CONTRACTS
DEFENSE LOGISTICS AGENCY
Propper International, Inc.**, Mayaguez, Puerto Rico, is
being awarded a $11,996,561 firm fixed price indefinite
type/indefinite quantity contract for Type I, woodland
camouflage, temperate trousers.
Work will performed in Mayaguez,
Puerto Rico; Adjuntas, Puerto Rico; and Cabo Rojo, Puerto Rico.
Work is expected to be completed by Dec. 20, 1997.
Funds will
not expire at the end of the fiscal year.
The Defense Personnel
Support Center, Philadelphia, Pa., is the contracting activity
(SP0100-97-D-0302).
ARMY
Stanford Telecommunications Inc., SATCOM Ground Systems,
Colorado Springs, Colo., is being awarded an $8,595,279 increment
(base year) as part of a $74,721,860 cost plus fixed fee/cost
plus award fee multi-year contract for Defense Satellite
Communications Systems (DSCS) Operational Support Services
(DOCS3).
This acquisition provides the Defense Information
System Agency (DISA), the U.S. Air Force (USAF), the U.S. Navy
(USN), the U.S. Army (USA), and all other Department of Defense
(DOD) organizations with training support, communications
analysis, hardware, firmware, and software maintenance to the:
DSCS Operations Centers (DSCSOCs); DISA Global Control Center
(DISA GCC) and Emergency Relocation Sites (ERS); DISA Regional
Communications Control Centers (DISA RCCs); Center for System
Engineering (CFSE); U.S. Army Communications Electronics Command
(USACECOM); U.S. Army Space Command (USARSPACE) Regional Space
Support Centers (RSSCs); DOCS Certification Facility (DCF); U.S.
Army Signal Center and Ft. Gordon (USASC&FG); and Satellite Earth
Terminals, located worldwide.
Work will be performed in Colorado
Springs, Colo. (50%); Ft. Monmouth, N.J. (34%); Ft. Gordon, Ga.
(6%); Ft. Detrick, Md. (4%); Ft. Meade, Md. (3%); and Camp
Roberts, Calif. (3%), and is expected to be completed by Jan. 31,
2002.
Of the total contract funds, $8,595,279 will expire at the
end of the current fiscal year.
There were 64 bids solicited on
Sept. 27, 1996, and three bids were received.
The contracting
activity is the U.S. Army Space Command, Colorado Springs, Colo.
(DASG62-97-C-0001).
Cummins Engine Company, Columbus, Ind., is being awarded a
delivery order amount of $28,691,265 as part of a fixed price
with economic price adjustments, four- year requirements contract
for 577 diesel engines with containers and 22 diesel engines
(VTA903-T600) for the Bradley Fighting Vehicle System.
Work will
be performed in Seymour, Ind., and is expected to be completed by
Dec. 31, 1998.
Contract funds will not expire at the end of the
current fiscal year.
This is a sole source contract initiated on
July 18, 1996.
The contracting activity is the U.S. Army Tank-
automotive & Armaments Command, Warren, Mich. (DAAE07-96-D-T024).
The McCarty Corp.*, Austin, Texas, is being awarded a
$6,194,000 firm fixed price contract for renovating 128 existing
three and four bedroom units, to include replacing kitchen
cabinets, new bathroom fixtures, replacing sewer lines under
slab, landscaping, jogging path, and new primary power.
Construction also includes replacing the interior electrical
distribution.
Work will be performed at Moody Air Force Base,
Ga., and is expected to be completed by Aug. 1, 1998.
Contract
funds will not expire at the end of the current fiscal year.
There were 95 bids solicited on June 11, 1996, and eight bids
were received.
The contracting activity is the U.S. Army Corps
of Engineers, Savannah, Ga. (DACA21-97-C-0003).
Allied Signal Engines, Stratford, Conn, is being awarded a
$12,044,580 firm fixed price contract for 120,000 plate pairs,
400 forward bellows, and 440 rear bellows (tank engine
recuperator spare parts).
Work will be performed in Stratford,
Conn.**, and is expected to be completed by May 30, 1997.
Contract funds will not expire at the end of the current fiscal
year.
This is a sole source contract initiated on Oct. 24, 1996.
The contracting activity is the U.S. Army Tank-automotive &
Armaments Command, Warren, Mich. (DAAE07-97-G-A001).
Combined Bridge Team Joint Venture, Alexandria, Va., is
being awarded a $252,209 increment as part of a $12,252,209 firm
fixed price contract for 130 common bridge transporters and 100
bridge adapter pallets.
Work will be performed in Alexandria,
Va. (57%), and Oshkosh, Wis. (43%), and is expected to be
completed by Aug. 11, 1998.
Contract funds will not expire at
the end of the current fiscal year.
This is a sole source
contract initiated on Sept. 12, 1996.
The contracting activity
is the U.S. Army Tank-automotive & Armaments Command, Warren,
Mich. (DAAE07-97-C-X039).
Sabreliner Corp., St. Louis, Mo., is being awarded a
$15,000,000 firm fixed price/indefinite quantity with cost
reimbursable and labor-hour features contract for the repair and
field change-out of T701 gas generator turbine rotor assemblies
(minimum quantity 450, maximum quantity 800).
Work will be
performed in Neosho, Mo., and is expected to be completed by July
31, 1998.
Contract funds will expire at the end of the current
fiscal year.
There were three bids solicited on Oct. 1, 1996,
and two bids were received.
The contracting activity is the U.S.
Army Aviation & Troop Command, St. Louis, Mo. (DAAJ09-97-D-0057).
AIR FORCE
Lockheed Martin Corporation, Littleton, Colo., is being
awarded a $60,000,000 firm fixed price contract to provide for
the Pre-Engineering and Manufacturing Development phase of the
Evolved Expendable Launch Vehicle (EELV) program.
The EELV will
significantly reduce the government cost of space launch and
enhance the nation's ability to compete in the future
international commercial launch market.
During the next 17
months, the contractors will continue to mature system designs,
refine cost estimates, and verify produciblity, manufacturing,
and affordability improvements.
at the conclusion of Pre-EMD,
the air Force will select a single contractor for the Engineering
and Manufacturing Development (EMD) phase with an estimated
contract value of $1.6 billion.
The location of performance for
the Lockheed Martin contract are Lockheed Martin, Littleton,
Colo. (58%), AJT and Associates, Inc., Cape Canaveral, Fla.
(17%), Pratt & Whitney Government Engines and space Propulsion,
Jupiter, Fla. (14%) and various other locations.
Contract is
expected to be completed May 1998.
Contract funds will not
expire at the end of the current fiscal year.
There were 4
proposals received. Solicitation began August 1996; negotiations
were completed November 1996. Space and Missile Systems Center,
Los Angeles AFB, Calif., is the contracting activity (F04701-96/C-
0003).
McDonnell Douglas Corporation, Huntington Beach, Calif., is
being awarded a $60,000,000 firm fixed price contract to provide
for the Pre-Engineering and Manufacturing Development phase of
the Evolved Expendable Launch Vehicle (EELV) program.
EELV will
significantly reduce the government cost of space launch and
enhance the nation's ability to compete in the future
international commercial launch market.
Contract is expected to
be completed May 1998.
Location of performance for McDonnell
Douglas is their facility in Huntington Beach, Calif. (72%),
Rocketdyne, Canoga Park, Calif. (13%) and Raytheon Engineers and
contractors, Englewood, Colo. (15%).
Contract funds will not
expire at the end of the current fiscal year.
There were 4
proposals received.
Solicitation began August 1996; negotiations
were completed November 1996. Space and Missile Systems Center,
Los Angeles AFB, Calif., is the contracting activity (F04701-96/C-
0005).
NAVY
Robison Construction, Incorporated, Sumner, Wash., is being
awarded a $9,442,000 firm-fixed-price contract for construction
of a 405 meter long pile supported concrete pier to berth up to
four of seven ships in a homeported carrier battle group at Naval
Station Everett, Wash.
Work will be performed in Everett, Wash.,
and is expected to be completed by March 1998.
Contract funds
will not expire at the end of the current fiscal year.
This
contract was competitively procured with 173 proposals solicited
and 11 offers received.
The Engineering Field Activity
Northwest, Naval Facilities Engineering Command, Poulsbo, Wash.,
is the contracting activity (N44255-94-C-7362).
Atherton Construction, Incorporated,* Salt Lake City, Utah,
is being awarded an $11,707,713 firm-fixed-price contract for
complete renovation of 152 existing military family housing
units, including landscaping, roadwork, utilities and other site
improvements at the
Saratoga Housing Area at the Naval Air Station Whidbey Island,
Oak Harbor, Wash.
Work will
be performed in Oak Harbor, Wash., and is expected to be
completed by March 1999.
Contract funds will not expire at the
end of the current fiscal year.
This contract was competitively
procured with 138 proposals solicited and one offer received.
The Engineering Field Activity Northwest, Naval Facilities
Engineering Command, Poulsbo, Wash., is the contracting activity
(N44255-96-C-0006).
Grumman Aerospace Corporation, Bethpage, Long Island, N.Y.,
(Northrop/Grumman Corporation), is being awarded a $100,000,000
modification to previously awarded contract N00019-96-C-0049 to
provide additional funds to the advance acquisition contract for
the
FY 1997 production of four Group II E-2C aircraft.
Work will be
performed in Bethpage, N.Y. (39%), St. Augustine, Fla. (25%),
Melbourne, Fla. (35%), and Milledgeville, Ga. (1%), and is
expected to be completed by January 2000.
Contract funds would
not have expired at the end
of the current fiscal year.
This contract was not competitively
procured.
The Naval Air Systems Command, Arlington, Va., is the
contracting activity.
Allied Signal, Incorporated, Ocean Systems, Sylmar, Calif.,
is being awarded an $8,313,552 ceiling-priced delivery order
against a basic ordering agreement for logistics and technical
support for the AQS-18A Sonar Systems for the Arab Republic of
Egypt SH-2G(E) helicopter under the Foreign Military Sales (FMS)
Program.
Work will be performed in Sylmar, Calif., and is
expected to be completed by June 1999.
Contract funds would not
have expired at the end of the current fiscal year.
This
contract was not competitively procured.
The Naval Air Systems
Command, Arlington, Va., is the contracting activity (N00019-97-G-
0008).
Kollsman, Incorporated, Merrimack, N.H., is being awarded an
$11,145,000 modification to previously awarded contract N00019-95-
C-0211 to exercise an option for 15 night targeting systems for
U.S. Marine Corps AH-1W helicopters (12) and for the U.S. Marine
Corps Reserve AH-1W helicopters (3).
Work will be performed in
Nashua, N.H., and is expected to be completed by June 1999.
Contract funds would not have expired at the end of the current
fiscal year.
This contract was competitively procured by with 48
proposals solicited and two offers received.
The Naval Air
Systems Command, Arlington, Va., is the contracting activity.
Technology, Management and Analysis Corporation, Arlington,
Va., is being awarded a $5,964,110 modification to previously
awarded contract N00024-96-C-6409 to exercise an
option providing technical and engineering services for
Integrated Logistics Support and Ship Maintenance Support for
AEGIS Class Ships.
Work will be performed in Arlington, Va., and
is expected to be completed by September 1997.
Contract funds
will not expire at the end
of the current fiscal year.
The Naval Sea Systems Command,
Arlington, Va., is the contracting activity.
EG&G Washington Analytical Services Center, Incorporated,
Rockville, Md., is being awarded a $20,708,657 cost-plus-award-
fee contract for engineering and technical services in support of
the New Attack submarine (NSSN) Program Offices PMS 450 and PMS
401 and
PMS 418.
Work will be performed in Arlington, Va., and is
expected to be completed
by December 1997.
Contract funds will not expire at the end of
the current fiscal year.
This
contract was competitively procured with eight proposals
solicited and three offers received.
The Naval Sea Systems Command, Arlington, Va., is the
contracting activity
(N00024-97-C-6411).
DISA
Tandem Computers Incorporated, Reston, Va., is being awarded
a $5,877,752.16 firm-fixed price commercial item contract on
Dec., 20, 1996, for the lease of Tandem K20000 Himalaya
Computers, maintenance for the equipment, one-time software
license fee and software support.
The contract consists of a one-
year base period with three one-year options.
Tandem was the
only responsive, technically acceptable proposal received.
The
Defense Information Technology Contracting Organization (DITCO)
DWC Computer Technology Procurement Branch, Scott Air Force Base,
Ill., is the contracting office (DCA200-97-C-0038).