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=2443
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. 048-03
February 03, 2003


AIR FORCE

Systems and Electronics Inc., Saint Louis is being awarded a $67,299,804 firm-fixed-price contract to provide for the operational availability portion of the Tunner Reliability Support Plan for the 60K loaders ("Tunner") 38 each. The performance period is February 2003 through March 2005. The loader is a mobile vehicle that is used to load and unload pallets from transport aircraft. This effort involves the supply of parts for the loader to locations where the loader is being used. Systems and electronics will perform this effort at its facility located at McDaniel at Thornburg, West Plains, Mo. Total funds have been obligated. This work will be complete by March 2005. Negotiations were completed in November 2002. The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-99-D-0078-0017).

TRW ICBM Systems, Clearfield, Utah, is being awarded a $13,727,462 cost-plus award-fee contract modification to provide for one NS-50 simulated flight test station for the MinuteMan III Weapons System. TRW ICBM Systems will perform this effort at the Boeing Co., Electronic System and Missile Defense Anaheim, Calif. At this time, $12,601,560 of the funds have been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by March 2005. Negotiations were completed in January 2003. The Headquarters Ogden Air Logistics Center, is the contracting activity (F42610-98-C-0001).

Texstars Inc., Grand Prairie, Texas, is being awarded a $7,815,000 firm-fixed-price supply-requirements contract modification to provide for three line items of canopy transparencies applicable to the F-15 aircraft. This effort supports foreign military sales to Israel and Saudi Arabia. At this time, no funds have been obligated. The solicitation began in April 2002 and negotiations were completed in December 2002. The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-D-0026).

TRW ICBM Systems, Clearfield, Utah, is being awarded a $5,980,048 cost-plus award-fee contract modification. This is the environmental control system phase I modification for the ICBM. The environmental control system program replaces the existing system with a system that will be reliable and supportable through 2020. In general the parts and units being replaced deal with the air conditioning, heating and ventilation of the launch facilities and missile alert facilities, phase I will deliver the system trade study reports, system design and development phase I package and the system design and development phase II proposal. TRW ICBM will perform this effort at TRW Space and Missile Systems East, Clearfield, Utah (58.7 percent); Engineered Air Systems, Inc., St Louis (29.3 percent). At this time, $5,496,340 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by February 2004. The solicitation began in March 2002 and negotiations were completed in December 2002. The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

Llamas Plastics Inc., Sylmar, Calif., is being awarded a $5,750,000 contract modification to provide for three line items of canopy transparencies applicable to the F-15 aircraft. This effort supports foreign military sales to Israel and Saudi Arabia. At this time, no funds have been obligated. The solicitation began in April 2002 and negotiations were completed in December 2002. The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-D-0028).

Pilkington Aerospace Inc., Garden Grove, Calif., is being awarded a $5,299,000 firm-fixed-price supply-requirements contract modification to provide for two line items of canopy transparencies applicable to the F-15 aircraft. This effort supports foreign military sales to Israel and Saudi Arabia. At this time, no funds have been obligated. The solicitation began in April 2002 and negotiations were completed in December 2002. The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-D-0027).

NAVY

McDonnell Douglas Corp., St. Louis is being awarded a letter contract with a not-to-exceed value of $21,430,000 to provide the initial low-rate initial production activities to protect the delivery schedule for advanced mission computers and displays that will be integrated into the F/A-18 E/F Lot 27 aircraft. Work will be performed in Albuquerque, N.M. (41 percent); St. Louis (36 percent); and Minneapolis (23 percent), and will be completed in July 2003. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-03-C-0020).

Raytheon Systems Co., St. Petersburg, Fla., is being awarded a $12,411,114 to exercise a cost-plus-award-fee option under previously awarded contract (N00024-99-C-5110) for cooperative engagement capability (CEC) design agent support. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. The work will be performed in St. Petersburg and is to be completed by September 2003. Contract funds in the amount $5,585,001 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

NLX Corp.*, Sterling, Va., is being awarded a $6,886,953 modification to a previously awarded fixed-price-incentive fee, firm-fixed-price contract (N61339-99-C-0084) to exercise an option for the procurement one E-2C Hawkeye 2000 weapon system trainer. Work will be performed in Sterling, Va., and is to be completed in June 2005. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Training Systems Division, Orlando, Fla., is the contracting activity.

ARMY

IAP Worldwide Services, Irmo, S.C., was awarded a $12,031,684 firm-fixed-price contract for a regional heavy lift for 305 trucks and buses on Jan. 26, 2003. Work will be performed in Kuwait, and is to be completed by March 27, 2003. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on Jan. 12, 2003, and four bids were received. The U.S. Army Central Command, Kuwait, is the contracting activity (DABM06-03-C-0004).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a delivery order amount of $8,220,459 as part of a $13,400,859 firm-fixed-price contract for 1,261 quill shaft assemblies for the UH-60 Airframe on Jan. 27, 2003. Work will be performed in Stratford and is to be completed by April 27, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole-source contract initiated on Nov. 12, 2002. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-D-0120).

Setty and Associates Ltd., Fairfax, Va., was awarded a delivery order amount of $214,971 as part of a $20,000,000 firm-fixed-price contract for A-E services for the Range and Training Land program on Jan. 24, 2003. The performance location will be determined with each task order, and is to be completed by Jan. 13, 2008. Contract funds will not expire at the end of the current fiscal year. There were six bids solicited on July 19, 2002, and six bids were received. The U.S. Army Engineering and Support Center, Huntsville, Ala., is the contracting activity (DACA87-03-D-0012).

Thales-Raytheon Systems Co., El Segundo, Calif., was awarded a $1,300,000 increment as part of an $115,819,402 cost-plus-incentive-fee contract for restructure and cost growth for the AN/TPQ-47 Phoenix Battlefield Sensor system on Jan. 28, 2003. Work will be performed in El Segundo, Calif. (51 percent) and Forest, Miss. (49 percent), and is to be completed by March 31, 2005. Contract funds will not expire at the end of the current fiscal year. There were three bids solicited on Nov. 24, 1997, and three bids were received. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-98-C-S018).

Optex Systems Inc., Richardson, Texas, was awarded a delivery order amount of $840,543 as part of a $12,722,024 firm-fixed-price contract for periscopes on Jan. 29, 2003. Work will be performed in Richardson and is to be completed by Dec. 31, 2007. 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 June 28, 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-0052).

DEFENSE LOGISTICS AGENCY

Crown Clothing Co.*, Vineland, N.J., was awarded a $7,704,738 firm-fixed-price with indefinite-quantity-delivery type of contract for 2,312 and AG489 men's coat for the U.S. Army and the U.S. Marine Corps. This contract is exercising its third-year option. The performance completion date is March 21, 2003. Contract funds will expire at the end of the current fiscal year. There were 20 proposals solicited and six responded. The contracting activity is the Defense Supply Center Philadelphia (SP0100-00-D-0317).

*Small Business