Philadelphia (SP0100-97-D-0324).

Wellco Enterprises, Inc.*, Waynesville, N.C., is being awarded a $5,251,379 fixed-price with economic-price adjustment and indefinite-quantity and delivery-type contract for hot weather boots, tan desert boots and combat boots for the U.S. Army, U.S. Air Force, and U.S. Marine Corps. Work will also be performed in Aquadilla, Puerto Rico. This contract is for additional quantities added to the existing contract. The performance completion date is scheduled for Dec. 30, 2002. Contract funds will expire at the end of the current fiscal year. Originally there were thirty proposals solicited with five responses. The contracting activity is the Defense Supply Center Philadelphia (SP0100-97-D-0323).

McRae Industries, Inc., Mt. Gilead, N.C., is being awarded a $5,051,843 fixed-price with economic-price adjustment with indefinite-quantity and delivery-type contract for hot weather boots, tan desert boots and combat boots for the U.S. Army, U.S. Air Force and U.S. Marine Corps. Work will also be performed in Dresden and Waverly, Tenn. This contract is for additional quantities added to the existing contract. The performance completion date is scheduled for Dec. 30, 2002. Contract funds will expire at the end of the current fiscal year. Originally there were thirty proposals solicited with five reponses. The contracting activity is the Defense Supply Center Philadelphia (SP0100-97-D-0326).

NAVY

McDonnell Douglas Corp., a subsidiary of the Boeing Co., St. Louis is being awarded a $137,765,477 estimated value modification to a previously awarded firm-fixed-price, cost-reimbursable contract (N00019-99-C-1047) to exercise an option for contractor logistics support for the T-45 Training System. This modification provides service and supply support at Naval Air Station (NAS) Kingsville, Texas and Naval Air Station, Meridian, Miss. The estimated level of effort for this option is 1,546,776 man-hours. Work will be performed in Kingsville (60 percent) and Meridian (40 percent), and is to be completed by September 2003. Contract funds will not expire by the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Krempp Lumber Co.*, Jasper, Ind.; Weddle Brothers Construction Co., Inc., Bloomington, Ind.; and Korte Construction Co. d/b/a The Korte Co., Highland, Ill., are being awarded a firm-fixed-price, indefinite-delivery and indefinite-quantity, multiple award construction contract. The total contract amount is not to exceed $75,000,000. The Krempp Lumber Co., is being awarded the initial task order in the amount of $6,972,000 (including the minimum guarantee) for design and construction of the Microwave Devices Engineering Facility at the Naval Surface Warfare Center, Crane, Ind. Work for this task order is to be completed by January 2004. The remaining two contractors are being awarded the minimum guarantee of $25,000. Work will be performed at DoD installations in the states of Indiana (90 percent); Ohio (five percent); and Michigan (five percent), and is to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 40 proposals solicited and 14 offers received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Engineering Field Activity Midwest, Naval Facilities Engineering Command, Great Lakes, Ill., is the contracting activity (N68950-02-D-3032/3033/3034).

DG21, Dallas is being awarded an estimated $31,467,995 modification under previously awarded firm-fixed-price, indefinite-quantity contract with award fee provisions (N62742-98-D-4500) to exercise an option for base operating support services at the U.S. Navy Support Facility, Diego Garcia in support of its mission in the British Indian Ocean Territory. $26,797,914 of the estimated amount will be funded subject to availability of funds. The balance of $4,670,081 will be obligated on individual task orders issued during the option period. Work will be performed in Diego Garcia, and is to be completed by September 2003. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 28 proposals solicited, two offers received, and award made to DG21 on March 8, 1999. The Naval Facilities Engineering Command, Pacific Division, Pearl Harbor, Hawaii, is the contracting activity (N62742-98-D-4500).

Chugach Support Services, Inc., Anchorage, Alaska., is being awarded a $24,908,125 cost-plus-fixed-fee, indefinite-quantity and indefinite-delivery contract for business and technical services support at the Naval Surface Warfare Center Operations Department, Dahlgren, Va. Work will be performed in Dahlgren and is to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and advertised on the Internet, with one offer received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren is the contracting activity (N00178-03-D-1017).

Northrop Grumman Information Technology Inc., Reston, Va., is being awarded an estimated $20,991,204 indefinite-delivery and indefinite-quantity contract for simulation/stimulation software systems engineering support for submarine fleet training and trainers and combat control system laboratory development. Work will be performed in Newport, R.I., and is to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and advertised on the Internet, with one offer received. The Naval Undersea Warfare Center, Division-Newport is the contracting activity (N66604-02-D-1118).

General Electric Aircraft Engines, General Electric Co., Lynn, Mass., is being awarded an $18,191,764 modification to a previously awarded firm-fixed-price contract (N00019-99-C-1175) for engineering and logistics services and support equipment for implementation of Government Industry Logistics Support for the F/A-18E/F Super Hornet F414-GE-400 engine. Work will be performed in Evendale, Ohio, (30 percent); Lynn (28 percent); various vendor locations across the U.S. (25 percent); Jacksonville, Fla. (15 percent); and Patuxent River, Md. (two percent), and is to be completed by June 2003. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River is the contracting activity.

Raytheon Company, Sudbury, Mass., is being awarded a $17,173,912 cost-plus-award-fee, firm-fixed-price, cost-plus-fixed-fee contract for the modernization and upgrade of the U.S. Navy's Space Surveillance System, known as the Fence or Space Fence. The upgrade will replace the Very High Frequency radio transmitters and receivers currently in use with ones operating at S-band frequencies. This contract contains options, which if exercised, will bring the total cumulative value of this contract to a not-to-exceed value of $395,590,366. The work will be performed in Sudbury (60.2 percent); Andover, Mass. (34.8 percent); Burlington, Mass. (point nine percent); and Colorado Springs (four point one percent), and is to be completed by September 2004. Contract funds will not expire by the end of the current fiscal year. This contract was competitively procured via the Space & Naval Warfare Systems Command Business Opportunity Page and the Federal Business Opportunities website, with four offers received. The Space and Naval Warfare Systems Command, San Diego is the contracting activity (N00039-02-C-2201).

General Atomics, San Diego is being awarded a $17,041,496 cost-plus-fixed-fee contract for the refinement in design, fabrication, integration, and demonstration of the Kill Assist All Weather Targeting System (KAATS). Work will be performed in San Diego (60 percent) and Albuquerque, N.M. (40 percent) and is to be completed by December 2005. Contract funds will not expire by 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 (N68936-02-C-0209).

Northrop Grumman Corp., Bethpage, N.Y., is being awarded a $16,101,873 modification to a previously awarded cost-plus-fixed-fee, term contract (N00019-01-C-0015) for systems and software development for implementation of the Multifunctional Information Distribution System on the EA-6B Prowler aircraft. The estimated level of effort for this modification is 113,342 man-hours. Work will be performed in Hollywood, Md. (43 percent); Point Mugu, Calif. (27 percent); Bethpage, N.Y.(26 percent); Camarillo, Calif. (three percent); and St. Augustine, Fla. (one percent), and is to be completed by December 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.

Gibbs Construction, L.L.C., Harahan, La., is being awarded a $14,611,200 firm-fixed-price contract for renovation and repair to the Eighth Air Force Headquarters Building at Barksdale Air Force Base. This contract shall meet State Historic Property Preservation Office requirements; required Americans with Disabilities Act compliance and life safety upgrades. Work will be performed in Shreveport and Bossier City, La., and is to be completed by September 2003. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities e-solicitation Web site, with nine offers received under Phase 1. Only the five most highly qualified firms competed for award under Phase 2. Four of the firms submitted Phase 2 proposals. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-02-C-0369).

Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a $13,264,289 ceiling-priced modification to a previously awarded cost-plus-award-fee contract (N00019-93-C-0196) to provide additional funding for the design, integration, fabrication, installation, and test of avionics subsystems in support of the MH-60R engineering and manufacturing development II Program Re-baseline. Work will be performed in Owego and is to be completed by February 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.

Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $13,233,448 modification to previously awarded cost-plus-award-fee contract (N00019-93-C-0006) to provide additional funding for the MV-22 engineering and manufacturing development program. Work will be performed in Fort Worth, Texas (50 percent) and Philadelphia (50 percent), and is to be completed by December 2005. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River is the contracting activity.

Harry Pepper & Associates, Inc., Jacksonville, Fla., is being awarded $13,138,000 for firm-fixed-price Task Order 0004 under an indefinite-delivery and indefinite-quantity, multiple award construction contract for repair, alteration, and renovation to Bachelor Enlisted Quarters 437 and 1350 at Truman Annex in Key West. Work will be performed in Key West, Fla., and is to be completed by June 2004. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 50 proposals solicited, 19 offers received and award made on June 25, 1999. The total contract amount is not to exceed $200,000,000. The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract. Three offers were received for this task order. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (contract number N62467-95-D-0680).

Reyes Construction, Inc.*, Pomona, Calif., is being awarded $11,798,910 for firm-fixed-price Task Order 0001 under an indefinite-delivery and indefinite-quantity, multiple award construction contract for repair of Pier 4 at Naval Base, San Diego. Work will be performed in San Diego and is to be completed by November 2003. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the Naval Facilities e-solicitation Web site, with seven offers received and award made on June 28, 2002. The basic total contract amount for all contractors is not to exceed $150,000,000.00 (base period and four option years). The multiple contractors (five in number) may compete for task orders under the terms and conditions of the existing contract. One offer was received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego is the contracting activity (N68711-02-D-8051).

Dewolff, Boberg & Associates, Richardson, Texas, is being awarded a $10,963,400 fixed-price modification to previously awarded contract ((N00024-02-C-6165) to restructure current options and add 698 additional man-weeks of effort relative to the continuation of management and productivity improvement consultant services in the areas of command support, financial management, and engineering at the Naval Sea Systems Command. Work will be performed at the Washington, D.C., and is to be completed by April 2003. Contract funds will expire by the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity

Newfield Construction, Inc., Hartford, Conn., is being awarded a $10,605,000 firm-fixed-price contract for renovation and repairs to Personnel Services Building 83 at the Naval Submarine Base, New London. Work will be performed in Groton, Conn., and is to be completed by September 2005. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with 45 proposals solicited and six offers received. The Engineering Field Activity Northeast, Naval Facilities Engineering Command, Resident Officer in Charge of Construction New London, Groton, Conn., is the contracting activity (N62472-01-C-5460).

Raytheon Company, Tucson, Ariz., is being awarded a $10,473,017 firm-fixed-price contract for one MK 612 MOD 4 Guided Missile Test Set (GMTS) for the Republic of Korea under the Foreign Military Sales Program. The contract will provide for the fabrication, demonstration and installation of one (1) MK 612 MOD 4 GMTS, associated spares and drawings. Work will be performed in Tucson and is to be completed by January 2005. Contract funds will expire by the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-02-C-5315).

Ace Engineering, Inc.*, La Verne, Calif.; R. Simons Co., Inc.*, Nipomo, Calif.; South Bay EDC, Inc.*, Bonita, Calif.; Sea Pac Engineering, Inc.*, Reseda, Calif.; and Construction Concepts, Inc.*, Anaheim, Calif., are being awarded a maximum amount of $10,000,000, guaranteed minimum of $5,000 (base period), firm-fixed-price, indefinite-delivery and indefinite-quantity, multiple award construction contract. This contract contains options, which if exercised, will bring the total cumulative value to a not to exceed amount of $30,000,000. The aggregate of $30,000,000 will potentially be shared among all five contractors. Ace Engineering, Inc., is being awarded the initial task order in the amount of $251,999 (including the minimum guarantee) for construction of a building and hypochlorite generating system at the Naval Air Weapons Station, China Lake. Work for this task order is to be completed by April 2003. The remaining two contractors are being awarded the minimum guarantee of $5,000. Work will be performed in China Lake and is to be completed by September 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities e-solicitation Web site, with 19 offers received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest Division, Resident Officer in Charge of Construction China Lake is the contracting activity (N68711-02-D-2521/2522/2523/2524/2525).

Pacific Construction Services, Inc.*, Chicago, Far East Construction and Rasch Construction* (a joint venture), Rockford, Ill.; and Broadway Consolidated Co., Inc.*, Chicago are being awarded a maximum amount of $10,000,000, guaranteed minimum of $25,000 (base period), firm-fixed-price, indefinite-delivery and indefinite-quantity, multiple award construction contract. This contract contains option, which if exercised, will bring the total cumulative value to a not to exceed amount of $50,000,000. The aggregate of $50,000,000 will potentially be shared among all three contractors. Pacific Construction Services, Inc., is being awarded the initial task order in the amount of $267,000 (including the minimum guarantee) for construction of a small arms ammunition bunker at Camp Berry, Great Lakes Naval Training Center. Work for this task order is to be completed by December 2002. The remaining two contractors are being awarded the minimum guarantee of $25,000. Work will be performed at Great Lakes Naval Base and within a 75-mile radius from Great Lakes and is to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) small business set-aside under the Chicago Small Business Administration Office via the Naval Facilities e-solicitation website, with five offers received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Engineering Field Activity, Midwest, Naval Facilities Engineering Command, Great Lakes, Ill., is the contracting activity (N68950-02-D-0050/0051/0052).

Honeywell Technology Solutions, Inc., Columbia, Md., is being awarded a $9,251,914 indefinite-delivery and indefinite-quantity, cost-plus-fixed-fee contract for program management, high performance computing, information security, modeling & simulation, systems engineering, integration, technical support and integrated logistics support for designated Navy Cryptographic requirements. This contract contains options, which if exercised, would bring the total cumulative value of this contract to $48,337,923. Work will be performed in Charleston, S.C. (80 percent) and Norfolk, Va. (20 percent) and is to be completed by September 2003. Contract funds will not expire at the end of the fiscal year. The contract was competitively procured under full and open competition. The Request for Proposal was posted on the Space & Naval Warfare Systems Command Systems Center E-Commerce Web site, with seven offers received. The Space and Naval Warfare Systems Center, Charleston is the contracting activity (N65236-02-D-7839).

James N. Gray Co., Lexington, Ky., is being awarded a $9,036,950 firm-fixed-price contract for design and construction of an engine disassembly and cleaning facility at Naval Air Station Corpus Christi. Work will be performed in Corpus Christi and is to be completed by October 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities e-solicitation Web site, with nine offers received. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-02-C-0293).

Head, Inc.*, Columbus, Ohio, is being awarded an $8,114,781, firm-fixed-price contract to upgrade the airfield lighting at McCain and Bravo airfields at Naval Air Station Meridian. Work will be performed in Meridian, Miss., and is to be completed by October 2003. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities e-solicitation website with eight (8) proposals received. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (contract number N62467-02-C-0289).

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $7,707,077 firm-fixed-price, time & material provisions, indefinite-delivery and indefinite-quantity contract for hardware, technical and operations support of the Portsmouth Naval Shipyard Atmospheric Diving System Project, the Atmospheric Dive Suit 2000 (ADS), and associated Launch and Recovery System (LARS). Work will be performed in North Vancouver, BC Canada (70 percent), Portsmouth, N.H. (15 percent) and San Diego (15 percent), and is to be completed by September 2007. Contract funds in the amount of $104,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Undersea Warfare Center, Division-Newport, Newport, R.I., is the contracting activity (N66604-02-D-0844).

Synetics Inc., Wakefield, Mass., is being awarded a $7,466,653 cost-plus-fixed-fee modification under previously awarded contract (N00178-00-C-2011) to exercise an option for ongoing technical and engineering services in support of the AEGIS Weapons System. Work will be performed in Dahlgren, Va., and is to be completed by September 2003. Contract funds will not expire at the end of the current fiscal year. This modification combines service for the U.S. Navy (95 percent) and the governments of Spain (three percent) and Japan (two percent) under the Foreign Military Sales Program. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Va., is the contracting activity.

Northrop Grumman Systems Corp., Sperry Marine, Charlottesville, Va., is being awarded a $7,284,096 firm-fixed-price contract for procurement of the Ring Laser Gyro Navigator (RLGN) (AN/WSN-7(V) and AN/WSN-7A(V) Shipsets. The RLGN is a navigation system designed to be a reliable, low-cost replacement for the current generation of inertial navigation systems onboard ships and submarines. Work will be performed in Charlottesville and is to be completed by August 2006. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-02-C-4002).

Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $6,967,703 modification to previously awarded cost-plus-award-fee contract (N00019-93-C-0006) for the development of source data and software necessary for training and functionality of the Aircraft Maintenance Event Ground Station (AMEG) under the V-22 engineering and manufacturing development program. Work will be performed in Fort Worth, Texas (75 percent) and Ridley Park, Pa. (25 percent), and is to be completed by March 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River is the contracting activity.

Computer Sciences Corp., Moorestown, N. J., is being awarded a $6,841,662 cost-plus-award-fee modification under previously awarded contract (N00178-99-C-2005) to exercise an option for engineering and technical services in support of maintenance and development of Aegis tactical computer software, including review, analysis, coding, inspection, testing, and delivery of computer program code and documentation for various land-based Aegis sites, Aegis ships, shipyards and contractor facilities. Work will be performed in Dahlgren, Va. (92 percent); Bath, Maine (three percent); Pascagoula, Miss. (three percent); and Moorestown, N.J. (two percent), and is to be completed by December 2002. Contract funds in the amount of $211,223 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity.

W. M. Schlosser Company, Inc., Hyattsville, Md., is being awarded $6,398,000 for firm-fixed-price Task Order 0001 under an indefinite-delivery and indefinite-quantity, multiple award construction contract for repairs and upgrades to the consolidated bachelor quarters, Building 3603 at Naval Amphibious Base, Little Creek. Work will be performed in Virginia Beach, Va., and is to be completed by November 2005. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 36 proposals solicited, 17 offers received and award made on Sept. 28, 2001. The total contract amount is not to exceed $60,000,000, which includes the base period and three option years. The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract. Four offers were received for this task order. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va., is the contracting activity (N62470-01-D-1081).

AMSEC LLC, Virginia Beach, Va., is being awarded a $6,304,897 cost-plus-fixed-fee modification under previously awarded contract (N00178-00-C-2002) to exercise an option for continuing training system engineering services for AEGIS Training and Readiness Center (ATRC), Dahlgren, Va. Work will be performed in Dahlgren, Va. (85 percent); Virginia Beach, Va. (five percent); Wallops Island, Va. (four percent); Norfolk, Va. (two percent); Mayport, Fla. (one-half percent); Philadelphia (one-half percent); Pearl Harbor, Hawaii (one-half percent); Yokosuka, Japan (one-half percent); and San Diego (two percent), and is to be completed by September 2003. Contract funds will not expire at the end of the current fiscal year. This modification combines services between the U.S. Navy (87 percent) and the Governments of Japan (six percent), Spain (six percent) and Norway (one percent) under the Foreign Military Sales Program. The contract was competitively procured and advertised on the Internet, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren is the contracting activity.

Day & Zimmerman Services (Singapore) PTE LTD, Philadelphia is being awarded a modification under previously awarded firm-fixed-price, indefinite-quantity contract with award-fee provisions (N62742-00-D-5001) to exercise the second option period for multi-function support services. Total estimated amount of this option is 10,844,878 Singapore dollars (approximately U.S. $5,958,534), of which 9,614,878 Singapore dollars (approx. U.S. $5,282,731) will be funded subject to availability of funds. The balance of 1,230,000.00 Singapore dollars (approx. U.S. $675,803) will be obligated on individual task orders issued during the option period, Oct.1, 2002 through Sept. 30, 2003. After exercise of this modification, the total cumulative contract amount will be 23,346,550 Singapore dollars (approx. U.S. $12,827,775). Work will be performed at the Republic of Singapore, East Timor and other possible areas in Southeast Asia. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 71 contractors registered on the Plan Holder List and 12 offers received, and award made on June 26, 2001. The Naval Facilities Engineering Command, Pacific Division, Pearl Harbor, Hawaii, is the contracting activity (N62742-00-D-5001).

Advanced Acoustic Concepts, Hauppage, N.Y., is being awarded a $5,938,170 cost-plus-fixed-fee modification under previously awarded contract (N00178-98-C-2011) to exercise an option for continuing computer aided sub-mode training (CAST) lesson authoring system and user training for the AEGIS Training and Readiness Center, Dahlgren Div., Dahlgren, Va. Work will be performed in Hauppage, N.Y. (65 percent) and Dahlgren (35 percent), and is to be completed by July 2003. Contract funds will not expire at the end of the current fiscal year. This modification combines purchases between the U.S. Navy (97 percent) and the governments of Japan (one percent), Spain (one percent) and Norway (one percent) under the Foreign Military Sales Program. This contract was not competitively procured. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity.

Rockwell Scientific Company, LLC, Thousand Oaks, Calif., is being awarded a $5,926,843 cost-plus-fixed-fee contract to support the Defense Advanced Research Project Agency (DARPA) program for frequency agile digitally synthesized transmitters. Support will include the development of enabling technology to produce high frequency, direct digital synthesizers and related components with high dynamic range, low phase noise, low DC power, and wide bandwidth. This contract contains options, which if exercised, would bring the total cumulative value of this contract to $15,823,075. Work will be performed in Thousand Oaks and is to be completed by March 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through the Commerce Business Daily under DARPA Broad Agency Announcement, with one offer received. The Space and Naval Warfare Systems Center, San Diego is the contracting activity (N66001-02-C-8080).

Forrester Construction Co., Rockville, Md., is being awarded $5,899,888 for firm-fixed price Task Order 0012 under an indefinite-quantity, multiple award construction contract for the repair/upgrade of the clinical lab and anatomic pathology lab in Building 9 at the Naval Medical Center, Bethesda. Work will be performed in Bethesda, Md., and is to be completed by October 2005. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 60 proposals solicited, 24 offers received, and award made to multiple contractors on Aug. 19, 1999. The basic total contract amount for all contractors is not to exceed $$500,000,000 (base period and four option years). These five contractors compete for each task order under the terms and conditions of the existing multiple award quantity contract. Four offers were received for this task order. The Engineering Field Activity Chesapeake, Naval Facilities Engineering Command, Washington, DC, is the contracting activity (N62477-99-D-0118).

Brown & Root Services, A Division of Kellogg Brown & Root, Arlington, Va., is being awarded $5,300,000 for modification to Task Order 0017 under a cost reimbursement, indefinite-delivery and indefinite-quantity construction contract for emergency repairs to the breakwater which protects the petroleum oil and lubricants pier facility at Lajes Field, Azores. Work will be performed in Lajes Field and is to be completed by August 2003. Contract funds will 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).

Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $5,174,000 for firm-fixed price Task Order 0001 under an indefinite-delivery and indefinite-quantity multiple award construction contract to replace heating, ventilating, air conditioning systems in the French Creek Buildings at Marine Corps Base, Camp Lejeune. Work will be performed in Jacksonville, N.C., and is to be completed by May 2004. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the Naval Facilities e-solicitation Web site, with 11 offers received and award made on Aug. 29, 2002. The total contract amount is not to exceed $240,000,000. The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Six offers were received for this task order. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va., is the contracting activity (N62470-02-D-3562).

ARMY

Tug Hill Construction Inc., Felts Mills, N.Y., was awarded a $31,774,000 firm-fixed-price contract for construction of the multi-purpose digital training range on Sept. 27, 2002. Work will be performed at Fort Knox, Ky., and is to be completed by Dec. 31, 2005. Contract funds will not expire at the end of the current fiscal year. There were 97 bids solicited on June 17, 2002, and three bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (DACA27-02-C-0026).

Honeywell International, Tempe, Ariz., was awarded a $26,730,092 modification to a firm-fixed-price contract for the rebuild of the Advanced Gas 1500 Turbine Engine on Sept. 27, 2002. Work will be performed in Tempe and is expected to be completed by March 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole-source contract initiated on June 26, 2002. The U.S. Army Tank and Automotive Command, Warren, Mich., is the contracting activity (DAAE07-00-C-N131).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $5,128,000 increment as part of an $8,771,119 cost-plus-fixed-fee contract for engineering support for PAC-3 Missile Segment Tactical Ballistic Missile search and track improvements on Sept. 27, 2002. Work will be performed in Grand Prairie and is to be completed by March 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole-source contract initiated on Aug. 15, 2002. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-01-G-0001).

Orange Shipbuilding Co., Inc., Orange, Texas, was awarded a $16,613,872 firm-fixed-price contract for design, construction, test, and delivery of two steel towboats. Work will be performed in Orange and is to be completed by Oct. 16, 2005. Contract funds will not expire at the end of the current fiscal year. There were 28 bids solicited on July 18, 2002, and three bids were received. The U.S. Army Corps of Engineers, Philadelphia is the contracting activity (DACW61-02-C-0060).

Mitretek Systems Inc., Falls Church, Va., was awarded a delivery order amount of $242,496 as part of a $10,000,000 cost-plus-fixed-fee contract for environmental advisory and assistance services in transferring Air Force properties to the civil sector on Sept. 27, 2002. Work will be performed in Arlington, Va., and is to be completed by Sept. 26, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 7, 2002. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (DACA45-02-D-0013).

University of Alaska, Fairbanks, Alaska, was awarded a $7,199,993 cost contract for the Ultra-Low Power Battlefield Sensor Communication System on Sept. 27, 2002. Work will be performed in Fairbanks (72.6 percent) and San Jose, Calif. (27.4 percent), and is expected to be completed by Dec.31, 2003. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated in January 2001. The Defense Microelectronics Activity, McClellan, Calif., is the contracting activity (DMEA90-02-C-0226).

Spindler Construction Corp., Logan, Utah, was awarded a $14,728,745 firm-fixed-price contract for design and construction of a depot maintenance hangar on Sept. 27, 2002. Work will be performed at Hill Air Force Base, Utah, and is to be completed by June 13, 2004. Contract funds will not expire at the end of the current fiscal year. There were 61 bids solicited on June 27, 2002, and five bids were received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (DACA05-02-C-0020).

Assurance Technology Corp., Carlisle, Mass., was awarded a $3,600,000 increment as part of a $6,172,798 cost-plus-incentive-fee contract for development, test, and delivery of SINCGARS waveform software products to support future Cluster JTR Set acquisitions of the Joint Tactical Radio System on Sept. 27, 2002. Work will be performed in Carlisle (40 percent), Melbourne, Fla. (50 percent), and Alexandra, Va. (10 percent), and is to be completed by Dec. 31, 2003. 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 May 1, 2002, and three bids were received. The U.S. Army Communications-Electronics Command Acquisition Center, Alexandria, Va., is the contracting activity (DAAB15-02-C-0037).

Stronghold Engineering, Riverside, Calif., was awarded an $8,739,567.81 increment as part of a $8,739,567.81 firm-fixed-price contract for the Rio Salado Phoenix Reach Environmental Restoration Phase 1A on Sept. 27, 2002. Work will be performed in Maricopa, Ariz. (40 percent) and Phoenix (60 percent), and is to be completed by Aug. 22, 2003. 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 Aug. 1, 2002, and four bids were received. The U.S. Army Engineer District, Los Angeles is the contracting activity (DACW09-02-C-0014).

McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded a $12,845,102 modification to a firm-fixed-price contract for a system-integrated laboratory in support of the AH-64D Longbow Apache FMS Singapore Program I. Work will be performed in Mesa and is expected to be completed by July 30, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole-source contract initiated on April 25, 2002. The U.S. Army Aviation and Missile Command, Huntsville, Ala., is the contracting activity (DAAH23-99-C-0111).

Hamilton Sundstrand Aerospace Corp., San Diego was awarded on a delivery order amount of $1,797,400 as part of a $17,115,493 firm-fixed-price contract for overhaul and modification of 360 T-62-T-40-1 Gas Turbine Engine-Auxiliary Power Units on Sept. 28, 2002. Work will be performed in San Diego and is to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were 13 bids solicited on June 25, 2002, and two bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-02-D-0309).

CORRECTION:

Contract DAAE07-02-C-N100 announced Sept. 27, 2002 incorrectly listed the contract funds expiration information. The contract announcement should have read as follows: Honeywell International Inc., Tempe, Ariz., is being awarded a $17,915,040 firm-fixed-price contract for turbine nozzles for the M1 Tank. Work will be performed in Greer, S.C., and is to be completed by Dec. 31, 2004. Of the Contract funds, $15,868,800.00 will expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on Sept. 10, 2001, and one bid was received. The U.S. Army Tank and Automotive Command, Warren, Mich., is the contracting activity (DAAE07-02-C-N100).

AIR FORCE

C.F. Jordan L.P., Dallas, Texas; Carothers Construction Inc., Water Valley, Mich.; Hensel Phelps Construction, Greeley, Colo., is being awarded a $500,000,000 indefinite-delivey and indefinite-quantity contract to provide for streamlined construction improvement program for the defense commissary agency provides for the award of up to fifteen indefinite delivery/indefinite quantity construction contracts. This contract scope shall include design build of commissaries up to $4 million through $14 million, building of new commissaries, addition and or alteration to existing commissaries, new central distribution centers and retail centers in the U.S. including Hawaii, Alaska, Guatemala and Puerto Rico. Funds will be obligated as individual delivery orders are issued. The Air Force can award delivery orders totaling up to the program maximum amount indicated above, though actual requirements may necessitate less than that amount. The locations of performance are multiple locations worldwide. At this time, no funds have been obligated. This work will be complete by September 2007. Solicitation began December 2001 and negotiations were completed July 2002. The Air Education and Training Command, is the contracting activity (F41689-02-D-0041), (F41689-02-D-0042), (F41689-02-D-0040).

McDonnel Douglas Corp., San Antonio is being awarded a $170,962,989 firm-fixed-price contract modification to provide for FY2003, KC-10 Contractor Logistics Support and KDC-10 Aerial Refueling System Contractor Logistics Support. This effort supports foreign military sales to the Netherlands. The locations of performance are McDonnell Douglas, San Antonio (57 percent), and General Electric Engine Services, Ontario, Calif., (43 percent). This work will be completed by September 2003. The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base is the contracting activity (F34601-98-C-0125, P00112).

Northrop Grumman Corp., El Segundo, Calif., is being awarded a $153,900,000 cost-plus award-fee contract modification provides an not-to-exceed amount for contractor design support of the government's selection of (a) Boeing 767 - 400ER as Wide Area Surveillance (WAS) platform of choice, and (b) "Balance Plus" configuration for Global Hawk. ECP 01 also includes development of single-string risk reduction hardware and WAS proof of design hardware. In addition, it provides acceleration of prime mission equipment for MC2A and Global Hawk Development Units. At this time, no funds have been obligated. This work will be complete by March 2004. The Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-00-C-0100, P00026).

Chenega Technology Services, Springfield, Va., is being awarded a $50,000,000 indefinite-delivery and indefinite-quantity contract to provide for development of Air Control Squadron courseware and training in support of Air Combat Command. Further funds will be obligated as individual delivery orders are issued. The Air Force can award delivery orders totaling up to the maximum amount indicated above. This effort will be performed by Emerging Business Solutions, Smithfield, Va., (25 percent), and other subcontractors. The training location is at Luke Air Force Base, Ariz. At this time, $2,700,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by September 2007. Solicitation began in January 2002 and negotiations were completed September 2002. The ACC Contracting Squadron, Langley Air Force Base, Va., is the contracting activity (F44650-02-C0025).

Lockheed Martin Information Systems, Orlando, Fla., is being awarded a $47,126,096 cost-plus fixed-fee, firm-fixed-price contract modification to provide for aircrew training and rehearsal support program, contractor logistics support for various Special Operations Forces training devices including database generation, engineering support, courseware development and instruction. Lockheed Martin Information Systems will perform this effort at Hurlburt Field, Fla., and Middletown, Pa. At this time, no funds have been obligated. This work will be completed by September 2003. Negotiations were completed in June 2000. The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42630-00-C-0206-P00056).

Boeing Aerospace Operations, Midwest City, Okla., is being awarded a $44,071,000 time and materials contract modification to provide for FY2003 engineering support for the VC-25, E-4B, T-43, TC-18, C-22, KC-10, KDC-10, and C-9 aircraft. Boeing will perform this effort at its facilities in Midwest City, Okla. (36 percent), Wichita, Kan., (46 percent), and at other locations. At this time, no funds have been obligated. This work will be completed by September 2003. The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base is the contracting activity (F34601-02-C-0003, P00026).

Boeing Aerospace Operations, Midwest City, Okla., is being awarded a $43,730,541 firm-fixed-price contract modification to provide contractor logistics support for the E-4B. Boeing will perform this effort at its facility inWichita, Kan. At this time, $1,331,942 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by September 2002. Solicitation began May 2002 and negotiations were completed in September 2002. The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base is the contracting activity (F34601-95-C-0270-P00169).

Northrop Grumman Systems Corp., Azusa, Calif., is being awarded a $38,070,124 cost-plus award-fee contract modification to provide for one-year extension (Oct. 1, 2002 to Sept. 30, 2003) to the Defense Support Program Sensor Post Production Support Contract. At this time, no funds have been obligated. This work will be completed by September 2003. El Segundo, Calif., is the contracting activity (F04701-96-C-0031, P00095).

Lockheed Martin Corp., Littleton, Colo., is being awarded a $23,139,887 cost-plus award-fee contract modification to provide for an extension to the period of performance for Atlas Launch Base Operation at Vandenburg Air Force Base (SLC-3E). The period of performance is 12 months with a three-month option period is to support the launch of MLV-14. Currently the period of performance for Atlas Launch Base Operation ends Sept. 30, 2002. At this time, $8,800,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by September 2003. Negotiations were completed in September 2002. The Headquarters Space and Missle Systems Center, Los Angeles Air Force Base is the contracting activity (F04701-95-C-0012, P00275).

Northrop Grumman Air Combat Systems, San Diego is being awarded a $21,700,000 cost-plus award-fee contract modification to provide for engineering and manufacturing development stage IIB SIGINT expansion activities for the Global Hawk program. At this time, $9,000,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by December 2006. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600, P00015)

McDonnell Douglas Corp., Berkeley, Mo., is being awarded a $21,000,000 firm-fixed-price contract modification contract to provide for Joint Direct Attack Munition (JDAM) MK-84 Guided Vehicles Lot 3 Israeli Air Force, quantity of 1,000. The JDAM weapon system provides the Air Force and the Navy with an improved aerial delivery capability for existing 1000 and 2000 - pound bombs. The JDAM is a strap-on kit with Inertial Navigation System (INS) and Global Positioning System (GPS) capability. The locations of performance are Honeywell Inc., Military Avionics Division, Minneapolis (31.2 percent), and other locations. Total funds have been obligated. This work will be completed by May 2004. Negotiations were completed in September 2002. Eglin Air Force Base, Fla., is the contracting activity (F08635-02-C-0060, P00001).

Martinez International Corp. and Cadence Contract Services, LLC, (MIC/CCS) South Jordan, Utah; Johnson Controls World Services, Inc., Cape Canaveral, Fla., is being awarded a $20,000,000 firm-fixed-price indefinite-delivery and indefinite-quantity contract to provide for simplified acquisition of base engineering requirements at Sheppard Air Force Base, Wichita Falls, Texas. Funds will be obligated as individual delivery orders are issued. The Air Force can award delivery orders totaling up to the program maximum amount indicated above, though actual requirements may necessitate less than that amount. This work will be completed by September 2007. Solicitation began May 2002 and negotiations were completed in September 2002. The Air Education Center, Sheppard Air Force Base, Texas, is the contracting activity (F41612-02-D-0004 and F41612-02-D-0005).

McDonnell Douglas Corp., The Boeing Co., Long Beach, Calif., is being awarded a $19,929,094 firm-fixed price cost plus award fee contract modification to provide for additional funding to Boeing in accordance with Special Contract Requirement H-012 to reimburse them for sustaining the U.S. Air Force C-17 fleet beyond the contract's baseline or flying hours and engine cycles in FY2002. Total funds have been obligated. The locations of performance are: McDonnell Douglas, Long Beach, Calif.; (43 percent); Pratt and Whitney, Cheshire Conn., (32 percent). The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-2002, P00069).

The Boeing Co., Aircraft and Missiles Systems, Fort Walton Beach, Fla., is being awarded a $13,000,000 cost plus award fee contract to provide for incorporation of technical manuals for C-130 aircraft types into the interactive electronic technical manual database. Total funds have been obligated. This work will be completed by September 2005. Solicitation began September 2002 and negotiations were completed in September 2002. The Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F33657-98-D-0002-RJ10-06).

Northrop Grumman Systems Corp., Baltimore is being awarded a $10,000,000 indefinite-delivery and indefinite-quantity contract to provide for sensor technology applications development and evaluation, Focus Area 2. The objective of this program is to develop, integrate and demonstrate innovative technologies, which result in advancements in the battlespace, target identification, precision target location, precision engagement, sensor-to-shooter, and survivability. The Air Force can issue delivery orders totaling up to the maximum indicated above, though actual requirements may necessitate less than this amount. Raytheon will perform this effort in El Segundo, Calif. At this time, $24,182 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by September 2009. Solicitation began July 2001 and negotiations were completed in September 2002. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33615-02-D-1117).

The Boeing Co., Seattle is being awarded a $9,340,534 standard cooperative agreement contract to provide for the design and development for a structurally integrated X-Band array to be implemented into future air vehicle technologies. Boeing will perform this effort Seattle (56 percent); and Raytheon Electronic Systems, El Segundo, Calif. (44 percent). At this time, $100,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by October 2005. Solicitation began in June 2002 and negotiations were completed in September 2002. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33615-02-2-3220).

J. Kokolakis Contracting Inc., Rocky Point, N.Y., is being awarded a $6,928,427 firm-fixed price contract modification to provide for alteration of commissary at Hurlburt Field, Fla. Total funds have been obligated. Solicitation began in January 2002 and negotiations were completed in September 2002. The Air Education and Training Command, Lackland Air Force Base, Texas, is the contracting activity (F41689-02-C0039).

Raytheon Systems Co., El Segundo, Calif., is being awarded a $6,520,000 firm-fixed-price contract to provide for manufacture of four analog digital converters, applicable to AC-130U aircraft. Total funds have been obligated. This work will be completed by September 2003. Solicitation began September 2002 and negotiations were completed in September 2002. The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-02-C-0351).

Gulfstream Aerospace Corp., Savannah, Ga., is being awarded a $5,180,946 firm-fixed-price contract to provide enrollment of in-service C-37A aircraft into Rolls Royce Corporate Care Engine Maintenance Program, three U.S. Air Force, one U.S. Navy, and one Federal Emergency Management Agency A C-37A aircraft. Total funds have been obligated. This work will be complete by November 2002. Solicitation began July 2002. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F34601-97-C-0231).

DEFENSE INFORMATION SYSTEMS AGENCY

Chenega Technology Services Corp., Springfield, VA, is being awarded a firm-fixed price contract with an award value of $5,215,686.00 for the DoD Data Management Enterprise Services Test Demonstration. The objective of this procurement is to develop and demonstrate the technical concepts and evaluate the engineering design factors related to implementing these services using the Global Combat Support System (GCSS) Logistics as the test case. The results of this task will be used to further refine the DoD-wide Data Management Strategy and Transition Plan. This was a sole-source acquisition is conjunction with the Small Business Administrations Alaska District Office 8a program. The Defense Information Technology Contracting Organization, (DITCO), Alaska AQA, is the contracting activity (DCA500-02-C-0001).

*Small Business