US DOD: Contracts

Smiths Aerospace Inc., Electronic Systems Grand Rapids, Grand Rapids, Mich., is being awarded an estimated value $16,747,286 indefinite-delivery/indefinite-quantity contract for the procurement of up to 20 Crash Survivable Flight Information Recorders (CSFIRs) and 360 Crash Survivable Memory Units (...

Celý popis

Uloženo v:
Podrobná bibliografie
Vydáno v:M2 Presswire s. 1
Médium: Newsletter
Jazyk:angličtina
Vydáno: Coventry Normans Media Ltd 13.02.2003
Témata:
GPS
OEM
R&D
On-line přístup:Získat plný text
Tagy: Přidat tag
Žádné tagy, Buďte první, kdo vytvoří štítek k tomuto záznamu!
Abstract Smiths Aerospace Inc., Electronic Systems Grand Rapids, Grand Rapids, Mich., is being awarded an estimated value $16,747,286 indefinite-delivery/indefinite-quantity contract for the procurement of up to 20 Crash Survivable Flight Information Recorders (CSFIRs) and 360 Crash Survivable Memory Units (CSMU), and for the repair of up to 10 CSFIRs and CSMUs. In addition, the contract provides for product/engineering support for platforms utilizing CSFIR and CSMU hardware, including the C-2A, C-130T, UP/VP-3A, F/A-18C/D, MV-22B, and CV-22 aircraft. Work will be performed in Grand Rapids, Mich., and is expected to be completed in December 2006. 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 (N00019-04-D- 0005). T. B. Penick & Sons Inc., San Diego, Calif., is being awarded $6,937,265 for firm-fixed-price Delivery Order 0001 under an indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-02-D-8067) for design and construction of an operational trainer facility at Naval Air Station, Lemoore. Work will be performed in Lemoore, Calif., and is expected to be completed by April 2005. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with 20 offers received and award made on July 12, 2002._ _ The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years) bringing the cumulative total for all six contracts to $900,000,000. The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity. Pioneer Contracting Co., Ltd.*, Wahiawa, Hawaii, is being awarded $5,283,000 for firm-fixed price Task Order #0001 under an indefinite- delivery/indefinite-quantity multiple award construction contract for explosive safety improvements at Naval Magazine, West Loch, Pearl Harbor. Work will be performed in West Loch, Pearl Harbor, Hawaii, and is expected to be completed by January 2005. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e- solicitation website with 17 offers received and award made on July 30, 2002._ _ The total contract amount is not to exceed $60,000,000, which includes the base period and four option years. The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command, Pacific Division, Pearl Harbor, Hawaii, is the contracting activity (N62742-01-D-1345).
AbstractList RBC Inc., Alexandria, Va., is being awarded a $14,299,613 modification to a previously awarded indefinite-delivery/indefinite- quantity, time-and-materials contract (N00421-00-D-0248) to exercise an option for contractor support services, including technical, engineering, management and financial support services for acquisition and production of the P-3 aircraft for domestic and foreign military sales requirements. Work will be performed in Patuxent River, Md., and is expected to be completed in December 2004. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($12,497,863; 87.4 percent) and the governments of Japan ($428,988; 3 percent), Korea ($428,988; 3 percent), Netherlands ($428,988; 3 percent), Thailand ($228,794; 1.6 percent), Australia ($142,996; 1 percent) and Norway ($142,996; 1 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Aircraft Division, Patuxent River, Md., is the contracting activity.
ACS Defense, Inc. (a small business), Burlington, Ma., Artel, Inc., Reston, Va., Computer Sciences Corporation, Falls Church, Va., Electronics Data Systems Corporation, Herndon, Va., Northrop Grumman, Inc. (formerly Logicon), Reston, Va., Pragmatics, McLean, Va., Science Applications International Corporation, San Diego, Calif., Systems Research and Applications Corporation, Fairfax, Va., TASC, Inc., Reading, Ma., Veridian Information Solutions, Inc., Los Angeles, Calif., and DigitalNet Corporation (formerly Wang and Getronics), McLean, Va. are being awarded indefinite delivery/ indefinite quantity contract modifications for the Defense Information Systems Agency. These full and open competitive acquisition contracts would allow for the issuance of firm fixed price, time-and-materials and cost reimbursement Information Assurance tasks orders. A minimum guarantee of $550,000 is being obligated at award per vendor. The maximum amount that can be obligated for all eleven contracts during the performance period for option year one modifications from July 27, 2003 through July 26, 2004 is $1,500,000,000. The Defense Information Technology Contracting Organization (DITCO), Scott AFB, IL is the contracting activity. DCA200-00-D-5011, DCA200-00-D-5012, DCA200-00-D-5013, DCA200-00-D-5014, DCA200-00-D-5015, DCA200-00-D-5016, DCA200-00-D- 5017, DCA200-00-D-5018, DCA200-00-D-5019, DCA200-00-D-5020, DCA200- 00-D-5021
Environmental Quality Management, Cincinnati, Ohio, is being awarded a $750,000,000 indefinite-delivery/indefinite-quantity contract under a shared indefinite-delivery/indefinite-quantity contract program ceiling of $750,000,000 to provide an implementation work plan for typhoon recovery, emergency generator installation, electrical distribution line burial and munitions storage area igloo door replacement/repairs for Anderson Air Force Base, Guam. Further funds will be obligated as individual delivery orders are awarded. Delivery orders will be awarded pursuant to criteria established in the contracts. The Air Force can issue delivery orders totaling up to the maximum indicated above, though actual requirements may necessitate less than this amount. The contractor will perform this effort at Anderson Air Force Base, Guam. At this time, $15,377,953 of the funds has been obligated. This work will be completed December 2004. Solicitations began and negotiations were completed June 2003. The 311th Human Systems Wing, Brooks-City Base, Texas, is the contracting activity (41624-01-D- 8554-0007). Northrop Grumman Space Technology, Redondo Beach, Calif., is being awarded a $12,000,000 modification to contract DASG60-96-C- 0155) for 22,800 direct productive person hours (DPPH) for Mobile Tactical High Energy Laser (MTHEL) and testbed operations and 35,500 DPPHs for MTHEL concept and technology development. Work will be performed in Redondo Beach, Calif. (48%); White Sands Missile Range, N.M. (36%); and other multiple subcontractors all over the United States (16%), and is expected to be completed by Nov. 28, 2003. Contract funds will not expire at the end of the current fiscal year. There was one bid solicited on March 3, 2003, and one bid was received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity. Speegle Construction Inc., Niceville, Fla., is being awarded an $ 8,240,000 firm-fixed- price contract for constructing, installing and landscaping a 144- room dormitory. Work will be performed in Hurlburt Field, Fla., and is expected to be completed by July 8, 2004. Contract funds will not expire at the end of the fiscal year. There were 474 bids solicited on Feb. 18, 2003, and nine bids were received. The U.S. Army Engineer District, Mobile, Ala., is the contracting activity (DACA01- 03-C0010). M.A. Mortenson Co., Minneapolis, Minn., is being awarded $11,872,000 for firm-fixed-price Task Order 0005 under an indefinite- delivery/indefinite-quantity multiple award construction contract for repairs to Bachelor Enlisted Quarters, Building 488, at the Naval Submarine Base, New London, Conn. Work will be performed in Groton, Conn., and is expected to be completed by November 2005. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e- solicitation Web site with 23 offers received and award made on Sept. 18, 2002. The total contract amount is not to exceed $250,000,000. 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 Engineering Field Activity Northeast, Naval Facilities Engineering Command, Lester, Pa., is the contracting activity (N62472-02-D- 0802).
Parsons Infrastructure & Technology Group, Inc., Pasadena, Calif., is being awarded a maximum amount of $10,000,000 with a guaranteed minimum of $25,000 (base period), indefinite-delivery/ indefinite-quantity contract for range sustainability services for military training range complexes and assets at various locations. The total contract amount is not to exceed $100,000,000 (base period and nine option years). The majority of work will be performed at Navy training range complexes within the Atlantic Fleet area of responsibility including, but not limited to, Naval and Marine Corps installations/operating areas on the east coast, Atlantic Ocean, Puerto Rico, Guantanamo Bay, Caribbean areas, and Meridian Range Complexes. In addition, some work may involve range complexes controlled by other Navy Claimants such as Naval Air Systems Command and Naval Sea Systems Command, and other Department of Defense services. Term of the contract is not to exceed ten years with an expected completion date of September 2004. Contract funds will expire at the end of the current fiscal. This contract was competitively procured via the NAVFAC e-solicitation website, with seven offers received. The Naval Facilities Engineering Command, Atlantic Division, Norfolk, Va. is the contracting activity (N62470- 02-D-3054). Dell Marketing L.P., Round Rock, Texas, was awarded on Sept. 12, 2003, a delivery order amount of $10,000 as part of a $500,000,000 firm-fixed-price contract for information technology enterprise solutions, functional area, and enterprise hardware solutions. Work will be performed at various locations worldwide, and is expected to be completed by Sept. 30, 2010. 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 2, 2003, and six bids were received. The U.S. Army Contracting Agency, Alexandria, Va., is the contracting activity (DABL01-03-D-1008). Hewlett Packard Corp., Greenbelt, Md., was awarded on Sept. 12, 2003, a delivery order amount of $10,000 as part of a $500,000,000 firm-fixed-price contract for information technology enterprise solutions, functional area, and enterprise hardware solutions. Work will be performed at various locations worldwide, and is expected to be completed by Sept. 30, 2010. 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 2, 2003, and six bids were received. The U.S. Army Contracting Agency, Alexandria, Va., is the contracting activity (DABL01-03-D-1009).
Raytheon Co., Tucson, Ariz., is being awarded a $88,000,000 cost plus award fee contract to provide for system development and demonstration of the Miniature Air Launched Decoy, a low cost, expendable, air launched vehicle that can present the radar signature and operational flight profile characteristics of a fighter/bomber/attack aircraft with sufficient fidelity to stimulate, deceive, and decoy threat Integrated Air Defense System. At this time, $3,600,000 has been obligated. This work will be complete June 2008. Solicitations began January 2003 and negotiations were completed April 2003. The Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08635-03- C-0002). Intevac Inc., Santa Clara, Calif., is being awarded a $22,513,688 cost reimbursable, cost plus fixed fee contract to provide the necessary materials, including any hardware, facilities, supplies, travel, labor, and services to perform systems for Airborne Laser sensing and analysis research in accordance with the contractor's statement of work dated April 2003 for the Air Force Research Laboratory, Phillips Research Site, Directed Energy Directorate, Kirtland Air Force Base, N.M. At this time, $1,000,000 has been obligated. This work will be complete May 2007. Solicitations began February 2003 and negotiations were completed May 2003. The Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity (29601-03-C-0140).
Hitt Contracting Inc., North Charleston, S.C., is being awarded a $6,323,225 firm-fixed-price contract for the construction of three aircraft maintenance units (AMUs) at Shaw Air Force Base, Sumter, S.C. The proposed AMUs will consist of three identical buildings, each containing 12,000 square feet of gross area for a total of 36,000 square feet of new construction. The project also includes the demolition/relocation of approximately 41,000 square feet of existing aircraft maintenance facilities. Work will be performed in Sumter, S.C., and is expected to be completed by June 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation Web site, with 13 offers received. Southern Division, Naval Facilities Engineering Command, Charleston, S.C., is the contracting activity (N62467-02-C-0503).
Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $15,300,000 firm-fixed-price contract for five ship self defense systems (SSDS) MK 2 systems. The five systems will consist of two tactical systems (LHD-8 and CVN-77) and three land- based systems. The SSDS is designed to provide a rapid-reaction anti- air defense capability against high-speed, low-flying anti-ship missiles, now in the inventories of many potentially hostile nations. The SSDS is intended to integrate and coordinate all existing sensors and weapons aboard ship and makes it possible to automate the detect and engage sequence through identification and engagement doctrine statements. The system will eventually be installed aboard most classes of non-Aegis ships. Work will be performed in San Diego, Calif. (55%), and Portsmouth, R. I. (45%), and is expected to be completed in February 2005. 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 (N00024-03-C-5127). Rogers-Quinn (RQ) Construction Inc., Bonsall, Calif., is being awarded firm-fixed-price Task Order 0002 at $6,944,000 under an indefinite-delivery/indefinite-quantity multiple award construction contract for the iron/manganese plant, treated water transmission line and reservoir at the Marine Corps Base, Camp Pendleton. The work to be performed provides for design, engineering and construction of treated water transmission pipe, a new treatment plant and a new reservoir, including site work, utilities and roadways associated with the treatment plant and reservoir sites, valves, instrumentation and controls. The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years), bringing the cumulative total for all six contracts to $900,000,000. Work will be performed in Oceanside, Calif., and is expected to be completed by April 2005. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation Web site, with 20 offers received and award made on July 12, 2002. The multiple contractors (six 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, Southwest Division, San Diego, Calif., is the contracting activity (N68711-02-D-8062). Lockheed Martin, Naval Electronics & Surveillance Systems, Undersea Systems, Perry Technologies, Riviera Beach, Fla., is being awarded a $6,750,000 cost-plus-incentive-fee, cost-plus-award-fee, cost-plus-fixed-fee contract for the mission re-configurable unmanned undersea vehicle (MRUUV). The 21-inch diameter MRUUV is intended as a submarine (SSN688 and Virginia Class) operated system capable of meeting the Navy's requirements for clandestine intelligence, surveillance and reconnaissance/limited ocean survey. Work will be performed in Riviera Beach Fla. (68%); Groton, Conn. (11%); Akron, Ohio (6%); Sherman Oaks, Calif. (6%); State College, Penn. (5%); Worthington, Ohio (2%); and Manassas, Va. (2%), and is expected to be completed by August 2005. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the Internet, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-03-C-6308).
Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Aug. 15, 2003, a delivery order amount of $49,900,000 as part of a $85,700,000 cost-plus-fixed-fee contract for engineering service in support of the H-60 helicopter. Work will be performed in Stratford, Conn., and is expected to be completed by Sept. 30, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 12, 2000. The U. S. Army Aviation and Missile Command, Huntsville, Ala., is the contracting activity (DAAH23-00-D-0148). General Electric Aircraft Engine, Lynn, Mass., was awarded on Aug. 22, 2003, a delivery order amount of $21,890,854 as part of a $48,991,904 firm-fixed-price contract for 50 power turbine and cold section modules. Work will be performed in Lynn, Mass., 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 on Aug. 22, 2002. The U. S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-99-D-0032). The Purdy Corp., Manchester, Conn., was awarded on Aug. 21, 2003, a delivery order amount $5,310,000 as part of a $21,240,000 firm- fixed-price contract for 25 main transmissions applicable to the AH- 64 aircraft. Work will be performed in Manchester, Conn., and is expected to be completed by Sept. 30, 2006. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on May 19, 2003, and three bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-D-0375).
Veridian Engineering Inc., Buffalo, N.Y., is being awarded a $20,000,000 indefinite delivery, indefinite quantity, cost-plus- fixed-fee contract to provide to provide for the Data Integration and Visualization for Automatic Recognition System (DIVAS) Program. The DIVAS program shall develop a unified knowledge based collaborative integrated environment with the capability to be used from remote cities to accelerate the development and transition of ATR and Sensor Fusion technologies across all of the Department of Defense. The Air Force can issue delivery orders totaling up to the maximum amount indicated, though actual requirements may necessitate less than the amount above. Locations of performance are Veridian Engineering, Dayton, Ohio and at Veridian Engineering Inc., Buffalo, N.Y. At this time, $4,937,127 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be completed by March 2010. Solicitation began August in 2002 and negotiations were completed in March 2003. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33615-03-D-1405). Barron Associates Inc.*, Charlottesville, Va., is being awarded a not-to-exceed $25,000,000 indefinite-delivery and indefinite- quantity contract for a Phase III Small Business Innovative Research (SBIR) Program under Topic N99-180 entitled "Design Assistant and Software Tools for System Identification and Adaptive Fault- Tolerant Control." The contractor will provide services and materials for engineering tasks including research and development; prototype development and fabrication; demonstration/validation; product development services; product application studies and modeling; fabrication/production of hardware; software design, development, and fabrication; retrofitting developed products into existing air and sea-based platforms and in-service engineering pertaining to adaptive fault-tolerant control systems technology. Work will be performed in Charlottesville, Va., and is expected to be completed in April 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using SBIR Program Solicitation under Topic N99-180 and 15 offers were received. The Naval Air Systems Command, Lakehurst, N.J. is the contracting activity (N68335-03-D-0097). Roy Anderson Corp., Gulfport, Miss., is being awarded $5,075,000 for firm-fixed price Task Order 0004 under an indefinite-delivery/ indefinite-quantity, design-build multiple award construction contract for the design and construction of an Army Reserve Warehouse (Phase II), at Naval Construction Battalion Center, Gulfport. The controlled humidity warehouse will be approximately 120,000 square feet. Work will be performed in Gulfport, Miss., and is expected to be completed by August 2004. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 64 proposals solicited, 16 offers received and award made on Sept. 27, 2001. The total contract amount is not to exceed $200,000,000, which includes the base period and four option years. The multiple contractors (four in number) may compete for task orders under the terms and conditions if the existing contract. Two offers were received for this task order. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C. is the contracting activity (N62467-01-D-0426).
McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., Long Beach, Calif., is being awarded a $9,074,306 contract modification to provide for award fees earned during fixed-price period 3 (Oct. 1, 2003, through March 31, 2003), award fees earned during cost-plus-award-fee period 5 (Oct. 1, 2003, through March 31, 2003) and carry-forwards from fiscal year 2001 and fiscal year 2002 for C-17 flexible sustainment. Locations of performance were McDonnell Douglas Corp., Long Beach, Calif., (43%), and Pratt and Whitney, Cheshire, Conn., (32%). Total funds have been obligated. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-2002, P00119). Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $1,932,012,688 cost-plus-fixed-fee contract for the system development and demonstration (SDD) of the E-2 Advanced Hawkeye (AHE). The SDD phase will consist of modifying two E-2 Hawkeye 2000 aircraft to the E-2 AHE configuration. The contractor will design, develop, fabricate, assemble, integrate, furnish, manage, test, evaluate and support the software, hardware and engineering associated with the SDD phase. Work will be performed in Bethpage, N.Y. (55.39%); at various locations across the United States (20.75%); Syracuse, N.Y. (13.91%); Baltimore, Md. (4.98%); Menlo Park, Calif. (3.22%); and El Segundo, Calif. (1.75%), and is expected to be completed in December 2012. Contract funds will not expire at the end of the current fiscal year.
Clark Design/Build LLC, Tampa, Fla.; Harry Pepper & Associates Inc.*, Jacksonville, Fla.; Sauer Inc., doing business as Sauer Southeast, Jacksonville, Fla.; and The Haskell Co., Jacksonville, Fla., was awarded on Sept. 18, 2003, a firm-fixed-price, indefinite- delivery/indefinite-quantity, design-build multiple award construction contract for general building projects (new construction and renovation). The total contract amount is not to exceed $200,000,000 (base period and four one-year options). Clark Design/Build LLC is being awarded the initial task order in the amount of $4,185,000 (including the minimum guarantee) for repairs to Building 289, Naval Air Station Key West. Work for this task order is expected to be completed by November 2004. The remaining three contractors are being awarded the minimum guarantee of $50,000. Work will be performed at various Navy and Marine Corps installations in the Key West area of responsibility (AOR) which includes, but is not limited to, Naval Air Station Key West and AOR north up to and including West Palm Beach on the East Coast and Ft. Meyers on the West Coast of Florida, which includes Cudjoe Key, Krome Detention Facility, Miami, and Naval Surface Warfare Center West Palm Beach. The term of the contract is not to exceed five years, with an expected completion date of September 2004 (September 2008 with options). Contract funds will expire at the end of the current fiscal year. The project was issued as an unrestricted, full and open competition, two-phase design-build request for proposals. This contract was competitively procured with 28 firms submitting Phase I proposals. Nine offerors were selected to participate in the Phase II offering. Seven contractors submitted proposals. The Naval Facilities Engineering Command, Southern Division, North Charleston, S.C., is the contracting activity (N62467-03-D-0088/0089/0090/ 0091).
BBNT Solutions LLC, Cambridge, Mass., is being awarded a $7,763,343 cost plus fixed fee contract to develop the capability to update models of assets and procedures that form the primitive elements of plan. This will then allow a supervisor to quickly and accurately install new models into the overall Joint Air/Ground operations: unified, adaptive replanning software system. This effort includes developing and understanding of the air operations domain, software model requirements of other component developers, design and implementation of appropriated software to enable model adaptation, cooperation with the System Design and Integration developer, and participation in experimentation and Department of Defense and United States Air Force sponsored exercises. Location of performance are: BBNT Solutions LLC, Cambridge Mass.; BBNT Solutions LLC, Rosslyn Va.; BBNT Solutions LLC, San Diego Calif.; BBNT Solutions LLC, Columbia Md. At this time, $75,000 of the funds has been obligated. This work will be complete April 2008.
Harper Construction Co., San Diego, Calif., is being awarded $5,797,265 for Task Order 0003 under a firm-fixed-price, indefinite- delivery/indefinite-quantity multiple award construction contract for renovation of existing bachelor enlisted quarters Buildings 328 and 329 at Naval Amphibious Base Coronado. Work will be performed in San Diego, Calif., and is expected to be completed by June 2005. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e- solicitation web site with 11 offers received and award made on March 29, 2002. The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years) bringing the cumulative total for all four contracts to $600,000,000. The multiple contractors (four 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, Southwest Division, South Bay Area Focus Team, San Diego, Calif., is the contracting activity (N68711-02-D-8014). Science Applications International Corp., San Diego, Calif., is being awarded a $15,416,067 cost-plus-fixed-fee contract for the procurement of professional engineering and technical support, including fleet support; flight test research, development, test and evaluation (RDT&E) projects; manned flight simulator high-fidelity aircraft cockpit programs and simulation systems; the digital flight control system; air vehicle flying qualities; physics-based modeling of aircraft and unmanned aerial vehicles; ship simulations; network- centric warfare; deployed virtual training environment; technical training; quality assurance; configuration management; process improvement; and program management. These professional engineering and technical services will ensure effective and efficient continuity of RDT&E and fleet support, which has been significant for NAVAIR mission accomplishment and has augmented its capability to support the fleet. Work will be performed in Patuxent River, Md., and is expected to be completed in December 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVAIR e-solicitation Web site, with one offer received. The Naval Air Systems Command, Aircraft Division, Patuxent River, Md., is the contracting activity (N00421- 04-C-0013).
Patel Construction Company, Inc.* Peabody, Mass., Diversified Technology Consultants, Inc.*, North Haven, Conn.; The Haskell Company, Jacksonville, Fla.; MCC Construction Corporation, Greenwood Village, Colo., and Zachau Construction*, Freeport, Maine, are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract. The total contract amount is not to exceed $30,000,000 (base period and five option years). Patel Construction Company, Inc., is being awarded the initial task order in the amount of $345,775 (including the minimum guarantee) for construction of a Dog Kennel at Naval Station, Brunswick. Work for this task order is expected to be completed by June 2004. The remaining four contractors are being awarded the minimum guarantee of $5,000. Work will be performed at various activities under the Engineering Field Activity Northeast, Naval Facilities Engineering Command area of responsibility including, but not limited to, the states of Maine (75%); New Hampshire (15%); and Vermont (10%). The term of the contract is not to exceed five years, with an expected completion date of September 2004 (September 2008 for option years). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e- solicitation website, with 17 offers received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Engineering Field Activity Northeast, Naval Facilities Engineering Command, Lester, Pa., is the contracting activity (N62472-03-D-0041/0042/0043/0044/0045). Harry Pepper & Associates, Inc., Jacksonville, Fla., is being awarded $6,887,000 for firm-fixed price Task Order 0006 under an indefinite-delivery/indefinite-quantity multiple award construction contract for repairs/alterations to Visiting Quarter 438 at Naval Air Station, Key West. This task order contains one option, which if exercised, will bring the total cumulative value of this contract to a not to exceed amount of $12,680,000. Work will be performed in Jacksonville, Fla., and is expected to be completed by May 2005. 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 (four-year performance period). 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 (N62467-95-D-0680). Northrop Grumman Information Technology Inc., Reston, Va., is being awarded a $49,000,000 indefinite quantity/indefinite delivery contract to provide system engineering and technical support to the Air Force mission for accomplishing system and software engineering, systems analysis, and integration management for the Department of Defense Intelligence Information System and the U.S. Intelligence Community worldwide. Areas include intelligence, architecture development and implementation, intelligence information and communications technology analyses, Command and Control Communications, Computers, Intelligence, Surveillance, Reconnaissance for the war fighters, design, development, integration, integration management, system maintenance and training support. This work includes studies and analysis, systems support, analytical support, system design, engineering,engineering management, system tradeoff analysis, maintenance and database support, software development, demonstrations, coding, specification development, user familiarization and documentation. Personnel will also evolve, update, develop and integrate hardware/software, system simulations, web design, and network development for classified and unclassified systems located worldwide, with the emphasis on United States Force Korea. At this time, $242,761 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by September 2009. Solicitation began June 2003 and Negotiations were completed September 2003. The Air Force Research Laboratory, Rome, N.Y., is the contracting activity (F30602-03-D-0026).
Lockheed Martin Corp., Lockheed Martin Missiles and Space, Sunnyvale, Calif., is being awarded a $9,988,000 cost-plus-award- fee, cost-plus-fixed-fee, firm-fixed contract modification to provide for an in-scope change to redesign the host accessory logic application specific integrated circuit (ASIC) for the advanced extremely high frequency (AEHF) program in response to a specification upgrade for the KI-54 cryptographic device. This effort will ensure secure communication capability by providing an improvement to the host accessory ASIC within the AEHF digital processing subsystem. The AEHF satellite communications system provides secure, survivable communications to U.S. warfighters during all levels of conflict and is the protected backbone of DoD's military satellite communications architecture. This work will be complete January 2004. The Space and Missiles Systems Center, Los Angeles, Calif., is the contracting activity (F04701-02-C-0002, P00034).
Sodexho, Inc., Gaithersburg, Md., is being awarded a $68,000,000 modification to previously awarded fixed-price-incentive contract (M00027-02-C-0002) to provide food services to the Marine Corps and manage and operate their mess halls in the western region of the United States. Work will be performed in Oceanside, Calif. (45%); Miramar, Calif. (10%); Twentynine Palms, Calif. (15%); San Diego, Calif. (20%); Bridgeport, Calif. (5%); and Yuma, Ariz. (5%), and is expected to be completed by September 2010. Contract funds will expire at the end of the current fiscal year. The Headquarters, United States Marine Corps, Washington, D.C., is the contracting activity. Raytheon Missile Systems Co., doing business as Raytheon Systems Co., Tucson, Ariz., is being awarded a $38,000,000 ceiling-priced modification to exercise an option to a previously awarded firm- fixed-price, indefinite/quantity contract (N00019-00-D-0275) for depot support, maintenance, operational test launch support and related spare parts and components for the Tomahawk missile. Work will be performed in Tucson, Ariz. (70%) and Camden, Ark. (30%); and is expected to be completed in April 2005. Contract funds will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
ARINC Engineering Services LLC, San Diego, Calif., is being awarded a $18,075,490 indefinite-delivery/indefinite-quantity-type contract with cost-plus-fixed-fee pricing for systems engineering and management services, software and hardware engineering and installation support, systems testing and logistics support for design enhancements and upgrades to ultra high frequency military satellite communications systems. This contract is one of two contracts awarded; both awardees will compete for task orders during the ordering period. This 3-year contract includes two 1-year options which if exercised, would bring the cumulative value of this contract to $25,489,447. Work will be performed in San Diego, Calif., and is expected to be completed by June 2006. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the SPAWAR e-commerce Web site, with two offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-03-D-0036).
United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $12,256,898 contract to provide for turbine nozzle segment, quantity: 6,826 each, applicable to the F-15 and F-16 aircraft. No funds have been obligated. This work will be complete February 2004. Solicitations began April 2003 and negotiations were complete July 2003. The Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F34601-01-G-0006-0632). General Atomics, San Diego, Calif., is being awarded an estimated $11,249,611 cost-plus-fixed-fee contract with for the modeling and simulation of a proposed advanced arresting gear (AAG), which will replace the arresting system currently in use with a new system that will provide the ability to recover current and projected carrier- based tailhook-equipped air vehicles well into the 21st Century. The new AAG system will be backfit on existing CVN 68 class aircraft carriers and forward fit on CVN 21 class aircraft carriers. Work will be performed in San Diego, Calif. (55%); Alexandria, Va. (13%); Cheswick, Pa. (13%); Waltham, Mass. (11%); and Aston, Pa. (8%) and is expected to be completed in October 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under a request for proposals, with 14 proposals solicited and two offers received. Healy Tibbitts Builders, Inc. Aiea, Hawaii, is being awarded a $9,765,825 firm-fixed price contract to recapitalize Bravo Wharf at Naval Base, Pearl Harbor. The work to be performed provides for a partial demolition of Bravo Wharf, new reinforced concrete wharf on concrete pile and drilled shaft foundation, fender system, and marine hardware. Electrical utility system includes replacement of demolished shore power, industrial power, new power mound, telephone, local area network, area and security lighting, and fire alarm system. Mechanical utility systems include compressed air, steam, potable water salt water, de-mineralized water, condensate return, and sewer and oily waste. Civil site improvement include new concrete approach slab, concrete pavement, asphalt concrete pavement, chain link fencing, and relocation of existing mechanical utilities from the wharf to landside. Work will be performed in Oahu, Hawaii, and is expected to be completed by November 2004.
Choctaw Management Services Enterprise, Durant, Okla., is being awarded a $12,873,918 indefinite-delivery/indefinite-quantity contract to provide for clinical social workers, U.S. licensed registered nurses and family advocacy program staff personnel (57 total employees) to implement the family advocacy program at U.S. Air Force medical treatment facilities at 20 sites located in the eastern continental United States. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. The location of performance is Choctaw Management Services Enterprise, San Antonio, Texas. At this time, $10,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by March 2009. Solicitation began May 2003, and negotiations were completed July 2003. The 311th Human Systems Wing, Brooks Air Force Base, Texas, is the contracting activity (F41622-03-D-0005). Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $61,000,000 ceiling-priced modification to a previously awarded cost-plus-incentive-fee contract (N00019-96-C-0054) for the conversion of an existing low-rate initial production MV-22 aircraft into a CV-22 additional test aircraft to provide additional flight test capability. Work will be performed in Amarillo, Texas (50%), and Ridley Park, Pa. (50%), and is expected to be completed in November 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $7,040,000 modification to a previously awarded firm-fixed-priced contract (N00019-03-C-0011) for the refurbishment and replacement of tooling for the MH-60R multi-mission helicopter in support of future aircraft production. Work will be performed in Stratford, Conn., and is expected to be completed in 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.
AM General Corp., South Bend, Ind., was awarded on Nov. 13, 2003, a $60,161,119 modification to a firm-fixed-price contract for procurement of M1113, M1025A2 and M1097A2 High Mobility Multipurpose Wheeled Vehicles. Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 17, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001). General Electric Aircraft Engine, General Electric Co., Lynn, Mass., is being awarded a $45,216,938 modification to a previously awarded firm-fixed-price contract (N00019-02-C-3021) to exercise an option for the full rate production of 97 T58 engine reliability improvement program (ERIP) module kits for Marine Corps H-46E, which will replace the gas path portion of the T58-GE-16 engine. Work will be performed in Lynn, Mass., and is expected to be completed in June 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.
DG21, Dallas, Texas, is being awarded an estimated $6,496,400 modification to increase the indefinite-quantity portion of the fourth option period under a combination firm-fixed price, indefinite-quantity contract with award fee provisions for base operating support services at the U.S. Navy Support Facility, Diego Garcia, in support of Operation Enduring Freedom and Operation Iraqi Freedom and its mission in Diego Garcia. The award of this increase to option four brings the total contract value to $285,583,289. Work will be performed at the U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory, and is expected to be completed by May 2006. 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). Unidyne Corporation, Norfolk, Va., is being awarded an $8,415,530 modification to a previously awarded indefinite-delivery/indefinite- quantity, cost-plus-fixed-fee contract (N65236-99-D-3812) for an increase in the number of man-hours in the level of effort for engineering, technical, and logistics services for the installation, removal, and testing of navigation and other systems in ships and shore facilities supporting Naval Sea Systems Command. This modification is for an increase to the current, fourth option year and will bring the cumulative value of the contract to $52,301,688. Work will be performed in Norfolk, Va. (90%); San Diego, Calif. (5%); and Groton, Conn. (5%), and is expected to be completed by December 2003. The originial contract was competitively procured under full and open competition. This modification was negotiated on a sole source basis with Unidyne Corp., the incumbent contractor. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity. Titan Corporation, Mt. Laurel, N.J., is being awarded a $8,840,575 indefinite-delivery/indefinite-quantity, cost-plus-fixed- fee contract for engineering and technical services to support Space and Naval Warfare Systems Command Joint Unmanned Aerial Vehicle Operations to include hardware integration, systems engineering, software engineering and software integration. This contract includes options, which if exercised, would bring the total cumulative value of this contract to $36,662,710. Work will be performed in Charleston, S.C. (25%) and Norfolk, Va. (75%) and is expected to be completed by September 2004. Contract funds will not expire at the end of the fiscal year. This contract was competitively procured under full and open competition. The Request for Proposal was posted on the SPAWAR Business Opportunity website. Fifty offerors were registered on the SPAWAR E-commerce web site, with two offers received. The Space and Naval Warfare Systems Center, Charleston, is the contracting activity (N65236-03-D-7849).
The Boeing Co., Anaheim, Calif., is being awarded a cost-plus- award-fee modification to contract HQ0006-01-C-0001 in the amount of $747,540,194 for completion of the development of Sea-Based Test X- Band Radar (SBX) capability. The Boeing Co. will continue to develop a Test X-Band Radar (XBR) capability in support of the Ground-Based Midcourse Defense Program as a multi-phased acquisition. This modification is necessary to ensure that a Test XBR is ready to be integrated into the Ballistic Missile Defense System Test Bed in the fourth quarter of fiscal year 2005. Raytheon Electronic Systems, a major subcontractor, in Bedford, Mass., will primarily perform the effort. Phase one of the SBX effort was awarded during the fourth quarter of fiscal year 2002, and an effort was announced in November 2002 for acquisition of radar long-lead items and associated labor costs. The Missile Defense Agency is the contracting activity (HQ0006-01-C-0001). Science Applications International Corp., San Diego, Calif., was awarded on Jan. 24, 2003, a $10,071,118 increment as part of a $10,071,118 cost-plus-fixed-fee contract for the Center for Monitoring Research-Department of Defense Capability Enhancement Program. Work will be performed in San Diego, Calif. (30%), and Arlington, Va. (70%), and is expected to be completed by Jan. 23, 2004. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via a broad agency announcement on Aug. 26, 1999, and three bids were received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (DASG60-03-C-0009).
Fuentez Systems Concepts Inc.*, North Charleston, S.C., is being awarded a $32,858,280 indefinite-delivery/indefinite-quantity, cost- plus-fixed-fee contract for engineering and technical services to support Space and Naval Warfare Systems Command corporate production to include production management, production engineering and production execution for various C4ISR systems. This contract includes options which if exercised would bring the total cumulative value of this contract to $216,945,575. Work will be performed in government-owned, contractor-operated facilities in Charleston, S.C. (70%); San Diego, Calif. (24%); and Norfolk, Va. (6%), and is expected to be completed by August 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a 100% small business set-aside under NAICS Code 513310 with a size standard of 1,500 employees and was synopsized in Federal Business Opportunities on Jan. 10, 2002. One hundred proposals were registered on the SPAWAR e-commerce Web site, with seven offers received. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-03-D- 7845).
Bath Iron Works (BIW) (a unit of General Dynamics), Bath, Maine, is being awarded a $953,448,087 modification to its previously awarded FY02-FY05 DDG 51 Class multiyear contract (N00024-02-C- 2303) that provides funding for the FY04 multiyear ships in the amounts of $430,593,915 for DDG 108 and $522,854,172 for DDG 109, respectively. Advance procurement funding in the amount of $54,375,863 was previously provided for DDG 108, and $1,819,137 was previously provided for DDG 109 in September 2002 (and subsequent contract modifications) in combination with the award of the FY02- FY05 DDG 51 Class multiyear contract. Work will be performed in Bath, Maine. Delivery of the DDG 108 is scheduled for February 2009, and delivery of the DDG 109 is scheduled for October 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Northrop Grumman Ship Systems Inc., Pascagoula, Miss., is being awarded a $419,716,219 modification to its previously awarded FY02- FY05 DDG 51 Class multiyear contract (N00024-02-C-2304) that provides funding for the FY04 multiyear ship DDG 107. Advance Procurement funding in the amount of $57,245,000 was previously provided for this ship in September 2002 (and subsequent contract modifications) in combination with award of the FY02-FY05 DDG 51 Class multiyear contract. Work will be performed in Pascagoula, Miss. Delivery of the DDG 107 is scheduled for June 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity Lockheed Martin Corp., Maritime Systems and Sensors (LMMSS), Manassas, Va., is being awarded a not-to-exceed $117,200,790 cost- plus incentive-fee, award-fee letter contract for level-of-effort supporting the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) program. The letter contract being awarded is for engineering and technical services and associated materials for the design and development of upgrades, systems support, and production of A-RCI upgrade kits for the A-RCI Program. A-RCI is a sonar system upgrade installed on SSN 688, SSN 688I, SSN 21, SSN 774, SSGN and SSBN 726 Class submarines. A-RCI integrates and improves towed array, hull array, sphere array, and other ship sensor processing. Work will be performed in Manassas, Va. (58%); Portsmouth, R.I. (17%); Clearwater, Fla. (17%); Syracuse, N.Y. (7%); Vienna, Va. (6%); Houston, Texas (4%); Annapolis, Md. (2%); Loveland, C.O. (2%); San Jose, Ca. (2%); and Chantilly, Va. (1%) and is expected to be completed by March 2006. Contract funds will not expire at 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 (N00024-04-C-6207).
Litton Systems, Inc., Navigation Systems Division, Woodland Hills, Calif., is being awarded a $7,856,862 modification to a previously awarded firm-fixed-price contract (N00421-01-C-0260) to exercise an option for the procurement of 48 CN-1649/ASN-139 inertial navigation units and 48 MT-6436/ASN-139 inertial mounts for the Navy F/A-18 E/F aircraft (42 each) and the E-2C aircraft (4 each) and for the government of Japan's E-2C aircraft (2 each). Work will be performed in Salt Lake City, Utah (90%) and Woodland Hills, Calif. (10%), and is expected to be competed in November 2005. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($7,527,348; 96%) and the Government of Japan ($329,514; 4 %) under the Foreign Military Sales Program. The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity.
AM General Corp., South Bend, Ind., was awarded on Oct. 16, 2003, a $112,891,644 modification to a firm-fixed-price contract for 1,725 U.S. Marine Corps vehicles, consisting of the M1097A2, M11123, M1035A2 and M1043A2 High Mobility Multi-Purpose vehicles. Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 17, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001). O'Gara-Hess & Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Oct. 16, 2003, a $21,935,280 modification to a firm- fixed-price contract for 308 M1114 Up-Armored High Mobility Multipurpose Wheeled vehicles with gun shields. Work will be performed in Fairfield, Ohio, and is expected to be completed by June 30, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 10, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).
Charles Stark Draper Laboratory (CSDL), Cambridge, Mass., is being awarded a $104,836,946 cost-plus-fixed-fee contract to provide tactical engineering support for the U.S. and U.K. MK-6 guidance system and guidance system test equipment for the TRIDENT II (D-5) missile system. The work will also provide tactical engineering support for investigation, evaluation, and development of SPALT plans and/or special studies for the MK-6 guidance system. This contract includes requirements for the design, development, and production of prototype hardware, reclamation of pendulous integrating gyroscopic accelerometers (PIGA) fill fluid, and life test of MK-6 guidance systems. CSDL will be paid a total of $48,916,324, which equates to 46.8% of the total contract price and will issue five major subcontracts in support of this effort to the following: Dynamics Research Corp., Andover, Mass. ($10,582,588 - 10.1%); General Dynamics Defense Systems, Pittsfield, Mass. ($21,226,503 - 20.2%); Raytheon Company, Segundo, Calif ($13,362,935 - 12.7%); Kearfott Guidance & Navigation, Wayne, N.J. ($3,921,949 - 3.7%), and Honeywell, Inc., Clearwater, Fla. ($2,189,647 - 2.1%), and is expected to be completed by September 2006. Contract funds in the amount of $79,378,959 will expire at end of current fiscal year. This contract was not competitively procure. The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-04-C-0005).
Premcor Refining Group, Inc., St. Louis is being awarded a $32,072,837 fixed-price with economic-price adjustment type of contract for fuel for the Defense Energy Support Center. Work will also be performed in Lima, Ohio. The performance completion date is March 31, 2004. Contract funds will expire at the end of the current fiscal year. There were 520 proposals solicited and 22 responded. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-03-D-0468). Tesoro Refining and Marketing Co., San Antonio is being awarded a $20,110,489 fixed-price with economic-price adjustment type of contract for fuel for the Defense Energy Support Center. Work will also be performed in Mandan, N.D. The performance completion date is March 31, 2004. Contract funds will expire at the end of the current fiscal year. There were 520 proposals solicited and 22 responded. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-03-D-0480). Alon USA, LP, Dallas is being awarded a $19,915,700 fixed-price with economic-price adjustment type of contract for fuel for the Defense Energy Support Center. Work will also be performed in Wichita Falls and Tye, Texas. The performance completion date is March 31, 2004. Contract funds will expire at the end of the current fiscal year. There were 520 proposals solicited and 22 responded. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-03-D-0479).
Smiths Aerospace Inc., Electronic Systems Grand Rapids, Grand Rapids, Mich., is being awarded an estimated value $16,747,286 indefinite-delivery/indefinite-quantity contract for the procurement of up to 20 Crash Survivable Flight Information Recorders (CSFIRs) and 360 Crash Survivable Memory Units (CSMU), and for the repair of up to 10 CSFIRs and CSMUs. In addition, the contract provides for product/engineering support for platforms utilizing CSFIR and CSMU hardware, including the C-2A, C-130T, UP/VP-3A, F/A-18C/D, MV-22B, and CV-22 aircraft. Work will be performed in Grand Rapids, Mich., and is expected to be completed in December 2006. 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 (N00019-04-D- 0005). T. B. Penick & Sons Inc., San Diego, Calif., is being awarded $6,937,265 for firm-fixed-price Delivery Order 0001 under an indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-02-D-8067) for design and construction of an operational trainer facility at Naval Air Station, Lemoore. Work will be performed in Lemoore, Calif., and is expected to be completed by April 2005. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with 20 offers received and award made on July 12, 2002._ _ The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years) bringing the cumulative total for all six contracts to $900,000,000. The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity. Pioneer Contracting Co., Ltd.*, Wahiawa, Hawaii, is being awarded $5,283,000 for firm-fixed price Task Order #0001 under an indefinite- delivery/indefinite-quantity multiple award construction contract for explosive safety improvements at Naval Magazine, West Loch, Pearl Harbor. Work will be performed in West Loch, Pearl Harbor, Hawaii, and is expected to be completed by January 2005. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e- solicitation website with 17 offers received and award made on July 30, 2002._ _ The total contract amount is not to exceed $60,000,000, which includes the base period and four option years. The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command, Pacific Division, Pearl Harbor, Hawaii, is the contracting activity (N62742-01-D-1345).
Parker Aerospace, Irvine, Calif., was awarded on Oct. 20, 2003, a delivery order amount of $11,115,738 as part of a $69,165,566 firm- fixed-price contract for support of the Apache (AH-64), Blackhawk (UH-60), Chinook (CH-47), and Kiowa (OH-58) Helicopters and the T- 700 Engines. Work will be performed in Irvine, Calif. (80%) and Kalamazoo, Mich.(20%), and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Oct. 15, 2002. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-D-0068). General Electric Engine Services, Cincinnati, Ohio, was awarded on Oct.20, 2003, a delivery order amount of $9,333,120 as part of a $53,919,300 firm-fixed-price contract for conversion of 110 T700-GE- 700 and T700-GE-701 Gas Turbine Engines to T700-GE-701C configurations. Work will be performed in Arkansas City, Kan., and is expected to be completed by Sept. 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were three bids solicited on March 20, 2003, and two bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-D-0416).
M.A. Mortenson Company, Minneapolis, Minn., is being awarded $7,100,503 for task order 0002 under a firm-fixed price indefinite- delivery/indefinite-quantity, multiple award construction contract for the renovation of Jones Hall and Barry Hall at the U.S. Merchant Marine Academy, Kings Point, N.Y. Work will be performed in Kings Point, N.Y., and is expected to be completed by December 2003. Contract funds will not expire at the end of the current year fiscal year. The basic contract was competitively procured via the NAVFAC e- solicitation website with 23 proposals received and award made on Sept. 18, 2002. The total contract amount is not to exceed $250,000,000. The multiple contractors (five 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 Engineering Field Activity, Northeast, Naval Facilities Engineering Command, Lester, PA, is the contracting activity (N62472-02-D- 0802). Raytheon Company, Bedford, Mass., was awarded on April 30, 2003, a $5,174,927 modification to a firm-fixed-price contract for Patriot fiscal year 2003 radar enhancement. Work will be performed in Andover, Mass., 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 on April 14, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-95-C-0446).
Marinette Marine Corp., Marinette, Wis., is being awarded a $40,507,587 firm-fixed-price contract to manufacture 29 powered and non-powered modules (floating barges) for the Improved Navy Lightherage System (INLS) to be delivered at Naval Amphibious Construction Battalion One, Coronado, Calif.; Naval Amphibious Construction Battalion Two, Little Creek, Norfolk, Va.; Expeditionary Warfare Training Group Pacific; and Blount Island Command, Jacksonville, Fla. The INLS will be used to offload vehicles and cargo containers from ships at anchor. This contract contains options which, if exercised, will bring the not-to-exceed total cumulative value of this contract to $404,815,320. Work will be performed in Marinette, Wis., and is expected to be completed by January 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation Web site, with six offers received. The Naval Facilities Engineering Command Headquarters, Washington, D.C., is the contracting activity (N00025-03-C-0002).
General Dynamics Land Systems Muskegon, Muskegon, Mich., was awarded on Oct. 6, 2003, a delivery order amount of $1,841,362 as part of a $5,223,818 firm-fixed-price contract for interface assembly for the Bradley Fighting Vehicle Transmission systems. Work will be performed in Muskegon, Mich., and is expected to be completed by Jan. 6, 2005. 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 Sept. 6, 2002, and one bid was received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-D-N107). Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Sept. 30, 2003, a $750,000 increment as part of an $82,821,486 cost-plus- fixed-fee contract for the Compact Kinetic Energy Advanced Technology Demonstration. Work will be performed in Grand Prairie, Texas (99%) and Camden, Ark. (1%), and is expected to be completed by Sept. 30, 2006. Contract funds will not expire at the end of the current fiscal year. There were three bids solicited on May 29, 2003, and two bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01- 03-C-R314). Techna-Graphics, Washington, D.C., was awarded on Sept. 29, 2003, a delivery order amount of $30,100 as part of a $5,993,895 firm- fixed-price contract for Flight Information Publications. Work will be performed in Washington, D.C., and is expected to be completed by Nov. 30, 2004. 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 July 22, 2003, and four bids were received. The National Imagery and Mapping Agency, Bethesda, Md., is the contracting activity (NMA100-03-D-0001).
Orion Systems, Huntingdon Valley, Pa., is being awarded a $10,000,000 indefinite delivery/indefinite quantity contract to provide for Future Edwards Digital Switch consisting of the design, engineering, manufacture, testing, installation, integration and sustainment of a modified commercial digital voice and data switching system in support of the Air Force Flight Test Center and other Department...
Mayflower Communications Co. Inc., Burlington, Mass., is being awarded a $10,409,026 cost-plus-fixed-fee modification to previously awarded contract (N00178-02-C-1053) for Small Business Innovation Research Phase III development of a miniature M-code compatible, software selective availability auxiliary module global positioning satellite receiver system for the Spiral II guidance integrated fuse program. Work will be performed in Burlington, Mass., and is expected to be completed by December 2006. Contract funds in the amount of $5,000,000 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity.
Petro Star Inc., Anchorage, Alaska, is being awarded a $61,562,370 fixed-price with economic price adjustment type of contract for fuel for the Defense Energy Support Center. Work will also be performed in North Pole and Valdez, Alaska. Performance completion date is Sept. 30, 2004. Contract funds will expire this fiscal year. There were 368 solicitations, and 20 responded. The Defense Energy Supply Center, Fort Belvoir, Va., is the contracting activity (SP0600-03-D-0518). Williams Alaska Petroleum Inc., Tulsa, Okla., is being awarded a $28,020,120 fixed-price with economic price adjustment type of contract for fuel for the Defense Energy Support Center. Work will also be performed in North Pole and Anchorage, Alaska. Performance completion date is Sept. 30, 2004. Contract funds will expire this fiscal year. There were 368 solicitations, and 20 responded. The Defense Energy Supply Center, Fort Belvoir, Va., is the contracting activity (SP0600-03-D-0519). BP Australia Ltd., Melbourne, Victoria, Australia, is being awarded a $7,802,458 fixed-price with economic price adjustment type of contract for fuel for the Defense Energy Support Center. Work will also be performed in Pinkenba, Queensland, Australia. Performance completion date is Sept. 30, 2004. Contract funds will expire this fiscal year. There were 368 solicitations, and 20 responded. The Defense Energy Supply Center, Fort Belvoir, Va., is the contracting activity (SP0600-03-D-0513).
Isothermal Systems Research*, Clarkston, Wash., is being awarded a $49,000,000 not-to-exceed indefinite-delivery/indefinite-quantity contract for a Phase III Small Business Innovative Research (SBIR) effort under Topic N92-136 entitled "Spray Cooled Electronics Chassis" to provide services and materials for engineering tasks including research and development and prototype development of the spray cooled electronics hardware. Work will be performed in Clarkston, Wash., and is expected to be completed in September 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using SBIR program solicitation under Topic N92-136 and two offers were received. The Naval Air Systems Command, Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-03-D-0149). Mantech Systems Engineering Corp., Fairfax, Va., was awarded on Sept. 9, 2003, a $6,258,156 modification to a previously awarded cost-plus-fixed-fee contract (N00421-01-C-0062) to exercise an option for services necessary to provide engineering and administrative support for reliability, maintainability, system testability, quality assurance, diagnostic and system safety analyses during the design, development production, and in-service cycles of naval aircraft and their systems. The estimated level of effort is 103,500 man-hours. Work will be performed at Patuxent River, Md. (95%) and Lakehurst, N.J. (5%), and is expected to be completed in September 2004. Contract funds in the amount of $75,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Aircraft Division, Patuxent River, Md., is the contracting activity.
BearingPoint LLC, Lexington Park, Md., is being awarded an estimated $23,214,699 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-03-D-0014) to exercise an option for the procurement of planning, programming and financial process support to accomplish all aspects of E-2C/C-2 program life cycle management. This effort entails technical management, business and financial management, and technical and analytical support, including technical writing and editing necessary to meet the acquisition responsibilities of the E-2C/C-2 Program (including E-2C foreign military sales (FMS) programs). These requirements include, but are not limited to, the following functional areas: airborne early warning; carrier on-board delivery; airborne intercept control; command, control, communications and intelligence (C3I); weapons systems control; navigation; digital data link communication processing; threat evaluation support computations using electronic support measures (ESM) data; display (including Airborne Tactical Display System operator console display, navigational display and program and equipment status display); system security; automatic tracking with radar and identification friend or foe) data; input/output support programs; program executive control; file system and data extraction; ESM/ passive detection system; local area networks; and mission planning and initializing. This modification combines purchases for the United States, as well as various customers under the FMS Program. Work will be performed in Patuxent River, Md., and is expected to be completed in December 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Aircraft Division, Patuxent River, Md., is the contracting activity.
Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded an estimated $20,374,266 modification to a previously awarded cost-plus-incentive-fee contract (N00019-00-C-0183) with an for the procurement of one V-22 aircraft maintenance trainer for the flight training school located at the Marine Corps Air Station, New River, N.C. Work will be performed in Fort Worth, Texas (76 percent); Philadelphia (19 percent); and Jacksonville, N.C. (5 percent), and is to be completed in November 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River is the contracting activity. McDonnell Douglas Corp., St. Louis is being awarded a $16,453,911 modification to a previously awarded firm-fixed-price contract (N00019-01-C-0040) for the procurement of Harpoon grade B canisters for the government of Australian, which includes 32 canister assemblies, 64 booster sections and containers, 49 capsule canister launch kits, 28 canister all-up-round missile containers, 1 canister test set and associated hardware and services under the Foreign Military Sales Program. Work will be performed in Elkton, Md. (31.79 percent); Burnley Lancashire, United Kingdom (24.94 percent); Kirkwood, Mo. (17 percent); St. Charles, Mo. (5.72 percent); Huntsville, Ala. (3.99 percent); Valencia, Calif. (3. 36 percent); Glenn Riddle, Pa. (2.88 percent); Galena, Kan. (2.50 percent); Fort Walton Beach, Fla. (2.19 percent); Tulsa, Okla. (1.84 percent); Grove, Okla. (.93 percent); Manchester, Mo. (.88 percent); Orangeburg, N.Y. (.69 percent); Fairfield, Calif. (.66 percent); and Phoenix (.63 percent), and is to be completed in July 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. FPM Group, Ronkonkoma, N.Y., is being awarded a $1,100,000,000 indefinite-delivery and indefinite-quantity contract. This contractor will be one of 30 participating in a program to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders to all participating contractors totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount, delivery orders will be issued pursuant to criteria established in the contracts. The FPM Group will perform this effort in Ronkonkoma and at other locations government worldwide. At this time, no funds have been obligated. This work will be complete by September 2013. Solicitation began December 2002 and negotiations were completed January 2003. The Headquarters Air Force Center for Environmental Excellence, Brooks City-Base, Texas, is the contracting activity (F41624-02-R-8159).
Electric Boat Corp., Groton, Conn., is being awarded a $30,117,674 cost-plus-fixed-fee modification to exercise an option under previously awarded contract (N00024-02-C-2901) for installation planning and manufacturing of long lead time material for the conversion of Ohio Class SSBN submarines to Ohio Class SSGN submarines. Work will be performed in Groton, Conn. (21 percent); Norfolk, Va. (19 percent); and Quonset, R.I. (60 percent), and is expected to be completed by March 2005. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity. Raytheon Co., Electronic Systems, Goleta, Calif., is being awarded a $6,315,238 modification to a previously awarded firm- fixed-priced contract (N00019-03-C-0056) for the full rate production of integrated multi-platform launch controllers for the AN/ALE-50 (V) countermeasures decoy dispensing set installed on F/A- 18E/F, F-16 and B-1B aircraft. Work will be performed in Goleta, Calif., and is expected to be completed in August 2006. 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.
Parsons-UXB Joint Venture, Honolulu, Hawaii_,_ is being awarded a $25,000,000 modification to increase the ceiling limit under a previously awarded cost-plus-award-fee, indefinite-delivery/ indefinite-quantity contract (N62742-95-D-1369) for unexploded ordinance clearance and environmental restoration of Kaho'olawe Island. Work will be performed on Kaho'olawe Island, Hawaii, and is expected to be completed by November 2004. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured with 120 proposals solicited, eight offers received and award made on July 29, 1997. The Naval Facilities Engineering Command, Pacific Division, Pearl Harbor, Hawaii, is the contracting activity. Oshkosh Truck Corp., Oshkosh, Wis., was awarded on Oct. 22, 2003, a $10,000,000 firm-fixed-price contract for rebuilding of a Family of Heavy Tactical Vehicles. Work will be performed in Oshkosh, Wis. (75%) and St. Louis, Mo. (25%), 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 Oct. 1, 2003. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-04-C-0016). Prestolite Electrical Inc., Ann Arbor, Mich., was awarded on Oct. 23, 2003, a delivery order amount of $125,013 as part of a $5,045,688 firm-fixed-price contract for an Alternating Generator. Work will be performed in Arcade, N.Y., and is expected to be completed by Oct. 20, 2008. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on July 10, 2003, and two bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-D-S083).
L3 Communications, KDI Precision Products Inc., Cincinnati, Ohio, is being awarded a $37,658,113 firm-fixed-priced supply contract for the procurement of 48,774 FMU-139 B/B electronic bomb fuzes for the U.S. Navy (33,320), U.S. Air Force (13,194) and the governments of Egypt (1,050), the Netherlands (700) and Belgium (480), as well as 46,514 FZU-48/B accessory kits for the U.S. Navy (33,320) and U.S. Air Force (13,194) and 33,320 FZU-61/B accessory kits for the U.S. Navy. The FMU-139 B/B fuze is used in the MK-80 series general- purpose bombs that are used on several precision-guided munitions such as Joint Direct Attack Munitions and laser guided bombs. Work will be performed in Cincinnati, Ohio (60%), and Orlando, Fla. (40%), and is expected to be completed in April 2005. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through a request for proposals. Six firms were solicited, and two offers were received. This contract combines the purchases of the U.S. Navy ($24, 999,996, 66.1%), the U.S. Air Force ($9,899,986, 26%) and the governments of Egypt ($1,298,672, 3.7%), the Netherlands (865,781, 2.5%) and Belgium ($593,678, 1.7%) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-03-C-0350).
BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $44,143,802 cost-plus-fixed-fee, incentive-fee and award- fee, level of effort contract to provide system integration support for the TRIDENT I (C4) and TRIDENT II (D5) Fleet Ballistic Missile (FBM) programs in implementing interface control programs and performing special technical investigations such as the following: (1) modify and update system test procedures and plan for and participate in Strategic Weapon System testing during submarine overhaul, refit and backfit; (2) perform configuration management and alteration control via documentation, drawings and technical manuals; (3) provide logistics, engineering and material control support; (4) provide planning and monitoring support in ensuring compliance with the U.S. Navy's portion of the Strategic Arms Reduction Treaty (START); and (5) provide maintenance support data system installation and support for the Strategic Weapon System, including materials. The contract also contains effort for Tomahawk Land Attack Missile-Nuclear (TLAM-N) Support and Advanced Systems Studies. Work will be performed in Rockville, Md. (97.8%) and San Diego, Calif. (2.2%), and is expected to be completed by September 2004. The contract was not competitively procured. BAE Systems Applied Technologies, Inc., Rockville, Md. is being awarded a $19,603,983 cost plus fixed fee contract. This contract provides for Systems Engineering and Integration products for SSGN conversion of SSBN hulls including the SSGN Attack Weapons System (AWS), TRIDENT submarine conversion to SSGN, and Tomahawk Block III & IV all-up-round (AUR) operations at SWFLANT and SWFPAC. Major tasks will include performing conventional weapons systems safety engineering efforts, developing the SSGN test measurement program (TMP) and test analysis guides (TAG), developing SSGN weapon system technical manuals, AWS in-place calibration procedures, AWS standard maintenance procedures, SSGN 726 class preventive maintenance management plans, one function diagrams, fault isolation procedures and AWS safety program plans. Work will be performed in Rockville, Md., and is expected to be completed by June 30, 2007. The contract was not competitively procured. The Navy's Strategic Systems Programs is the contracting activity (N00030-04-C-0015).
Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $21,999,999 cost reimbursement, firm fixed price, cost reimbursable incentive fee contract modification. This action is the 5th option on the Minuteman Minimum Essential Communication Network (MEECN) Program which integrates an Extremely High Frequency (EHF) and Very Low Frequency/Low Frequency (VLF/LF) communication capability into the 50 operational Minuteman Launch Control Centers (LCCs) at Wing 1 Malmstrom AFB (20 sites), Wing III Minot AFB (15 sites, Wing V F.E. Warren (15 sites). As the newest line in the MEECN, this effort provides the LCCs with the ability to receive Emergency Action Messages in the EHF and VLF/LF spectra and send force report-back messages over EHF. For the Minuteman LCCs this includes integration into the Higher Authority Communications/Rapid Message Processor Element processor. Missile Procedure Trainers and Minuteman Enhanced Procedures, as well as five-development/ maintenance system, will be modified to reflect changes to the Intercontinental Ballistic Missile system. Total funds have been obligated. This work will be complete by December 2005. Solicitation began September 2001. The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C- 0001).
Innovative Technical Solutions, Inc., Walnut Creek, Calif., is being awarded a $1,100,000,000 indefinite-delivery and indefinite- quantity contract to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. Innovative Technical Solutions, Inc. will perform this effort in Walnut Creek and other locations worldwide. The Human Systems Wing, Brooks City-Base, Texas, is the contracting activity (F41624-03-D-8603). HydroGeoLogic Corp., Herndon, Va., is being awarded a $1,100,000,000 indefinite-delivery and indefinite-quantity contract to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. HydroGeoLogic Corp. will perform this effort in Herndon and other locations worldwide. The Human Systems Wing, Brooks City-Base, Texas, is the contracting activity (F41624-03-D-8602). Ellis Environmental Group, Newberry, Fla., is being awarded a $1,100,000,000 indefinite-delivery and indefinite-quantity contract to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. Ellis Environmental Group will perform this effort in Newberry, Fla., and other locations worldwide. The Human Systems Wing, Brooks City- Base, Texas, is the contracting activity F41624-03-D-8598).
University of Dayton Research Institute, Dayton, Ohio, is being awarded a $15,900,000 indefinite-delivery and indefinite-quantity contract to provide for quick reaction research and development capability to the Air Force ranging from field level support to materials transition. The program will investigate materials and processes related issues ranging from the development phase to the production and operational phases of advanced and aging aerospace systems. 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 Wright-Patterson Air Force Base, Ohio (96%) and University of Dayton Research Institute, Dayton, Ohio (4%). At this time, $405,000 of the funds has been obligated. This work will be completed by December 2008. Solicitation began October 2002 and Negotiations were completed December 2002. The Air Force Research Laboratory, Wright- Patterson Air Force Base, Ohio, is the contracting activity (F33615- 02-D-5607).
Northeast Military Sales, Incorporated of Sterling, Mass., is awarded a Performance Base Services Acquisition contract for delicatessen and bakery operations for products resale. Performance to begin July 1, 2003. The estimated award amount is $14,674,056. Work will be performed on-site at the delivery location as an operations service for delicatessen and bakery products to nine DeCA commissaries including: Ft. Myer, Va., Ft. Meade, Walter Reed Army Medical Center, Aberdeen Proving Grounds, Md., Ft. Monmouth, N.J., New London Naval Submarine Base, Conn., Newport Naval Education and Training Center, R.I., Hanscom Air Force Base, Mass., Bangor Air National Guard Base, Maine, commissaries. The contract is for a base year July 1, 2003 through June 30, 2005. If both option years are exercised, to include four award terms, the contract will be completed in June 30, 2011. Thirteen firms were solicited and three proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, 1300, E Avenue, Fort Lee, Va., 23801. Favata Bakery Incorporated of Newburgh, N.Y., is awarded a Performance Base Services Acquisition contract for delicatessen and bakery operations for products resale. Performance period to start July 1, 2003. The estimated award amount is $5,931,094. Work will be performed on-site at the delivery location as an operations service for delicatessen and bakery products to five commissaries located in the DeCA, Eastern Region, New York, New Jersey area commissaries. The commissaries include McGuire AFB, N.J., Carlisle Barracks, Pa., Ft. Drum, Ft. Hamilton, West Point, New York commissaries. The contract is for a base year July 1, 2003 through June 30, 2005. If both option years are exercised, to include four award terms the contract will be completed in June 30, 2011. Thirteen firms were solicited and three proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, 1300, E Avenue, Fort Lee, Va., 23801. (DECA02-03-D-0009)
C-Systems International (*Hubzone), Alexandria, Va., is being awarded an estimated $7,077,751 indefinite-delivery and indefinite- quantity, multiple-award contract for administrative support services for the Naval Air Systems Command Aircraft Division's platform and weapons program offices. Work will be performed in Patuxent River, Md. (96 pecent); Jacksonville, Fla. (2 percent); Cherry Point, N.C. (1 percent), and Lakehurst, N.J. (1 percent), and is to be completed in February 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposal as a small business set-aside with one hubzone reservation, with 79 proposals solicited and 23 offers received. The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-03-D-0035). Betah Associates*, Bethesda, Md., is being awarded an estimated $6,664,445 indefinite-delivery and indefinite-quantity, multiple- award contract for administrative support services for the Naval Air Systems Command Aircraft Division's platform and weapons program offices. Work will be performed at the Naval Air Systems Command Aircraft Division, Patuxent River, Md. (96 percent); Jacksonville, Fla. (2 percent); Cherry Point, N.C. (1 percent), and Lakehurst, N.J. (1 percent), and is to be completed in February 2004. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposal as a Small Business Set-aside with one hubzone reservation. The contract was competitively procured, with 79 proposals solicited and 23 offers received. The Naval Air Systems Command Aircraft Division, Patuxent River is the contracting activity (N00421-03-D-0036).
TN and Associates Inc., Milwaukee is being awarded a $1,100,000,000 indefinite-delivery and indefinite-quantity contact to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. TN and Associates will perform this effort in Milwaukee and other locations worldwide. The Human Systems Wing, Brooks Air Force Base, Texas, is the contracting agency (F41624-03-D-8619). Bhate, Birmingham, Ala., is being awarded a $1,100,000,000 indefinite-delivery and indefinite-quantity contract to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. Bhate will perform this effort in Birmingham and other locations worldwide. The Human Systems Wing, Brooks Air Force Base, Texas, is the contracting agency (F41624-03-D-8592). Northrop Grumman Systems Corp., Rolling Meadow, Ill., is being awarded a $32,600,000 firm-fixed price contract for 24 Litening II precision attack targeting pods applicable to the F-15 aircraft. At this time $16,300,000 of the funds has been obligated. Northrop Grumman will perform this effort in Rolling Meadows. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-03-C-2006).
The Boeing Co., St Louis, Mo., is being awarded a $24,443,000 firm fixed price contract. This is a Low Rate Initial Production 4 (LRIP 4) buy from Joint Helmet Mounted Cueing Systems for 100 Electronic Units-21 Configuration; Display Units; Cockpit Units, and Helmet/With Upper Helmet Vehicle Interface for the F-15 (12 Units), F-16 (66 Units) and F/A-18 (22 Units), quantity one (1) Mapped for the F/A-18 Royal Australian Air Force (1 Unit) plus platform peculiar Engineering Support; Common Engineering Support; and Proposal Preparation. This effort supports foreign military sales for the Royal Australian Air Force. At this time $6,700,000 of the funds has been obligated. This work will be completed July 2005. Solicitations began in June 2002 and negotiations were completed in July 2003. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-D-0026, Delivery Order 0018).
Litton Systems Inc., Orlando, Fla., was awarded on April 23, 2003, a delivery order amount of $7,677,500 as part of a $13,712,500 firm-fixed-price contract for Eyesafe Miniature Laser target locator and logistical support. Work will be performed in Orlando, Fla., and is expected to be completed by May 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 17, 2003. The U.S. Army Communications- Electronics Command, Fort Monmouth, N.J., is the contracting activity (N00383-02-G-007A). Brewer Science, Rolla, Mo., was awarded on April 25, 2003, a $6,000,000 modification to a firm-fixed-price contract for bottom anti-reflective coatings and high resolution color imaging. Work will be performed in Rolla, Mo., and is expected to be completed by April 24, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Oct. 6, 1999. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (DASG60-01-C-0047). DRS Optronics Inc., Palm Bay, Fla., was awarded on April 24, 2003, a $5,220,950 firm-fixed-price contract for 27 Thermal Imaging Sensor upgrades for the Kiowa Helicopter. Work will be performed in Melbourne, Fla., and is expected to be completed by March 31, 2005. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 28, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-C-0162).
Pratt and Whitney, Hartford, Conn., is being awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract to provide for versatile affordable advanced turbine engines (VAATE) Phase I. The VAATE program is a joint DoD/NASA/DoE/industry effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo- propulsion affordability over the year 2000 state-of-the-art technology. The Air Force will issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. At this time, $51,846 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by August 2011. Solicitation began November 2002, and negotiations were completed August 2003. The Air Force Research Laboratory, Wright- Patterson Air Force Base, Ohio, is the contracting activity (F33615- 03-D-2354). Allison Advanced Development Co., Indianapolis, Ind., is being awarded a $150,000,000 indefinite-delivery/indefinite-quantity contract to provide for versatile affordable advanced turbine engines (VAATE) Phase I. The VAATE program is a joint DoD/NASA/DoE / industry effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state- of-the art technology. The Air Force will issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. At this time, $36,299 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by August 2011. Solicitation began November 2002, and negotiations were completed August 2003. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33615-03-D-2357). Boeing Co., St. Louis, Mo., is being awarded a $20,000,000 indefinite-delivery/indefinite-quantity contract to provide for versatile affordable advanced turbine engines (VAATE) Phase I. The VAATE program is a joint DoD/NASA/DoE/industry effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the art technology. The Air Force will issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. At this time, $60,387 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by August 2011. Solicitation began August 2011, and negotiations were completed by July 2003. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio is the contracting activity (F33615-03-D-2358).
Lockheed Martin Corp., Sunnyvale, Calif., is being awarded a $78,500,000 cost-plus award-fee, cost-plus fixed-fee, firm fixed price contract modification to provide for an in-scope change to Incorporate KI-54 Interface Control Document (ICD) Revision F-Phase 2 impacts. In Phase 2, the Contractor will focus on identifying and mitigate the Advanced Extremely High Frequency (AEHF) system level impacts associated with the Host Accessory Logic Application Specific Integrated Circuit (HAL ASIC) redesign so that the 4-month HAL ASIC Program Development Review (PDR) slip will not result in a launch delay. A two-phase approach was initiated to evaluate the KI- 54 ICD Revision F changes, Phase I focused on the effort to redesign the HAL ASIC. Phase 2 focused on identifying and mitigating the AEHF system level impacts associated with the HAL ASIC redesign, as defined in Phase 1, such that the 4-month HAL ASIC PDR slip will not result in a launch delay. No additional funds would be obligated with this issuance. No funds have been obligated. This work will be complete by September 2008. The Headquarters Space and Missile Systems Center, Los Angeles, Calif., is the contracting activity (F04701-02-C-0002, P00046).
Computer Sciences Corp., Falls Church, Va., Macauley Brown, Dayton, Ohio, Science Applications International Corp., San Diego, Calif., Titan Corp., San Antonio, Texas, Veridian Information Solutions, San Antonio, Texas, and Adtech Systems, San Antonio, Texas, are being awarded a $252,000,000 indefinite delivery/ indefinite quantity contracts to provide professional and engineering services, and other services in the information warfare arena to include offensive and defensive warfare capabilities in support of the operations, acquisition and testing activities of the Air Force Information Warfare Center, Lackland Air Force Base, Texas. This effort will include systems planning, feasibility studies, system engineering, analysis, prototyping, software development, verification, validation, documentation, software maintenance, systems integration, and systems testing. Delivery order requirements will be competed between the six contractors. The Air Force can issue delivery orders to all contractors totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. At this time, $50,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This will be complete by August 2009. Solicitation began March 2003 and Negotiations were completed July 2003. The Air Intelligence Agency, San Antonio, Texas, is the contracting activity (F41621-03-D-6100, 6600, 6900, 6300, 6000, 6500). United Technologies Corp., East Hartford, Conn., is being awarded a $15,000,000 cost-plus fixed-fee contract to provide for an engine technology improvement contract (ETIC) which will provide the Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, with studies, analysis's, and testing support related to air vehicle engine performance. ETIC efforts will include engine and component design, development and test, engine/system evaluations air vehicle integration design and development, trade studies, sensitivity studies, life cycle cost studies, and mission effectiveness evaluations. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders totaling up to the maximum amount indicated above. No funds have been obligated. This will be complete by December 2016. Solicitation began July 2002 and Negotiations were completed July 2003. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-03-D-0016). GM GDLS Defense Group L.L.C., Shelby Township, Mich., was awarded on Aug. 26, 2003, a $7,000,000 modification to a cost-plus-fixed- fee contract for the addition of slat deployment armor requirements to the contingency deployment support option. Work will be performed in Lima, Ohio (80%) and Shelby Township, Mich. (20%), and is expected to be completed by Sept. 22, 2003. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 22, 2003. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).
McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded a $39,999,000 indefinite- delivery/indefinite-quantity contract for embedded information system technology support to develop, demonstrate, and transition embedded information system technologies to support information exchange between aerospace and command and control systems within the emerging DoD command and control enterprise. The program research and development announcement is divided into two thrust areas, and this award to Boeing is the second of two awards under thrust area 1. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. At this time, $291,888 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete April 2011. Solicitation began March 2002, and negotiations were completed March 2003. The Air Force Research Laboratory, Wright- Patterson Air Force Base, Ohio, is the contracting activity (F33615- 02-D-4034, P0001). CH2M Hill Constructors, Englewood, Colo., is being awarded a $12,500,000 firm-fixed-price, indefinite-delivery/indefinite- quantity contract to provide miscellaneous architect-engineer services in support of Headquarters Air Force Civil Engineering Support Agency programs. Award consists of a base period and four one-year options. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount indicated above. The location of performance is CH2M Hill Ltd., Gainsville, Fla. 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 complete April 2008. Solicitation began June 2002, and negotiations were completed February 2003. Earth Technical Inc., Englewood, Colo., is being awarded a $12,500,000 firm-fixed-price, indefinite-delivery/indefinite- quantity contract to provide miscellaneous architect-engineer services in support of Headquarters Air Force Civil Engineering Support Agency programs. Award consists of a base period and four one-year options. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount indicated above. At this time, $100,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued.
Harris Corp., Melbourne, Fla., is being awarded a $11,998,336.01 firm-fixed-price and time and material contract to provide for a quantity of 117 each Warhead Replacement Tactical Telemetry (WRTTMs) applicable to the AIM-120, Advanced Medium Range Air-to-Air Missile. Also line items for rework and design obsolescence, data, Interim Contractor Support (ICS) required to maintain and repair the WRTTM, ICS required to maintain and repair the WRTTM test sets and support equipment, ICS required to perform services in support of approved engineering change proposals, ICS services and materials required for program management, ICS Services and materials required to provide quarterly, 5 days on-the-job training sessions for Tyndall Air Force Base, Fla. Personnel for the operation and maintenance of the WRTTM Test Set and Support Equipment. This effort supports foreign military sales to Taiwan. Total funds have been obligated. This work will be completed by January 2004. Solicitation began May 2002 and negotiations were completed in November 2002. The Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-C-0006).
SAIC, McLean, Va., was awarded on May 30, 2003, a $6,459,397 increment as part of a $16,736,296 cost-plus-fixed-fee contract for homeland defense, advanced concept technical demonstrations, the Joint Forces Command Liaison Office, international test and evaluation agreements and reliance, emerging technology test requirements and technology transfer analysis support. Work will be performed in Alexandria, Va. (80%), and Mclean, Va. (20%), and is expected to be completed by May 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Feb. 21, 2003. The Defense Contracting Command, Washington, D.C., is the contracting activity (DASW01-03-C- 0034). Coley Pharmaceuticals Inc., Wellesley, Mass., was awarded on May 30, 2003, a $6,000,000 modification to a cost-reimbursement contract for development of a vaccine adjuvant to enhance the safety and efficacy of a vaccine against anthrax toxin proteins. Work will be performed in Wellesley, Mass., and is expected to be completed by June 4, 2004. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via broad agency announcement on Sept. 4, 2001, and 286 bids were received. The U.S. Army Robert Morris Acquisition Center, Research Triangle Park, N.C., is the contracting activity (DAAD19-03-C- 0002).
MWH Americas Inc., Pasadena, Calif., is being awarded a $1,100,000,000 indefinite-delivery/indefinite-quantity contract with provisions to issue firm-fixed-price and time-and-materials task orders for professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. MWH Americas Inc. will perform this effort in Pasadena, Calif., and other locations worldwide. The Human Systems Wing, Brooks Air Force Base, Texas, is the contracting activity (F41624-03-D8608). Nelson Refrigeration Inc., La Vista, Neb.; GEC Associates Inc., Count Miami, Fla.; and Clement Contracting Group, Montgomery, Ala., are being awarded $30,000,000 firm-fixed-price, three-year indefinite-delivery/indefinite-quantity contract for construction projects estimated less than $4,000,000 for addition/alteration to existing commissaries, new central distribution centers and retail centers. This streamlined construction improvement program for the Defense Commissary Agency provides for the award of five regions with up to three construction contracts per region. This award is for Region IV. The work is to be performed in Arizona, Louisiana, Mississippi, Tennessee, Georgia, North Carolina, South Carolina, Florida and Puerto Rico. The Air Education and Training Command Contracting Squadron, Lackland Air Force Base, Texas, is the contracting agency (F41689-02-D-0037, F41689-02-D-0038, F41689-02-D- 0039). American Superconductor Corp., Westborough, Mass., is being awarded a $69,782,895 cost-plus-incentive-fee contract (with an initial obligation of $5,931,000) for a full scale, high power density, lightweight, advanced electric propulsion system technology demonstrator. The purpose of this research and development program is to design, develop, manufacture and test a full-scale 36.5 MW propulsion motor and drive system compatible with Navy electric warship concepts and performance requirements. The effort will consist of three phases including phase A - 36.5 MW motor systems preliminary design, phase B - motor and drive detailed design and phase C - motor and drive manufacture and factory acceptance testing. Work will be performed in Westborough, Mass., and is expected to be completed by March 2006. Contract funds will not expire by the end of the current fiscal year. The contract was competitively procured under a Broad Agency Announcement (No. 02- 028). The Office of Naval Research, Washington, D.C., is the contracting activity (N00014-03-C-0284).
West Los Angeles College, Culver City, Calif.; University of Maryland/Asian Division, University of Oklahoma, Norman, Okla.; University of Phoenix, Phoenix, Ariz.; Troy State University, Troy, Ala.; are being awarded $199,236,857 multiple firm-fixed-price, indefinite-quantity, requirements-type contracts. This action provides for U.S. Pacific Command educational services (undergraduate and graduate education programs) to be offered at U.S. military installations in the Pacific Theater. Locations of performance are U.S. Pacific Command military installations worldwide. The 15th Contracting Squadron, Hickam Air Force Base, Hawaii, is the contracting activity (F64605-03D-0010, F64605-03-D- 0011, F64605-03-D-0012, F64605-03-D-0013 and F64605-03-D-0014). The Wornick Co.*, McAllen, Texas, is being awarded a $22,020,600 fixed-price with economic price adjustment and indefinite-quantity type of contract for ready to eat meals (MREs) for the U.S. Army, U.S. Navy, U.S. Air Force and U.S. Marine Corps. Performance completion date is expected to be May 31, 2003. Contract funds will expire at the end of the current fiscal year. There were three proposals solicited, and three responded. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SP0300- 00-D-Z106). SOPAKCO Packaging, Mullins, S.C., is being awarded an $18,643,800 fixed-price with economic price adjustment and indefinite-quantity type of contract for ready to eat meals (MREs) for the U.S. Army, U.S. Navy, U.S. Air Force and U.S. Marine Corps. Performance completion date is expected to be May 31, 2003. Contract funds will expire at the end of the current fiscal year. There were three proposals solicited, and three responded. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SP0300- 00-D-Z104).
Digital Wizards, Inc., San Diego is being awarded a $5,156,344 indefinite-delivery, indefinite-quantity contract with a cost-plus- fixed-fee pricing arrangement for engineering and related technical, logistical and direct fleet-support services in support of the Space and Naval Warfare Systems Center San Diego Integrated Voice Communications Systems Branch. This contract contains options, which if exercised, will bring the total cumulative value of this contract to $27,175,359. Work will be performed in San Diego (40 percent) and onboard U.S. Navy vessels and shore activities worldwide (60 percent), and is to be completed February 4, 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured, posted on the Federal Business Opportunities Web Site and the Space and Naval Warfare Systems Center e-Commerce Web Site, with one offer received. The Space and Naval Warfare Systems Center, San Diego is the contracting activity (N66001-03-D-5018). McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $30,997,486 fixed-price award-fee, cost-plus award fee contract modification. This undefinitized contractual action will authorize procurement of FY2003 labor hours and a prioritized FY2003 material buy in support of sixty aircraft production buy and site activation. The material effort includes long-lead spares for site activation (McGuire Air Force Base, March Air Force Base, Hickam Air Force Base) and quick engine change kits for spare engine procurement. The labor effort includes planning for base-level field support, quality assurance activities, ramdom access memory teams deployment, and support equipment needs. At this time, $15,498,743 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. Solicitation began in November 2002. The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-2002, P00088).
Lockheed-Martin Corp., Grand Prairie, Texas, was awarded a $20,500,000 modification to a fixed-price-incentive-fee contract for delivery acceleration for Patriot PAC-3 LRIP-3 missiles on March 10, 2003. Work will be performed in Grand Prairie and is to be completed by May 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole-source contract initiated on Oct. 28, 2002. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-02-C-0050). Lockheed-Martin Corp., Grand Prairie, Texas, was awarded a $17,000,000 fixed-price-incentive-fee contract for Patriot advanced capability - 3 (PAC-3) FY03 production buy on March 10, 2003. Work will be performed in Grand Prairie and is to be completed by Dec. 31, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole-source contract initiated on Dec. 12, 2002. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0017). Laguna Industries Inc., Laguna, N.M., was a $13,033,072 modification to a firm-fixed-price contract for various quantities of the AN/TRC-173B, AN/TRC-174B, AN/TRC-175B and AN/TRC-138C high- mobility DGM assemblages awarded on March 10, 2003. Work will be performed in Laguna, N.M., and is to be completed by Sept. 30, 2004. Contract funds will not expire at the end of the current fiscal year. This was a sole-source contract initiated on Aug. 12, 1994. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-94-C-F774).
The Boeing Co., Seal Beach, Calif., is being awarded a $146,846,764 fixed price incentive fee contract. An acquisition decision memorandum, dated May 2000, which directed development of a program to meet full modernization requirements to include Space Segment, Control Segment, and User Equipment, prompted the rebaselining of the Global Positioning System (GPS) IIF program. The basic contract required the contractor to design, develop, and deliver six GPS IIF satellites to the Air Force. The GPS Modernization effort requires the contracts to upgrade the original six GPS IIF satellites and provide options for an additional six new GPS IIF satellites. Accordingly, the re-baseline program acquires twelve modernized GPS IIF Space Vehicles (SVs). Previous contract actions that definitized the Modernization Development efforts and authorized production of SVs 01-03 have been completed. This contract action authorizes production of SVs 04-06. The period of performance for this effort is 4 November 2002 through 31 May 2009. The final negotiated price is $581,488,096, which includes fee in the amount of $68,436,511. This includes the price for CLINs 0111 and 0117. Total funds have been obligated. This work will be complete by May 2009. Negotiations were completed October 2003. The Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-96-C-0025, P00218). ITT Industries, Cape Canaveral, Fla., is being awarded a $43,414,909 cost-plus award-fee contract modification to provide for the exercise option and incremental funding of the following FY2004 Contract Line Item Numbers (CLINs) for the Space Lift Range System Program: 0204 (Sustaining Engineering), 0504 (Configuration and Data Management), 0604 (On-Site Depot Level Maintenance), 0504 (Configuration and Data Management), 0604 (On-Site Depot Level, 0704 (Off-Site Depot Maintenance), 0804 (Software Maintenance), 0904 (Interim Supply Support). In addition, this modification will create CLINs 0304 to CLIN 0309 (Material and Travel), and 1405, which provides support for critical 3080 projects. These actions provide for the continued support for the program management, interface management, systems engineering and integration, depot maintenance, transition, product acquisitions and modifications and instrument modernization for operational systems and infrastructure including instrumentation, network, control and display. Contract responsibilities also include a portion of the communications systems at the Easter and Western Range to include the White Sands Missile Range, and United Kingdom locations. Locations of performance are: ITT Industries, Inc., Cape Canaveral, Fla. (36%); Patrick Air Force Base, Fla. 32925 (35%) and Landenberg Air Force Base, Calif. (27%). At this time, $11,793,026 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by October 2004. The Detachment 11, Space and Missile Systems Center, Peterson AFB, Colo., is the contracting activity (F04701-01-C-0001, P00117). Integral Systems, Lanham, Md., is being awarded a $5,370,243 cost- plus award-fee, firm fixed price contract modification. This action exercises option CLIN 0019, SubCLINs 0019AA, 0019AB, 0019AC, of the Command and Control System Consolidated program, contract F04701-01- C-0012. The supplies/services being procured against option CLIN 0019 include Commercial off-The-Shelf hardware and software consisting of front-end processor, servers and workstations, including program management, system engineering, installation, documentation, updates, and logistics support. This equipment will be installed at the Satellite Operations Center 31, at Schriever Air Force Base, Colo. and will be used to support the back-up command and control operations for the Military Satellite Communications legacy programs. Total funds have been obligated. This work will be complete by December 2004. The Headquarters Space And Missile Systems Center, Los Angeles, Calif., is the contracting activity (F04701-01-C-0012, P00034).
High Technology Solutions, San Diego is being awarded a $14,639,172 indefinite-delivery/indefinite-quantity, cost-plus- fixed-fee contract to provide support services for a variety of Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) systems and subsystems for the Joint Southern Surveillance and Reconnaissance Operations Center (JSSROC), Joint Inter-Agency Task Force-East and the U.S. Southern Command's mission. These support services include network engineering, design and management, C4ISR system and subsystems design, computer systems operations and maintenance, communications operations and maintenance, including tower maintenance, manufacturing, software development and programming using the command software process improvement policies and procedures, post- deployment software support, configuration management, integrated logistics support, system upgrade, testing, training, and integration. This is a five-year contract, and includes eight, six- month award-terms which, if awarded, would bring the cumulative value of this contract to $28,188,962. Work will be performed in Key West, Fla. (90 percent) and outlying support locations, including Guantanamo Bay, Cuba, Puerto Rico, Colombia, Peru, Honduras, Venezuela, and San Diego (10 percent). Work is to be completed August 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the SPAWAR e-Commerce web site, with four offers received under Solicitation number N66001-03-R-5002. The Space and Naval Warfare Systems Center, San Diego is the contracting activity (N66001-03-D- 5002). Raytheon Co., St., Petersburg, Fla., is being awarded a $5,499,970 firm fixed price contract modification to provide for the purchase of 51 Airbirne Integrated Terminals, 42 Low Noise Amplifiers/Diplexer, 53 Remote Control Units with fill panels, and 38 Shock Mounting Trays. The Airborne Integrated Terminal Group (AITG) provides half-duplex (HDX) or full duplex satellite communications (SATCOM) and HDX line of site communications for airborne applications in the ultra high frequency band from 225.0 to 399.995 megahertz. The AITG SATCOM modes will provide 5kHz and 25 kHz non-demands Assigned Multiple Access (DAMA) operation in accordance with MIL-STD-188-181, 5kHz DAMA operation in accordance with MIL-STD-188-182, and 25 kHz DAMA operation in accordance with MIL-STD-188-183. Procurement of these items will be used by the B- 2, HC-130, RC-135, EC-130H, and Turkish AWACs airframes infrastructure. Total funds have been obligated. This work will be completed by June 2005. The Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-98-0046/ P00063).
The Boeing Co., Wichita Division, Wichita, Kan., is being awarded a $23,688,000 cost-plus-incentive-fee contract modification to provide the National Command Authority with a battle staff (comprised of National Airborne Operations Center personnel), and survivable command, control and communications platform from which direction of U.S. forces and civil coordination can be conducted. The aircraft is also tasked to provide Secretary of Defense support and the Federal Emergency Management Agency a mobile communications platform. The SLCS modification on the E-4B will provide an airborne platform to conduct secure and non-secure video teleconferencing and real-time television and transmit video packages for rebroadcast via ground facilities, as well as multi-level local area networks. At this time, $11,844,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by November 2004. The Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F34601-03-C-0155/P0002). Stantec Consulting Inc., Salt Lake City, Utah is being awarded a $6,000,000 indefinite-delivery/indefinite-quantity contract to provide architect and engineering environmental services. The primary task of this contract is to design, support and oversee construction projects for the remediation of waste sites on Hill Air Force Base. Tasks include remedial investigations, treat-ability studies, field investigations, preliminary assessments and feasibility studies. The Air Force can award delivery orders totaling up to the program maximum amount indicated above, though actual requirements may be necessitate less than that amount. Funds will be obligated as individual delivery orders are issued. Solicitation began July 2002, and negotiations were completed February 2003. The Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42650-03-D-0005). SOPAKCO Packaging*, Mullins, S.C., was awarded on March 31, 2003, a $44,981,875 fixed-price with economic-price-adjustment and indefinite-quantity delivery type of contract for ready-to-eat meals (MRE) and humanitarian daily rations (HDR) for all U.S. military services. Performance completion date is expected to be Dec. 31, 2003. Contract funds will expire at the end of the current fiscal year. There were three solicitations, and three responded. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SP0300-03-D-Z108).
McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $10,852,938 modification to a previously awarded firm-fixed price contract (N00019-01-C-0040) for the production of 86 Harpoon Missile Block II retrofit kits and 24 warhead section kits, for the governments of Egypt (62 retrofit kits) and the United Arab Emirates (UAE) (24 retrofit kits; 24 warhead section kits). Work will be performed in St. Charles, Mo. (51%), Clearwater, Fla. (29%), Middletown, Conn. (4%), Arlington, Texas (4%), Bayshore, N.Y. (4%), Galena, Kan. (3%), Kirkwood, Mo. (3%), and Lowell, Mass. (2%), and is expected to be completed in March 2005. Contract funds will not expire at the end of the current fiscal year. This modification combines purchases for Egypt ($7,144,818; 66%) and the United Arab Emirates ($3,708,120; 34%) under the Foreign Military Sales Program. The Naval Air Systems Command, Aircraft Division, Patuxent River, Md., is the contracting activity.
The Boeing Co., Long Beach, Calif., is being awarded a $19,199,764 (not to exceed) cost-plus-fixed-fee contract modification to provide for long lead items for I-level back-ships at McGuire Air Force Base, N.J., and Altus Air Force Base, Okla. This supports automatic test equipment for the C-17 aircraft. At this time, $9,599,883 of the funds has been obligated. This work will be completed by October 2006.
Solicitation began November 2002, and negotiations were completed in January 2003. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F34650- 03-D-0001, F34650-03-D-0002, F34650-03-D-0003, and F34650-03-D- 0004). Darlington Inc.*, San Diego, Calif., is being awarded a $20,165,917 indefinite-delivery/ indefinite-quantity, cost- reimbursement-type contract as a Phase III Small Business Innovative Research (SBIR) award. This contract will support the implementation and fielding of Combined Operations Wide Area Network technology that was previously developed under the Phase I and II SBIR contracts. This technology allows for increases in both speed and bandwidth in electronic communications and network operations conducted in any location. This is a five-year contract with no options. Work will be performed in San Diego, Calif., and is expected to be completed by Feb. 25, 2008. Contract funds will not expire at the end of the current fiscal year. This contract was procured as a SBIR Phase III award under solicitation N66001-03-R- 7000. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-03-D-7000). Raytheon Co., McKinney, Texas, is being awarded a $17,471,752 modification to a previously awarded firm-fixed-priced contract (N00019-02-C-3068) to exercise an option for the manufacture of five AN/APS-137C(V)5 radar units, the modification of five control indicators for incorporations into APS-137C(V)5 radar and non- recurring engineering to replace obsolete components within the AN/ APS-137C(V)5 radar for the P-3 aircraft. Work will be performed in McKinney, Texas (85%); Dallas, Texas (13%); and St. Petersburg, Fla. (2%), and is expected to be completed in July 2004. 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.
Perini Corp., Framingham, Mass., was awarded on April 1, 2003, a delivery order amount of $500,000 as part of a $100,000,000 cost- plus-fixed-fee contract for removal and permanent rebuilding of existing damaged asphalt roads and to establish temporary replacements for a destroyed bridge. Work will be performed in Afghanistan, and is expected to be completed by March 31, 2004. Contract funds will not expire at the end of the current fiscal year. There were 12 bids solicited on Feb. 26, 2003, and four bids were received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (DACA78-03-D-0006). Fluor Intercontinental, Arlington, Va., was awarded on April 1, 2003, a delivery order amount of $500,000 as part of a $100,000,000 cost-plus-fixed-fee contract for removal and permanent rebuilding of existing damaged asphalt roads and to establish temporary replacements for a destroyed bridge. Work will be performed in Afghanistan, and is expected to be completed by March 31, 2004. Contract funds will not expire at the end of the current fiscal year. There were 12 bids solicited on Feb. 26, 2003, and four bids were received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (DACA78-03-D-0005).
The Boeing Company, Seattle, Washington, is being awarded an indefinite delivery indefinite quantity (IDIQ), cost-plus-award-fee letter contract, F33657-03-D-2036, to deliver an Iron Bird test bed in support of the Airborne Laser (ABL) program element. This test bed will be located at Edwards AFB, California. The period of performance for this award is from April 2003 through April 2013. The value of this contract is not to exceed $500,000,000. The scope of the initial effort, valued at $190 million, is to develop a permanent ground test facility that may be used to troubleshoot the ABL, conduct advanced technology evaluation/validation, integrate representative ABL subsystems, simulate the fully integrated ABL weapon system, host Block 08 laser module testing, support integrated Ballistic Missile Defense System testing/war gaming, and to conduct lethality testing. The Missile Defense Agency is the contracting activity (F33657-03-D-2036). The Boeing Co., St. Louis, Mo., is being awarded an $11,650,000 cost plus award fee contract modification to serve as an incremental change order to the engineering manufacturing development contract for the preliminary aircraft cockpit integration effort for F-18D and F-A-18F of the joint helmet mounted cueing system procured for the U.S. Navy F/A-18 platforms. A letter of contract definitization is scheduled for June 2003. $4,405,286 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. The Air Force Material Command, Wright-Patterson Air Force base, Ohio, is the contracting activity (F33657-97-C- 0001, P00092).
Rockford Corp.*, Anchorage, Alaska, is being awarded a $7,825,907 firm-fixed-price Task Order 0003 under an indefinite-delivery/ indefinite-quantity multiple award construction contract for an Aircraft Direct Refueling Facility at Naval Air Station, Whidbey Island. The work to be performed provides for the design and construction of a four-lane aircraft direct refueling facility with associated fuel transfer pipeline and tankage with fire protection, airfield paving and incidental related work. Work will be performed in Oak Harbor, Wash., and is expected to be completed by August 2004. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e- solicitation website with eight proposals received and award made on Jan. 9, 2002. The total contract amount is not to exceed $30,000,000, which includes the base period and four option years. The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Engineering Field Activity Northwest, Naval Facilities Engineering Command, Poulsbo, Wash., is the contracting activity (N68711-02-D-8007).
Science Applications International Corp., San Diego, Calif., is being awarded a $14,769,723 cost-plus-fixed-fee contract to provide advanced technology development and research into optical beam control in the presence of the Earth's turbulent atmosphere. The total program hours budgeted for this effort is 122,880 hours over five years. The contractor shall provide solutions to the programs of optical acquisition/tracking, the sensing of turbulence-induced optical wave front distortions and real-time mechanical corrections of said distortions with adaptive optics techniques. At this time, $520,000 of the funds has been obligated. This work will be complete June 2003. Solicitation began February 2003, and negotiations were completed May 2003. The Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity (F29601-03-C-0148).
Raytheon Integrated Defense Systems, Sudbury, Mass., is being awarded a $6,003,608 cost-plus-fixed-fee contract for engineering technical services relative to the fiscal year 2003 production of the SPY-1D (V) Aegis weapon system (AWS) transmitter group and MK99 fire control system. The AWS is the primary anti-air warfare defensive weapons system for Ticonderoga-class cruisers and Arleigh Burke-class destroyers. The heart of the AWS is the AN/SPY-1 radar system, a 3-dimensional, air/surface search and tracking radar. This high-powered radar is able to perform search, track and missile guidance functions simultaneously with a capability of over 100 targets. This contract contains options that, if exercised, would bring the total cumulative value of this contract to $49,636,087. Work will be performed in Sudbury, Mass. (90%), and Andover, Mass. (10%), and is expected to be completed by May 2008. Contract funds will not expire at 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 (N00024-03-C-5117).
Raytheon Systems Co., McKinney, Texas, is being awarded a $69,999,995 firm-fixed-price job order under previously awarded basic ordering agreement N00164-00-G-0007 for multi-spectral targeting systems, including 52 turret units and 40 electronics units and associated line items in support of the Air Force's Predator Program and the Navy's SH-60. Work will be performed in McKinney, Texas (98.95 %); Goletta, Calif. (1%); and Marboro, Mass. (.05%), and is expected to be completed by December 2005. Contract funds will not expire at the end of the current fiscal year.
The Boeing Co., Seal Beach, Calif., is being awarded a $12,500,000 cost-plus-award-fee contract modification to authorize a undefinitized contract action that allows the NavStar Global Positioning System Joint Program Office to purchase those goods and service needed to prepare the operational control segment (OCS) to monitor the new civil codes on frequency band in addition to the new military code on different frequency band and legacy signals and course acquisition on frequency band which have been previously authorized. This effort includes, but is not limited to, support for the design and development of Modernized Monitor Station Receiver Element (MMSRE) hardware and software, as well as Architecture Evolution Plan Version 6 software to add civil code monitoring capability to the OCS, and development of Integrated Logistics Support (ILS) products. This effort is needed to add civil monitoring capability without impacting the MMSRE effort recently given authorization to proceed. At this time, $733,351 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete by September 2007. Negotiations were completed August 2003. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-96-C-0025, P00251). DYNCORP Technical Services, Fort Worth, Texas, is being awarded a $37,662,293 modification to a previously awarded cost-plus-fixed- fee contract (N00421-02-C-3052) to exercise an option for operations and maintenance support of the Naval Air Systems Command Aircraft Division Atlantic Ranges and Facilities Department and the Test Article Preparation Department. The estimated level of effort is 885,900 labor hours. Work will be performed in Patuxent River, Md., and is expected to be completed in August 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity.
Innovative Scientific Solutions Inc., Dayton, Ohio, is being awarded a $49,700,000 indefinite-quantity/indefinite-delivery contract for a research effort that will support the High Impact Technologies Program, as well as the National Aerospace Initiative. Computational Fluid Dynamics models with combustion and diagnostic techniques are critical tools needed to evaluate and develop high impact technologies and advanced propulsion concepts. The objectives of this program are to develop advanced laser diagnostic techniques and computer models needed to investigate processes occurring in advanced propulsion and fuel systems and apply these tool to the development, evaluation and demonstration of high impact technology concepts that may lead to the validation of an affordable, high- performance, low-emissions engine for air and aerospace propulsion and power systems. The fundamental knowledge gained from these studies shall be used to evolve system and component design rules and to demonstrate the feasibility of high impact technologies for the current, next generation and beyond advanced propulsion systems. The Air Force can issue delivery orders totaling up the maximum amount indicated above, though actual requirements may necessitated less than this amount indicated above. At this time, $24,722,928 of the funds has been obligated. Future funds will be obligated as individual delivery orders are issued. This work will be done by June 2008. Solicitations began in January 2003, and negotiations were completed in June 2003. The Air Force Research Laboratories, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33615-03-D-2329, Delivery Order 0001). Lockheed Martin Corp, Sunnyvale, Calif., is being awarded a $5,200,000 contract modification to provide for in-scope changes to modify the Advanced Extremely High Frequency (AEHF) Payload to accommodate resources to process Rapid Reconfiguration Order Wire (RROW) AEHF Access Control Channel Uplink (XC2) streams for the AEHF Program. The technical change ensures backward compatibility with MILSTAR operations and will provide users the capability to fence the necessary payload resources to process RROW XC2 streams and the capability to control the fenced RROW XC2 stream processing payload resources as any other fenced resource, including sub-fences and sub- sub-fences, via command and access control protocol. The change will impact multiple documents, the Mission Planning Element of the Mission Control Segment, the Configurable Onboard Router in the Digital Processing Subsystem and the payload software. The AEHF Satellite Communications System provides secure, survivable communications to U.S. warfighters during all levels of conflict and is the protected backbone of the DoD's military satellite communications architecture. No funds have been obligated. This work will be completed in September 2008. The Space and Missile Systems Center, Los Angeles Air Force Base, Los Angeles, Calif., is the contracting activity (F04701-02-C-0002, P00031).
Ocean Star Inc., Houston is being awarded $25,000,000 to exercise an option under a previously awarded contract (N00033-83-C-7026) to allow the U.S. Navy's Military Sealift Command, Washington, D.C. to purchase the T-5 ocean tanker MV Lawrence H. Gianella from Ocean Star Inc. The tanker has been under long-term lease since 1986 and transports petroleum products for the U.S Department of Defense. The ship transfers back to the U.S. government Jan. 15, 2003, and will continue to operate worldwide. Contract funds will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity. Ocean Triumph Inc., Houston is being awarded $23,000,000 to exercise an option under a previously awarded contract (N00033-83-C- 7022) to allow the U.S. Navy's Military Sealift Command, Washington, D.C. to purchase the T-5 ocean tanker MV Samuel L. Cobb from Ocean Triumph Inc. The tanker has been under long-term lease since 1985 and transports petroleum products for the U.S Department of Defense. The ship transfers back to the U.S. government Jan. 15, 2003, and will continue to operate worldwide. Contract funds will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity. Ocean Freedom Shipping Inc., Houston, Texas, is being awarded $23,000,000 to exercise an option under a previously awarded contract (N00033-83-C-7016) to allow the U.S. Navy's Military Sealift Command, Washington, D.C. to purchase the T-5 ocean tanker MV Paul Buck from Ocean Freedom Shipping Inc. The tanker has been under long-term lease since 1985 and transports petroleum products for the U.S Department of Defense. The ship transfers back to the U.S. government Jan. 15, 2003, and will continue to operate worldwide. Contract funds will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-83-C-7022).
Litton Systems Inc., Dallas, Texas, is being awarded a $471,868 (from a cumulative total of $9,180,026) modification to a firm- fixed-price, 5-year indefinite-delivery/indefinite-quantity contract (DAAE20-03-D-0100) for the guaranteed quantity of 100 each M144 telescopes (complete), 150 each M144 telescopes (straight), 100 each M144 tripods, 100 each M144 optical cases and 100 each M144 transportation cases. Work will be performed in Dallas, Texas, and is expected to be completed by May 31, 2008. Contract funds will not expire at the end at the fiscal year. There were an unknown number of bids solicited via the World Wide Web on Sept. 20, 2002, and two bids were received. The U.S. Army Tank-Automotive and Armaments Command - Rock Island, Rock Island, Ill., is the contracting activity. Vanguard Contractors Inc., Paducah, Ky., and Exelon Services Federal Group, Knoxville, Tenn., are being awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract to provide full design/build projects, including those of a complex nature in the general construction category, to include maintenance, repair alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, earthwork and waterfront work in both family housing and industrial/office buildings. The multiple award construction contract (MACC) will provide a more expedient method to execute general construction requirements. The MACC will be a beneficial contracting tool to satisfy customer requirements and improve the operational readiness status of the installation. In addition to Langley Air Force Base, the MACC includes work from a federal installation in the Peninsula area of Virginia; Seymour Johnson Air Force Base, N.C.; Shaw Air Force Base, S.C.; and the Virginia Air National Guard, Richmond, Va. The Air Force can issue delivery orders totaling up the maximum amount indicated above, though actual requirements may necessitate less than this amount. At this time, $40,000 of the funds has been obligated. This work will be completed in June 2004. Solicitation began in February 2002, and negotiations were completed in May 2003. The 1st Fighter Wing, Langley Air Force Base, Va., is the contracting activity (F44600-03- D-0003 and F44600-03-D-0004).
The Boeing Co., Hunting Beach, Calif., is being awarded a $56,662,153 cost-plus award-fee contract award modification. This action extends the current contract for Launch Operations and Maintenance, Post Production Support, and Storage for the Delta II Launch Program for FY2004. This award required an exception to the existing suspension of three Boeing business units. The Air Force Delta II vehicle launches Global Positioning System (GPS) 2R satellites. The next GPS launch is scheduled for October 2003. The locations of performance are: The Boeing Co., Huntington, Calif. (25%); Cape Canaveral Air Force Station, Fla. 32925 (75%). This work will be completed by September 2004. The Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-93-C-0004, P00226). Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a not-to-exceed $22,215,598 modification to previously awarded fixed-priced-incentive contract (N00019-99-C-1090) to incorporate Block A configuration changes into a MV-22 aircraft. Work will be performed in Amarillo, Texas (55%); Fort Worth, Texas (35%); and Ridley Park, Pa. (10%), and is expected to be completed in September 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.
Burns and McDonnell Inc., San Diego, Calif., is being awarded $24,200,000 for firm-fixed price Task Order 0006 under a multiple award construction contract (N68711-02-D-8066) for design and construction of a C-40 aircraft maintenance hanger and an air traffic control tower and taxiway at Naval Air Station North Island. Work will be performed in Coronado, Calif., and is expected to be completed by July 2005. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with 20 offers received and award made on July 12, 2002._ _ The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years) bringing the cumulative total for all six contracts to $900,000,000. The multiple contractors (six 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, Southwest Division, San Diego, Calif., is the contracting activity. BAE SYSTEMS Information and Electronics Systems Integration Inc., Communication, Navigation, Identification and Reconnaissance, Greenlawn, N.Y., is being awarded an $8,636,265 modification to a previously awarded cost-plus-incentive-fee contract (N00019-00-C- 0298) for the procurement of Lot I of the AN/APX-118(V) Digital Transponder. Work will be performed in Greenlawn, N.Y., and is expected to be completed in December 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Kearfott Guidance and Navigation Corp., Black Mountain, N.C., was awarded on Oct. 8, 2003, a delivery order amount of $4,801,787 as part of an $11,765,787 firm-fixed-price contract for spare parts for the UH-60 Blackhawk Airframe. Work will be performed in Black Mountain, N.C., and is expected to be completed by Sept. 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were three bids solicited on Feb. 26, 2003, and two bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-D-0425). AM General L.L.C., Mishawaka, Ind., was awarded on Oct. 9, 2003, a delivery order amount of $993,100 as part of a $5,677,697 firm- fixed-price contract for High Mobility Multi-Wheeled Vehicle Hydraulic Transmissions. Work will be performed in Mishawaka, Ind., and is expected to be completed by Oct. 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on April 24, 2003, and one bid was received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-D-S070). Bean Stuyvesant L.L.C., New Orleans, La., was awarded on Sept. 30, 2003, a $1,000 increment as part of a $5,498,000 firm-fixed- price contract for Clean Sweep Dredging of Baldhead Shoal Outer Reach thru Horseshoe Shoal. Work will be performed in Wilmington, N.C., and is expected to be completed by April 30, 2004. Contract funds will not expire at the end of the current fiscal year. There were 38 bids solicited on April 25, 2003, and three bids were received. The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (DACW54-03-C-0018).
BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $7,801,578 modification to a previously awarded cost-plus- fixed-fee contract (N00421-03-C-0016) to exercise an option for technical and engineering services to support the Naval Air Systems Command Aircraft Division's Air Traffic Control and Landing Systems. The estimated level of effort for this option is 128,640 man-hours. Work will be performed in St. Inigoes, Md. (80%), and in Rockville, Md.(20%), and is expected to be completed by October 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Aircraft Division, St. Inigoes, Md., is the contracting activity. Raytheon Co., Baltimore, Md., was awarded on Oct. 23, 2003, a $5,700,000 increment as part of a $25,938,636 cost-plus-fixed-fee, firm-fixed-price, and time and materials contract for design, development, test and integration of a new Air Defense Identification Friend or Foe Interrogator Set. Work will be performed in Baltimore, Md. (62%), Largo, Fla. (34%), and Fort Wayne, Ind. (4%), and is expected to be completed by Sept. 30, 2010. 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 14, 2003, and three bids were received. The U.S. Army Communications and Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-04-C-K402).
Veridian Engineering, Inc., Buffalo N.Y., is being awarded a $7,000,000 (ceiling value) indefinite delivery/indefinite quantity contract to provide for high-confidence detection, orientation, and recognition. The objective of this effort is to develop a disciplined, validated and efficient capability to exercise, analyze and evaluate system-of-systems solutions to the problem of detecting, identifying, and maintaining target identification in realistic battlefield conditions (i.e. the continuous identification problem). Top-level objectives associated with the continuous identification problem include robust and predictable target recognition across a variety of operating conditions, uninterrupted tracking of dynamic targets, synergistic combination and management of a large array of sensory assets, and precise orientation and location of targets. This effort will demonstrate an integrated system performance capability by engineering, integrating, evaluation, and demonstrating advanced automatic target recognition/ cueing target tracking in registration and sensor fusion resource management technologies. The Air Force can issues delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than the amount above. Locations of performance are Veridian Engineering, Dayton Ohio and Veridian Engineering Inc., Buffalo, N.Y. At this time, $2,397,962 of the funds has been obligated. This work will be complete October 2023. Solicitations began April 2003 and negotiations were completed July 2003. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33615-02-D-1474).
The Boeing Co., Seal Beach, Calif., was awarded on July 1, 2003, a $51,441,129 contract modification to for the procurement of 21 Modernized Monitor Station Receiver Elements (MMSRE) units. The Modernized Monitor Station Receiver Element is a unique GPS receiver used by the control segment to monitor constellation signals. Also included is an addition to the GPS control segment version 6 software. No capabilities for civil requirements are included. Twelve units will be installed at six different locations, with each location having two MMSRE units installed. The installation locations are Cape Canaveral, Ascensio Island, Diego Garcia, Kwajelan Atoll, Hawaii and Colorado Springs. The additional units are used for the following: one unit for The Aerospace Corp., one backup unit for the Monitor Station Test Simulator, two units for the Monitor Station Test Simulator, two units for the Boeing Co. and three pre-operational spare units. No funds have been obligated. This work will be complete December 2012. The Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-96-C-0025, P00238). Northeast Military Sales Inc., Sterling, Mass., is being awarded a firm-fixed-price, performance-based service acquisition contract for delicatessen and bakery operations for products resale. Performance is to commence Aug. 1, 2003. The estimated award amount is $15,846,330. Work will be performed on-site at the delivery location as an operations service for delicatessen and bakery products to six commissaries located in the Defense Commissary Agency Eastern Region, District of Columbia area commissaries. The commissaries include Andrews Air Force Base, Md.; Bolling Air Force Base, D.C.; Patuxent River Naval Air Station, Md.; Fort Belvoir, Va.; Quantico, Va.; and Dover Air Force Base, Del., commissaries. The contract is for base year Aug. 1, 2003, through July 31, 2005. If both option years are exercised, to include four award terms, the contract will be completed July 31, 2011. Thirteen firms were solicited, and three proposals were received. The Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, Fort Lee, Va., is the contracting activity (DECA02-03-D-0011).
Alliant Precision Fuze Co., Janesville, Wis., is being awarded a $9,999,886 firm fixed price contract modification to provide for DSU- 33B/B proximity sensor, a nose-mounted radio frequency proximity sensor used on M117 and MK-80 series general-purposed and the Joint Direct Attack Munition. The DSU-33B/B provides a sensor fire pulse, which in turn initiates bomb detonation at a height-of-burst (HOB) nominally 20 feet. The HOB detonation capability enhances the performance of general-purpose bombs and JDAMs for above ground targets. The DSU-33B/B can provide a fire pulse to the following fuzes: FMU-139, FMU-139 A/B, FMU-139B/B, and the FMU-152/B. Power for the DSU-33B/B is provided by an internal battery, which is initiated by either an FZU-48/B or the FZU-55/B and FZU-55A/B in the Air Force configuration, or the Fuze Function Control Set in the Navy configuration. The sensor is qualified for use on the following aircraft and each variant in their series: Marines AV-8, Navy/ Marine F/A 18, and Air Force A-10, F-15, F-22, B-52, B-1 and B-2 including foreign military sales versions. This action is for the Exercise of option 3 for the procurement of 4,922 DSU-33B/B proximity sensors and cables under this option. This action also includes the procurement of an additional 2,768 DSU-33B/B proximity sensors and cables under option 2. Total funds have been obligated. This work will be complete by August 2005. The Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08635-02- C-0049, P00009).
Boeing Wichita Development and Mod Center, Wichita, Kan., is being awarded a $73,609,000 cost-plus-incentive-fee contract for block one modification for the E-4 aircraft. The E-4B provides the national command authority with a battle staff and a survival command, control, and communications platform from which U.S. force direction and civil coordination can be conducted. At this time $1,620,000 of the funds has been obligated. Boeing will perform this effort in Wichita. The Oklahoma City Air Logistics Center, Tinker Air Force Base is the contracting activity (F34601-03-C-0155). Hydraulics International, Inc., Chatsworth, Calif., is being awarded an $11,686,739 modification to a previously awarded firm- fixed-price contract (N68335-99-C-0167) to exercise an option for the procurement of 119 Second Generation 20mm Linkless Ammunition Loading Systems (LALS II) consisting of ammunition loaders and ammunition replenishers. The LALS II will satisfy a U.S. Air Force requirement to support the M61A1/A2 gun systems in the F-15, F-16, and F-22 aircraft. Work will be performed in Chatsworth, Calif., and is expected to be completed in July 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Lakehurst, N.J., is the contracting activity.
Northrop Grumman Corp., El Segundo, Calif., is being awarded a $20,000,000 indefinite-delivery/indefinite-quantity contract to provide for Versatile Affordable Advanced Turbine Engines (VAATE) Phase I. The VAATE Program is a joint DoD/NASA/DoE/industry effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo- propulsion affordability over the year 2000 state-of-the-art technology. Foster-Miller Inc.*, Waltham, Mass., is being awarded a not-to- exceed $9,500,000 indefinite-delivery/indefinite-quantity contract for a Phase III Small Business Innovative Research (SBIR) Program under topics N93-250 entitled "Woven Structure/Resin Transfer Molding" and N96-020 entitled "Innovative Lightweight Recuperative Gas Turbine Turboshaft Engine Development." The primary objective of this Phase III SBIR Program is to provide services and materials for engineering tasks including research and development, prototype development and fabrication, demonstration/validation, product development services, product application studies and modeling, fabrication/production of hardware, software design, software development and fabrication, retrofitting developed products into existing air and sea-based platforms and in-service engineering pertaining to the development of lightweight composite and ceramic materials for use by the F/A-18 E/F and Unmanned Combat Air Vehicle Programs. Work will be performed in Waltham, Mass., and is expected to be completed in August 2008. Contract funds in the amount of $4,200,000 will expire at the end of the current fiscal year. This contract was competitively procured using SBIR Program solicitation under Topics N93-250 and N96-020, and two offers were received for each. The Naval Air Systems Command Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-03-D-0145).
Raytheon, Network Centric Systems, St. Petersburg, Fla., is being awarded a $16,287,920 cost-plus-award-fee modification under a previously awarded contract (N00024-03-C-5118) to exercise an option for fiscal year 2004 Block 1 engineering services and design agent requirements for the Navy's Cooperative Engagement Capability (CEC) Program. 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. Work will be performed in St. Petersburg (95 percent) and Largo (5 percent), Fla., and is expected to be completed by September 2004. Contract funds in the amount of $1,757,241 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. BAE Systems Applied Technologies Inc., Rockville, Md., is being awarded a $15,160,681 modification to a previously awarded cost- plus-fixed-fee contract (N00421-02-C-3058) to exercise an option for the procurement of an estimated quantity of 254,000 hours of engineering and technical services to support Navy/joint/national agency C4I communication-electronic equipment and systems. Support includes design, development, integration, installation, test and evaluation, installation, fielding, certification, maintenance and logistics. The systems include shipboard (interior and exterior communication systems), shipboard radio communication systems, airborne communication systems and shore-based (fixed, transportable and ground mobile) systems. Sponsors for which support services may be required include Naval special warfare programs; Navy and joint C2/C3/C3I/C4I/C4ISR programs; special operations forces (SOF) programs; Navy/SOF aviation programs; counternarcotics programs; Navy/SOF ship, shore and combat programs; the U. S. Marine Corps; the U. S. Coast Guard; U. S Army Special Operations Command; U. S. Special Operations Command; U. S. Joint Forces Command; and the U. S. Customs Service. Work will be performed in St. Inigoes, Md., and is expected to be completed in November 2004. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Aircraft Division, St. Inigoes, Md., is the contracting activity. Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $5,890,000 firm-fixed-price modification under previously awarded contract (N00024-97-C-6240) to exercise an option for production of 12 AN/BSG-1 Weapon Launching Systems. The contract purchases AN/BSG-1 production systems and associated materials. AN/ BSG-1 is a portable fire control system for launching the nuclear variant of the Tomahawk Nuclear Land Attack Missile (TLAM-N) from any two horizontal torpedo tubes without degrading the existing capability of the remaining tubes on SSN 688, 688I and 774 Class submarines. Work will be performed in Portsmouth, R.I., and is expected to be completed by September 2005. Contract funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Advanced Engineering and Research Associates*, Alexandria, Va.; The Boeing Co., St. Louis, Mo.; Carley Corp.*, Orlando, Fla.; Delex Systems Inc.*, Vienna, Va.; D.P. Associates Inc.*, Arlington, Va.; Lockheed Martin Information Systems, Orlando, Fla.; and Anteon Corp.*, Fairfax, Va., were each awarded an indefinite-delivery/ indefinite-quantity, multiple-award contract for Lot II of the support effort for the training needs of the Naval Air Systems Command, which consists of the full range of technology-based training product planning, analysis, design, development, implementation, evaluation, support, maintenance, modification and management. Under this multiple award, the seven contractors will be provided a fair opportunity to compete for individual task orders under this Lot II level of effort. A ceiling of $3,000,000,000 over an eight-year ordering period exists for these two separate lots of effort. The multiple awards for Lot I will be made in the near future. Work will be performed in Alexandria, Va.; St. Louis, Mo.; Orlando, Fla.; Vienna, Va.; Arlington, Va.; Fairfax, Va., and is expected to be completed in August 2011. Contract funds will not expire at the end of the current fiscal year. These contracts were competitively procured under a multiple-award request for proposals with a partial set-aside for small business and 28 offers were received for the Lot II effort. The Naval Air Systems Command Training Systems Division, Orlando, Fla., is the contracting activity for these seven contracts (N61339-00-D-5013 through N61339- 00-D-5019). Combined Energies, Augusta, Maine, was awarded a not to exceed $30,000,000 firm-fixed-price, indefinite-delivery job order contract for construction, alteration, repair and short-term facilities maintenance services at Naval installations in the Northern New England area. Work will be performed at Department of Navy installations located in Maine (80%), New Hampshire (10%), and Vermont (10%), and is expected to be completed in August 2004. Contract funds will expire at the end of the current fiscal. This contract was competitively procured via the NAVFAC e-solicitation Web site, with six offers received. The Engineering Field Activity Northeast, Naval Facilities Engineering Command, Lester, Pa., is the contracting activity (N62472-03-D-0076). Eagan, McAllister Associates Inc., Lexington Park, Md., was awarded $8,825,203 indefinite-delivery/indefinite-quantity, cost- plus-fixed-fee contract to provide engineering and technical support services to Space and Naval Warfare Systems Center, Charleston, S.C., for test and evaluation, systems engineering and integration, operational systems engineering support, systems acquisition support, logistics support, configuration management, research and development and documentation support for various C4I systems, subsystems and equipment including air traffic control; radiation detection, indication and computation; meteorological and oceanographic systems; geospatial information systems; navigation and environmental systems; electromagnetic environmental effects; and undersea warfare. These activities support a variety of customers, including the Space and Naval Warfare Systems Command (SPAWAR), U.S. Special Operations Command, Naval Sea Systems Command, Navy Modeling and Simulation Management Office and other customers. This contract includes options which, if exercised, would bring the total cumulative value of the contract to $48,830,519. Work will be performed in Charleston, S.C. (75%), and Tampa, Fla. (25%), and is expected to be completed by August 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under full and open competition.
Colville Tribal Services Corp.,* Nespelem, Wash., is being awarded a $5,888,949 firm-fixed, fully designed military construction contract for a Missile Spares Storage Building (MSSB) at Strategic Weapons Facility, Pacific, Bangor, Wash. The MSSB will be a single-story, 125 feet wide by 250 feet long high-bay structure having a loading dock at the north end and a mezzanine over approximately the southern half of the building. The MSSB will handle or process missile components. Work will be performed in Bangor, Wash., and is to be completed by February 2004. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Engineering Field Activity, Northwest, Naval Facilities Engineering Command, Poulsbo, Wash., is the contracting office (N44255-02-C-1010). Rand and Son Construction Co., St. Louis and Clement Contracting Group, Montgomery, Ala., is being awarded a $500,000,000 indefinite- delivery indefinite-quantity contract to provide for the streamlined construction improvement program for the Defense Commissary Agency, and provide for the award of five regions with up to three indefinite-delivery indefinite-quantity construction contracts per region. This award is for Region II. The scope of work under Region II includes construction projects estimated less than $4 million for design and build of commissaries, building of new commissaries, addition and alteration to existing commissaries, new central distribution centers and retail centers to be performed in North Dakota; South Dakota; Wyoming; Colorado; New Mexico; Nebraska; Kansas; Oklahoma; Texas; Minnesota; Indiana; and Wisconsin. The Air Force can issue delivery orders totaling up to the maximum indicated above, though requirement may necessitate less than the amount indicated above. At this time, no funds have been obligated. This work will be completed by January 2008. Solicitation began in December 2001 and negotiations were completed in January 2003. The Air Education and Training Command, is the contracting activity (F41689-02-D-0025, F41689-02-D-0026, F41689-02-D-0027).
I. E. Pacific Inc.*, San Diego, Calif.; Allright-Garcia Joint Venture*, Fresno, Calif.; Sea Pac Engineering Inc.*, Los Angeles, Calif.; Macro-Z-Technology Co.*, Santa Ana, Calif.; A&D Fire Protection Inc.*, Santee, Calif.; EPC Corp.*, Glendale, Ariz.; K.O.O. Construction Inc.*, West Sacramento, Calif.; M. Kennedy Co. Inc.*, Seattle, Wash.; and Consolidated Contracting Services Inc.*, San Clemente, Calif., are each being awarded a maximum amount of $30,000,000/guaranteed minimum of $25,000 (base period) firm-fixed- price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation/alteration and repair of various facilities within the North American Industry Code System. Types of projects may include, but are not limited to, administrative and industrial facilities, wholehouse revitalization, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional building construction, manufacturing and industrial build construction and other similar facilities. The aggregate of $270,000,000 will potentially be shared among all nine contractors with each contract not to exceed $30,000,000 (base period and four option years). The base period work is expected to be completed by July 2004. The total potential term of the contract is not to exceed sixty months (including options), with an expected completion date of July 2008. Work will be performed at various Navy and Marine Corps installations in California (90%), Arizona (6%), Nevada (3%) and New Mexico (1%). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a 100% 8(a) set aside via the NAVFAC e-solicitation Web site, with 35 offers received. These nine contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity (N68711-03- D-7030/7031/7032/7033/7034/7035/7036/7037/7038).
The McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., is being awarded a $689,529,166 firm fixed price contract modification to provide Joint Direct Attack Munitions (JDAM) Lot 7 Guidance Kits. The JDAM weapon system provides the Air Force and the Navy with an improved aerial delivery capability for existing 500, 1,000, and 2,000-pound bombs. The JDAM is a strap-on kit with Inertial Navigation System/Global Positioning System capability. The locations of performance are: McDonnell Douglas Corp., Berkeley, Mo. (69%); Honeywell Inc., Military Avionics Division, Minneapolis., Minn. (31%). Total funds have been obligated. Solicitation began January 2003 and negotiations were completed in March 2003. This work will be completed by March 2005. The Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08635-03-C-0055). Tecnico Corp., Chesapeake, Va., is being awarded a $23,208,729 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering technical and logistics services, and staging facility & support services. Contractor will perform alterations to shipboard systems and equipment including, but not limited to, Title "D" and "K" ship alterations, type commander initiated, machinery, and ordnance alterations; planning yard work instructions; engineering change proposals; and field changes. Work will be performed in Norfolk, Va. (30%); San Diego, Calif. (30%); Mayport, Fla. (10%); Ingleside, Texas (5%); Pascagoula, Miss. (5%); Pearl Harbor, Hawaii (5%); Bremerton, Wash. (5%); Everett, Wash. (5%); Sasebo, Japan (2%); Yokosuka, Japan (2%); Earle, N.J. (.5%); Santa Rita, Guam (.5%); and is expected to be completed by March, 2008. Contract funds in the amount of $185,000, will expire at the end of the current fiscal year. The contract was competitively procured and posted on the Internet, with 28 proposals solicited and four offers received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-03- D-0018). Talley Defense Systems, Mesa, Ariz., is being awarded an $8,867,704 fixed-price modification under previously awarded contract (N00178-00-C-1016) to exercise an option for production of 6,091 Shoulder-Launched, Multi-purpose Assault Weapon (SMAW), High- Explosive, Dual-Purpose Encased Assault Rockets for the U.S. Marine Corps (USMC). The SMAW system consists of a reusable launcher, equipped with a 9mm spotting rifle, and a family of encased rounds, including the High Explosive Dual Purpose, High Explosive Anti- Armor, and the Common Practice encased round. The SMAW system was developed by the USMC, and is designed to defeat bunkers and armored vehicles. Work will be performed in Mesa, Ariz., and is expected to be completed by August 2004. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and posted on the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) web home page, with two proposals received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity. (N00178-00-C-1016)
AMEC Earth and Environmental Inc., Plymouth, Pa., is being awarded a $1,100,000,000 indefinite-delivery/indefinite-quantity contract to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders on the basis of fair opportunities to any of the participating contractors totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. Solicitation began December 2002, and negotiations were completed March 2003. This work will be complete by September 2011. The Air Force Center for Environmental Excellence, Brooks Air Force Base, Texas, is the contracting activity (F41624-03-D-8591). The Environmental Co. Inc., Charlottesville, Va., is being awarded a $1,100,000,000 indefinite-delivery/indefinite-quantity contract to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders on the basis of fair opportunities to any of the participating contractors totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. Solicitation began December 2002, and negotiations were completed March 2003. This work will be complete by September 2011. The Air Force Center for Environmental Excellence, Brooks Air Force Base, Texas, is the contracting activity (F41624-03-D-8618). JM Waller Associates Inc., Burke, Va., is being awarded a $1,100,000,000 indefinite-delivery/indefinite-quantity contract to provide professional architect-engineer (A&E) services to perform preliminary environmental assessment through remedial design and other A&E services in support of locations worldwide. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders on the basis of fair opportunities to any of the participating contractors totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. Solicitation began December 2002, and negotiations were completed March 2003. This work will be complete by September 2011. The Air Force Center for Environmental Excellence, Brooks Air Force Base, Texas, is the contracting activity (F41624-02-R-8159).
Timken Corp., Canton, Ohio, is being awarded a $20,000,000 indefinite delivery/indefinite quantity contract to provide for versatile affordable advanced turbine engine (VAATE) Phase I hybrid bearings. The VAATE program is a joint Department of Defense/ National Air Space Aeronautical/Department of Energy/industry effort by the year 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state- of-the-art technology. Funds will be obligated as individual delivery orders are issued. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. At this time, $1,157,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. This work will be complete April 2006. The Air Force Research Laboratory, Wright- Patterson Air Force Base, Ohio, is the contracting activity (F33615- 03-D-2353). National Steel and Shipbuilding Company, San Diego, Calif., is being awarded a $287,607,091 fixed-price-incentive modification under previously awarded contract (N00024-02-C-2300) to exercise an option for design and construction of the fourth ship in the Dry Cargo/Ammunition Ship (T-AKE) Class. The T-AKE will provide a two product (ammunition and combat stores - including dry stores, frozen and chilled products, spare parts and consumables) shuttle ship replacement for the aging combat store and ammunition shuttle ships. The T-AKE will provide logistics lift to station ships and other ships operating with naval forces from supply sources, such as friendly ports, and at sea from merchant vessels. This contract will provide for the full funding of the detail design and construction of the fourth ship of the T-AKE Class. Work will be performed in San Diego, Calif., and is expected to be completed by December 2006. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Martin's Point Health Care, Portland, Maine, was awarded a sole- source contract of $93,458,710 (DASW01-03-C-0049); Brighton Marine Health Center, Boston, Mass., was awarded a sole-source contract of $69,058,944 (DASW01-03-C-0051); Johns Hopkins Medical Services Corp., Baltimore, Md., was awarded a sole-source contract of $118,288,092 (DASW01-03-C-0052); CHRISTUS Health, Houston, Texas, was awarded a sole-source contract of $112,219,718 (DASW01-03-C- 0050); and Pacific Medical Clinics, Seattle, Wash., was awarded a sole-source contract of $95,974,536 (DASW01-03-C-0048). These organizations are being awarded contracts to continue providing health care services to enrolled TRICARE beneficiaries in their respective geographic service areas for a 12-month base period and four 12-month option periods. The contract award of approximately $489,000,000 is a firm-fixed price for the 1-year base period, with health care services beginning June 1, 2003. By law, the contracts are negotiated and entered into on a sole-source basis. Solicitations began in October 2002, and the contracts are expected to be completed in May 2008. The Department of the Army, Defense Contract Command-Washington, is the contracting activity.
AIR FORCE CFM International, Cincinnati, Ohio, is being awarded a $365,000,000 indefinite-delivery/indefinite-quantity contract to provide for the F108 engine, which supports the KC/RC aircraft, and engineering support. The maximum quantity of engines is 88 each. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than the amount indicated above. CFM International will perform this effort at General Electric Engines, Evendale, Ohio, and at SNECMA Services, a division of CFM International, Magny Les Hameaux, France. At this time, $630,000 of the funds has been obligated. Further funds will be obligated as individual delivery orders are issued. Technology Service Corp.*, Los Angeles, Calif., is being awarded a not-to-exceed $15,000,000 indefinite-delivery/indefinite-quantity contract for a Phase III Small Business Innovative Research (SBIR) Program under Topic N99-068 entitled "Integration of Mode S Into Identification Friend or Foe." Work will be performed in Silver Spring, Md. (99%), and Los Angeles, Calif. (1%), and is expected to be completed in May 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using SBIR Program solicitation under Topic N99-068, and three offers were received. The Naval Air Systems Command Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-03-D- 0098). Aquidneck Management Associates Ltd., Middletown, R.I., is being awarded a $14,323,777 cost-plus-fixed-fee, indefinite-delivery/ indefinite-quantity contract for integrated logistic support of submarine launched missile programs at the Naval Undersea Warfare Center-Newport Division. Work will be performed in Newport, R.I., and is expected to be completed by May 2008. The contract was competitively procured and advertised via the Internet, with one proposal received. The Naval Undersea Warfare Center-Newport Division, Newport R.I., is the contracting activity (1166604-03-D- 0666).
NAVY Rolls-Royce Defense Services Inc., Indianapolis, Ind., is being awarded a requirements contract with a not-to-exceed value of $51,197,805 to provide power-by-the-hour (PBTH) logistics support for approximately 175 T-45 F405-RR-401 engines. PBTH support to be provided includes maintaining and controlling the current inventory of F405-RR-401 engines, modules, spare and repair parts, as well as additional engines added to the fleet, including engines delivered with new production aircraft. Work will be performed in Meridian, Miss. (50.41%); Kingsville, Texas (49.04%); and Patuxent River, Md. (.55%), and is expected to be completed in September 2004. 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-D-0012). McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded a $48,838,246 modification to a previously awarded firm-fixed-price/fixed-price-incentive-fee contract (N00019-03-C-6528) to exercise an option for three T-45 aircraft. Work will be performed in St. Louis, Mo. (52%), and Warton, Brough, England (48%), and is expected to be completed in September 2006. 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.
Peterson Construction Co. Inc., Grand Forks, N.D.; Construction Engineers Limited, Grand Forks, N.D; Baukol Builders Inc., Grand Forks, N.D; I.C.S. Inc., Grand Forks, N.D; Community Contractors Inc. Grand Forks, N.D; CS DuBois Construction Inc., Fargo, N.D.; and Kevin's Construction-Gracon Corp. (a joint venture), Belcourt, N.D., are being awarded a $40,000,000 (program maximum) indefinite- delivery/indefinite-quantity contract to participate in a program to provide repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork in the military family housing areas and base industrial/buildings at Grand Forks Air Force Base and Cavalier Air Force Station, both in N.D. At this time, $5,000 of the funds has been obligated per contract. Further 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 be necessitate less than that amount. The contractors will perform this effort at these locations: Peterson Construction Co. Inc., Grand Forks, N.D.; Construction Engineers Limited, Grand Forks, N.D; Baukol Builders Inc., Grand Forks, N.D; I.C.S. Inc., Grand Forks, N.D; Community Contractors Inc. Grand Forks, N.D; CS DuBois Construction Inc., Fargo, N.D.; and Kevin's Construction- Gracon Corp. (a joint venture), Belcourt, N.D. This work will be complete June 2004. The 319th Contracting Squadron, Grand Forks Air Base, N.D., is the contracting activity (Peterson Construction Co. Inc., F32605-03-D-C005; Construction Engineers Limited, F32605-03-D- C006; Baukol Builders Inc., F32605-03-D-C007; I.C.S. Inc., F32605- 03-D-C003; Community Contractors Inc., F32605-03-D-C004; CS DuBois Construction Inc., F32605-03-D-C008; and Kevin's Construction- Gracon Corp., F32605-03-D-C009). AMSEC LLC Inc., Virginia Beach, Va., is being awarded a potential value $7,201,169 indefinite-delivery/indefinite-quantity contract, with cost-plus-fixed-fee pricing, to complete integrated software installations and upgrades of networked systems in support of the Space and Naval Warfare Systems Center, San Diego, Calif., Communications Network Fleet Engineering Systems Division. This contract is one of three contracts awarded; all three awardees will compete for task orders during the ordering period. This contract contains options which if exercised will bring the maximum potential value of this contract to $36,639,639. Work will be performed in San Diego, Calif., and is expected to be completed by June 29, 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through the Space and Naval Warfare Systems Command e-commerce Web site via the Commerce Business Daily, with three offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-03-D-5048). Resource Consultants Inc., Vienna, Va., is being awarded a potential value $6,143,166 indefinite-delivery/indefinite-quantity contract, with cost-plus-fixed-fee pricing, to complete integrated software installations and upgrades of networked systems in support of the Space and Naval Warfare Systems Center, San Diego, Calif., Communications Network Fleet Engineering Systems Division. This contract is one of three contracts awarded; all three awardees will compete for task orders during the ordering period. This contract contains options which if exercised will bring the maximum potential value of this contract to $31,540,209. Work will be performed in San Diego, Calif., and is expected to be completed by June 2004. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through the Space and Naval Warfare Systems Command e-commerce Web site via the Commerce Business Daily, with three offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-03-D-5017).
The McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., Berkeley, Mo., is being awarded a $11,640,000 firm fixed- price contract modification to provide Joint Direct Attack Munitions (JDAM) Guided Vehicles for the following Foreign Military Sales countries: Denmark-245 each, UAE-202 each, Oman-84 each, Korea-14 each. The JDAM weapon system provides for the Air Force and the Navy with an improved aerial delivery capability for existing bombs. The JDAM is a strap-on kit with Inertial Navigation System/Global Positioning System capability.
Rand and Son Construction Co., Lee Summit Mo.; Sea Pack Engineering, Reseda, Calif.; and Leon Construction Inc., Nipomo, Calif., are being awarded a $30,000,000 indefinite delivery/ indefinite quantity contract to provide for the Streamlined Construction Improvement Program for the Defense Commissary Agency that provides for the award of five regions with up to three Indefinite Delivery/Indefinite Quantity construction contracts per region. This award is for Region III. The scope of work under Region III includes construction projects estimated less than $4,000,000 additions/alterations to existing commissaries, new central distribution centers and retail centers to be performed in Mont., Wash., Ore., Ind., Calif., Nev., Utah, Ariz., Hawaii, and Guatemala. The Air Force can issue delivery orders on the basis of fair opportunities to any of the participating contractors totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. Funds will be obligated as individual delivery orders are issued. This work will be completed by April 2008. Solicitation began December 2001, and negotiations were completed in April 2003. The Air Education Training Command, Lockland Air Force Base, Texas, is the contracting activity (F41689- 02-D-0022; F41689-02-D-0023; F41689-02-D-0024). Ukpik Mechanical/SKE, Aurora Group Telecom LLC/Joint Venture, Anchorage, Ala., is being awarded a $45,000,000 indefinite delivery/ indefinite quantity contract to provide all personnel, equipment, parts, material, tools, operation, and maintenance documentation and any other items and services necessary to perform operations and maintenance of the Base Telecommunications System 24 hours per day, seven days per week. Perform operations and maintenance on the switching system(s), transmission equipment, ancillary equipment, customer premise equipment, and the inside and outside cable plant, and recurring support services. The contract will consist of a base period plus six one-year options, with no individual task order exceeding 60 months. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than this amount. Funds will be obligated as individual delivery orders are issued. This work will be completed by September 2009. Solicitation began in October 2002 and negotiations were completed in March 2003. The 38th Engineering Installation Group, Tinker Air Force Base, Okla., is the contracting activity (F34608-03-D-0003).
DigitalGlobe Inc., Colo., is being awarded a firm-fixed-price contract (NMA301-03-C-0001) with a minimum guarantee of $72,000,000 and a ceiling of $500,000,000. The "CLEARVIEW" contract requires commercial data providers to deliver "High Resolution" satellite imagery to NIMA over a five-year period, consisting of a three-year base period and two option years. The competition was among current commercial satellite imagery vendors that could provide commercial satellite imagery with nominal (nadir) ground sampling distances equal to or less than one meter for panchromatic sensors. The guaranteed minimum will be expended in the initial three-year base period. The first year will be funded with FY03 O&M funding. Obligation of out-year funds will be awarded "Subject to Availability." The contracting office is the National Imagery and Mapping Agency.
BookMark eNqN17tuU0EQBmAXIEECBW8QiTrS3HZmlg4l3KRIKbi0kROfI4FQEuIgXp-xoP-nsZvPu__O2Z31Odo8ub27XZ5tjvb7H0RilvP55tXXzyfnl-dvTs7ubh8ftjeP-xebp-v25355-f_7ePPt_bsvZx9PLy4_fDp7e3F67xISp-G-MjlR0kJbX4VublaasarP3RyLbzOVt7kzW3UxXedO1UbYdV7vbsL0ePP638D3D3e_fi_7x6s_3x-WdVl2-yuzUb-WoViJK2PFHgKVz_psKHKc3pMmnDGmjhxYCXFiRUMCqpxujpUPsYZSxmtMC2rMqKGN9DrGaCgjbSjlxhpriZ30lI30MkdjRqlVYsURjbFYhbGiOVuKG5Ugb40ljdORVINBVQULPGPEcALKMkYaGssKOdxftenrSKInZB5BmVCNyUxYhcfEaiQPqDQH7HJWsVxgrmHkAddo6TJhVU3JBlZcOwfOqBXLYHo2t4SVIKsmHVjFgKejKl-9JLGKuhSwGh6ElYniXJVeBSqdNhqq7g68RuVwnEtJDSuZzjiXZN2jWIUxrqo4WUMRC87FaYTrxaE2sRKJjmLC-4t5Dm6ogHfHQXngsep_VWNPVFfl0VDmuBIU1c6xcp_eUNrJpdUKsZKDxIobO4eoc9KI6kAiFbPu9sAqE5-0mD5hvz8oN8PKEt61peTQnKBixt0kst6SGKvD-0JDVW_qqGjMqNJ4jvWyYNlQgXthHNjsKMV7ov7mCF5jtWhvpK_XVbxXQ0Qa6ckH6V8-ccNC
ContentType Newsletter
Copyright Copyright M2 Communications Ltd. December 22, 2003
Copyright M2 Communications Ltd. December 31, 2003
Copyright M2 Communications Ltd. December 17, 2003
Copyright M2 Communications Ltd. December 10, 2003
Copyright M2 Communications Ltd. December 12, 2003
Copyright M2 Communications Ltd. December 8, 2003
Copyright M2 Communications Ltd. December 9, 2003
Copyright M2 Communications Ltd. November 17, 2003
Copyright M2 Communications Ltd. December 4, 2003
Copyright M2 Communications Ltd. October 29, 2003
Copyright M2 Communications Ltd. October 23, 2003
Copyright M2 Communications Ltd. November 3, 2003
Copyright M2 Communications Ltd. October 21, 2003
Copyright M2 Communications Ltd. September 25, 2003
Copyright M2 Communications Ltd. September 23, 2003
Copyright M2 Communications Ltd. September 17, 2003
Copyright M2 Communications Ltd. August 20, 2003
Copyright M2 Communications Ltd. August 18, 2003
Copyright M2 Communications Ltd. September 10, 2003
Copyright M2 Communications Ltd. August 28, 2003
Copyright M2 Communications Ltd. August 13, 2003
Copyright M2 Communications Ltd. August 7, 2003
Copyright M2 Communications Ltd. July 29, 2003
Copyright M2 Communications Ltd. August 5, 2003
Copyright M2 Communications Ltd. July 24, 2003
Copyright M2 Communications Ltd. July 1, 2003
Copyright M2 Communications Ltd. July 14, 2003
Copyright M2 Communications Ltd. June 30, 2003
Copyright M2 Communications Ltd. July 3, 2003
Copyright M2 Communications Ltd. June 25, 2003
Copyright M2 Communications Ltd. July 2, 2003
Copyright M2 Communications Ltd. June 18, 2003
Copyright M2 Communications Ltd. June 6, 2003
Copyright M2 Communications Ltd. June 2, 2003
Copyright M2 Communications Ltd. June 16, 2003
Copyright M2 Communications Ltd. June 13, 2003
Copyright M2 Communications Ltd. May 28, 2003
Copyright M2 Communications Ltd. May 7, 2003
Copyright M2 Communications Ltd. June 3, 2003
Copyright M2 Communications Ltd. April 30, 2003
Copyright M2 Communications Ltd. April 15, 2003
Copyright M2 Communications Ltd. March 31, 2003
Copyright M2 Communications Ltd. March 21, 2003
Copyright M2 Communications Ltd. April 10, 2003
Copyright M2 Communications Ltd. April 7, 2003
Copyright M2 Communications Ltd. March 12, 2003
Copyright M2 Communications Ltd. February 28, 2003
Copyright M2 Communications Ltd. February 27, 2003
Copyright M2 Communications Ltd. February 6, 2003
Copyright M2 Communications Ltd. January 27, 2003
Copyright M2 Communications Ltd. January 28, 2003
Copyright M2 Communications Ltd. January 8, 2003
Copyright M2 Communications Ltd. January 6, 2003
Copyright M2 Communications Ltd. August 14, 2003
Copyright M2 Communications Ltd. March 6, 2003
Copyright M2 Communications Ltd. March 28, 2003
Copyright M2 Communications Ltd. September 11, 2003
Copyright M2 Communications Ltd. September 1, 2003
Copyright M2 Communications Ltd. January 16, 2003
Copyright M2 Communications Ltd. May 19, 2003
Copyright M2 Communications Ltd. September 16, 2003
Copyright M2 Communications Ltd. July 21, 2003
Copyright M2 Communications Ltd. October 13, 2003
Copyright M2 Communications Ltd. September 3, 2003
Copyright M2 Communications Ltd. August 27, 2003
Copyright M2 Communications Ltd. August 25, 2003
Copyright M2 Communications Ltd. October 10, 2003
Copyright M2 Communications Ltd. April 25, 2003
Copyright M2 Communications Ltd. October 31, 2003
Copyright M2 Communications Ltd. October 15, 2003
Copyright M2 Communications Ltd. November 4, 2003
Copyright M2 Communications Ltd. November 11, 2003
Copyright M2 Communications Ltd. October 30, 2003
Copyright M2 Communications Ltd. December 24, 2003
Copyright M2 Communications Ltd. August 11, 2003
Copyright M2 Communications Ltd. August 21, 2003
Copyright M2 Communications Ltd. December 3, 2003
Copyright M2 Communications Ltd. December 11, 2003
Copyright M2 Communications Ltd. June 23, 2003
Copyright M2 Communications Ltd. August 19, 2003
Copyright M2 Communications Ltd. November 27, 2003
Copyright M2 Communications Ltd. July 31, 2003
Copyright M2 Communications Ltd. June 17, 2003
Copyright M2 Communications Ltd. May 21, 2003
Copyright M2 Communications Ltd. August 12, 2003
Copyright M2 Communications Ltd. May 26, 2003
Copyright M2 Communications Ltd. November 18, 2003
Copyright M2 Communications Ltd. July 28, 2003
Copyright M2 Communications Ltd. April 2, 2003
Copyright M2 Communications Ltd. April 28, 2003
Copyright M2 Communications Ltd. March 19, 2003
Copyright M2 Communications Ltd. March 10, 2003
Copyright M2 Communications Ltd. March 17, 2003
Copyright M2 Communications Ltd. March 5, 2003
Copyright M2 Communications Ltd. February 25, 2003
Copyright M2 Communications Ltd. March 4, 2003
Copyright M2 Communications Ltd. March 3, 2003
Copyright M2 Communications Ltd. January 20, 2003
Copyright M2 Communications Ltd. January 13, 2003
Copyright M2 Communications Ltd. January 24, 2003
Copyright_xml – notice: Copyright M2 Communications Ltd. December 22, 2003
– notice: Copyright M2 Communications Ltd. December 31, 2003
– notice: Copyright M2 Communications Ltd. December 17, 2003
– notice: Copyright M2 Communications Ltd. December 10, 2003
– notice: Copyright M2 Communications Ltd. December 12, 2003
– notice: Copyright M2 Communications Ltd. December 8, 2003
– notice: Copyright M2 Communications Ltd. December 9, 2003
– notice: Copyright M2 Communications Ltd. November 17, 2003
– notice: Copyright M2 Communications Ltd. December 4, 2003
– notice: Copyright M2 Communications Ltd. October 29, 2003
– notice: Copyright M2 Communications Ltd. October 23, 2003
– notice: Copyright M2 Communications Ltd. November 3, 2003
– notice: Copyright M2 Communications Ltd. October 21, 2003
– notice: Copyright M2 Communications Ltd. September 25, 2003
– notice: Copyright M2 Communications Ltd. September 23, 2003
– notice: Copyright M2 Communications Ltd. September 17, 2003
– notice: Copyright M2 Communications Ltd. August 20, 2003
– notice: Copyright M2 Communications Ltd. August 18, 2003
– notice: Copyright M2 Communications Ltd. September 10, 2003
– notice: Copyright M2 Communications Ltd. August 28, 2003
– notice: Copyright M2 Communications Ltd. August 13, 2003
– notice: Copyright M2 Communications Ltd. August 7, 2003
– notice: Copyright M2 Communications Ltd. July 29, 2003
– notice: Copyright M2 Communications Ltd. August 5, 2003
– notice: Copyright M2 Communications Ltd. July 24, 2003
– notice: Copyright M2 Communications Ltd. July 1, 2003
– notice: Copyright M2 Communications Ltd. July 14, 2003
– notice: Copyright M2 Communications Ltd. June 30, 2003
– notice: Copyright M2 Communications Ltd. July 3, 2003
– notice: Copyright M2 Communications Ltd. June 25, 2003
– notice: Copyright M2 Communications Ltd. July 2, 2003
– notice: Copyright M2 Communications Ltd. June 18, 2003
– notice: Copyright M2 Communications Ltd. June 6, 2003
– notice: Copyright M2 Communications Ltd. June 2, 2003
– notice: Copyright M2 Communications Ltd. June 16, 2003
– notice: Copyright M2 Communications Ltd. June 13, 2003
– notice: Copyright M2 Communications Ltd. May 28, 2003
– notice: Copyright M2 Communications Ltd. May 7, 2003
– notice: Copyright M2 Communications Ltd. June 3, 2003
– notice: Copyright M2 Communications Ltd. April 30, 2003
– notice: Copyright M2 Communications Ltd. April 15, 2003
– notice: Copyright M2 Communications Ltd. March 31, 2003
– notice: Copyright M2 Communications Ltd. March 21, 2003
– notice: Copyright M2 Communications Ltd. April 10, 2003
– notice: Copyright M2 Communications Ltd. April 7, 2003
– notice: Copyright M2 Communications Ltd. March 12, 2003
– notice: Copyright M2 Communications Ltd. February 28, 2003
– notice: Copyright M2 Communications Ltd. February 27, 2003
– notice: Copyright M2 Communications Ltd. February 6, 2003
– notice: Copyright M2 Communications Ltd. January 27, 2003
– notice: Copyright M2 Communications Ltd. January 28, 2003
– notice: Copyright M2 Communications Ltd. January 8, 2003
– notice: Copyright M2 Communications Ltd. January 6, 2003
– notice: Copyright M2 Communications Ltd. August 14, 2003
– notice: Copyright M2 Communications Ltd. March 6, 2003
– notice: Copyright M2 Communications Ltd. March 28, 2003
– notice: Copyright M2 Communications Ltd. September 11, 2003
– notice: Copyright M2 Communications Ltd. September 1, 2003
– notice: Copyright M2 Communications Ltd. January 16, 2003
– notice: Copyright M2 Communications Ltd. May 19, 2003
– notice: Copyright M2 Communications Ltd. September 16, 2003
– notice: Copyright M2 Communications Ltd. July 21, 2003
– notice: Copyright M2 Communications Ltd. October 13, 2003
– notice: Copyright M2 Communications Ltd. September 3, 2003
– notice: Copyright M2 Communications Ltd. August 27, 2003
– notice: Copyright M2 Communications Ltd. August 25, 2003
– notice: Copyright M2 Communications Ltd. October 10, 2003
– notice: Copyright M2 Communications Ltd. April 25, 2003
– notice: Copyright M2 Communications Ltd. October 31, 2003
– notice: Copyright M2 Communications Ltd. October 15, 2003
– notice: Copyright M2 Communications Ltd. November 4, 2003
– notice: Copyright M2 Communications Ltd. November 11, 2003
– notice: Copyright M2 Communications Ltd. October 30, 2003
– notice: Copyright M2 Communications Ltd. December 24, 2003
– notice: Copyright M2 Communications Ltd. August 11, 2003
– notice: Copyright M2 Communications Ltd. August 21, 2003
– notice: Copyright M2 Communications Ltd. December 3, 2003
– notice: Copyright M2 Communications Ltd. December 11, 2003
– notice: Copyright M2 Communications Ltd. June 23, 2003
– notice: Copyright M2 Communications Ltd. August 19, 2003
– notice: Copyright M2 Communications Ltd. November 27, 2003
– notice: Copyright M2 Communications Ltd. July 31, 2003
– notice: Copyright M2 Communications Ltd. June 17, 2003
– notice: Copyright M2 Communications Ltd. May 21, 2003
– notice: Copyright M2 Communications Ltd. August 12, 2003
– notice: Copyright M2 Communications Ltd. May 26, 2003
– notice: Copyright M2 Communications Ltd. November 18, 2003
– notice: Copyright M2 Communications Ltd. July 28, 2003
– notice: Copyright M2 Communications Ltd. April 2, 2003
– notice: Copyright M2 Communications Ltd. April 28, 2003
– notice: Copyright M2 Communications Ltd. March 19, 2003
– notice: Copyright M2 Communications Ltd. March 10, 2003
– notice: Copyright M2 Communications Ltd. March 17, 2003
– notice: Copyright M2 Communications Ltd. March 5, 2003
– notice: Copyright M2 Communications Ltd. February 25, 2003
– notice: Copyright M2 Communications Ltd. March 4, 2003
– notice: Copyright M2 Communications Ltd. March 3, 2003
– notice: Copyright M2 Communications Ltd. January 20, 2003
– notice: Copyright M2 Communications Ltd. January 13, 2003
– notice: Copyright M2 Communications Ltd. January 24, 2003
DBID 0TT
0U~
3V.
4S-
7XB
885
88K
8B3
8FK
AACCD
AAFGM
AAJIK
ABLUL
ABUWG
ABVJE
ADFVA
ADZZV
AFKRA
AFOLM
AGAJT
AJNOY
ANIOZ
AQTIP
BENPR
BEZIV
BOUDT
CBHQV
CCPQU
CLPLZ
CLTSQ
DWQXO
FRAZJ
FRNLG
GNUQQ
K60
K6~
KB~
L.-
M1F
M2T
PHGZM
PHGZT
PKEHL
PQBIZ
PQBZA
PQCXX
PQEST
PQQKQ
PQUKI
Q9U
S0X
DatabaseName News PRO
Global News & ABI/Inform Professional
ProQuest Central (Corporate)
BPIR.com Limited
ProQuest Central (purchase pre-March 2016)
Banking Information Database (Alumni Edition)
Telecommunications (Alumni Edition)
European Newsstream
ProQuest Central (Alumni) (purchase pre-March 2016)
European Newsstream - hybrid linking
ProQuest Central Korea - hybrid linking
Accounting, Tax & Banking Collection (Alumni) - hybrid linking
Business Premium Collection - hybrid linking
ProQuest Central (Alumni)
European Newsstream (Alumni)
Accounting, Tax & Banking Collection - hybrid linking
ProQuest Central (Alumni) - hybrid linking
ProQuest Central UK/Ireland
ProQuest Central Student - hybrid linking
ProQuest Central Essentials - hybrid linking
Business Premium Collection (Alumni) - hybrid linking
Accounting, Tax & Banking Collection
ProQuest Women's & Gender Studies - hybrid linking
ProQuest Central
Business Premium Collection
ProQuest One Business - hybrid linking
ProQuest One Business (Alumni) - hybrid linking
ProQuest One
Global Newsstream
International Newsstream
ProQuest Central Korea
Accounting, Tax & Banking Collection (Alumni)
Business Premium Collection (Alumni)
ProQuest Central Student
ProQuest Business Collection (Alumni Edition)
ProQuest Business Collection
ProQuest Newsstand Professional
ABI/INFORM Professional Advanced
Banking Information Database
Telecommunications Database
ProQuest Central Premium
ProQuest One Academic (New)
ProQuest One Academic Middle East (New)
ProQuest One Business
ProQuest One Business (Alumni)
ProQuest Central - hybrid linking
ProQuest One Academic Eastern Edition (DO NOT USE)
ProQuest One Academic (retired)
ProQuest One Academic UKI Edition
ProQuest Central Basic
SIRS Editorial
DatabaseTitle European Newsstream (Alumni)
ProQuest Business Collection (Alumni Edition)
ProQuest One Business
ProQuest Central Student
ProQuest One Academic Middle East (New)
News PRO
SIRS Editorial
ProQuest Central (Alumni Edition)
ProQuest One Community College
Banking Information Source (Alumni Edition)
ProQuest Telecommunications
ProQuest Central
Global News & ABI/Inform Professional
ABI/INFORM Professional Advanced
ProQuest Central Korea
Accounting, Tax & Banking Collection (Alumni)
Global Newsstream
International Newsstream
ProQuest Central (New)
ProQuest Newsstand Professional
Business Premium Collection
ProQuest Central Basic
ProQuest One Academic Eastern Edition
ProQuest European Newsstand
ProQuest Telecommunications (Alumni Edition)
ProQuest Business Collection
Accounting, Tax & Banking Collection
ProQuest One Academic UKI Edition
ProQuest One Business (Alumni)
BPIR.com Limited
ProQuest One Academic
Banking Information Source
ProQuest Central (Alumni)
Business Premium Collection (Alumni)
ProQuest One Academic (New)
DatabaseTitleList European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
European Newsstream (Alumni)
Database_xml – sequence: 1
  dbid: CLTSQ
  name: International Newsstream
  url: https://search.proquest.com/internationalnews1
  sourceTypes: Aggregation Database
DeliveryMethod fulltext_linktorsrc
Discipline Engineering
ExternalDocumentID 279980981
276643021
278462171
298041301
298508401
293838801
299487521
306971251
303727441
309346851
329672751
320374251
376511641
451523101
340161221
383139751
338798721
348062241
377801821
465433591
385967771
350244391
489304111
473955581
386779841
382778511
512292581
433631561
443598251
436953201
423844301
434842191
327978691
421420711
388027721
388957781
393090361
422941541
372639081
405599901
337988491
277509551
390416891
403372611
319012581
301038021
383973631
274317421
275072171
280997051
280585601
283800981
295578291
295925811
304752171
321803531
322973931
311796311
319696701
324447031
330676531
343029571
333148531
340904241
346671011
347779601
342560201
344398221
348577491
353795911
350967561
354151501
353051131
358178621
353415441
374432501
379352121
377105751
380293121
383575431
389364961
402270941
385664871
386339701
406077241
410209071
411008861
426493931
436358271
428639941
432348481
476227571
449588031
485768171
484440071
489762101
487243721
499819511
519315421
507960231
Genre News
GroupedDBID 0TT
0U~
123
29M
2QL
3V.
3V0
4IJ
4S-
7XB
885
88K
8B3
8FE
8FG
8FK
8R4
8R5
96U
ABUWG
ABVJE
ACBMB
ACMJI
ADEYR
AFAZI
AFKRA
AGBUN
AKNUK
ANIOZ
AZQEC
BENPR
BEZIV
BFUCQ
BKOMP
BPHCQ
CCPQU
CLPLZ
CLTSQ
CYIRO
DWQXO
ENS
EUK
FAC
FAL
FJD
FJW
FRNLG
GNUQQ
ICO
IOF
ITC
JRCIL
K60
K6V
K6~
KB~
L.-
LGEZI
LOTEE
LXL
LXN
LXO
LXY
LXZ
M1F
M2T
M6D
N95
NADUK
NSP
NXXTH
PEA
PHGZM
PHGZT
PKEHL
PQBIZ
PQBZA
PQEST
PQQKQ
PQUKI
PROAC
Q2X
Q9U
RXW
S0X
TH9
U5U
UNMZH
ZRQ
~8M
~ZZ
ID FETCH-LOGICAL-p62727-766f1060080e0a6f20ccf097f369d95e6a8831a8d44f3e43f9d334574b8bdc743
IEDL.DBID CLTSQ
IngestDate Wed May 14 12:03:50 EDT 2025
Wed May 14 12:07:06 EDT 2025
Thu May 15 01:18:34 EDT 2025
Tue May 13 17:41:22 EDT 2025
Thu May 15 01:48:35 EDT 2025
Wed May 14 09:13:04 EDT 2025
Wed May 14 12:25:55 EDT 2025
Wed May 14 17:51:29 EDT 2025
Wed May 14 21:06:48 EDT 2025
Wed May 14 15:26:46 EDT 2025
Wed May 14 00:21:06 EDT 2025
Wed May 14 23:45:53 EDT 2025
Wed May 14 12:13:38 EDT 2025
Wed May 14 16:31:42 EDT 2025
Tue May 13 20:07:21 EDT 2025
Wed May 14 15:10:47 EDT 2025
Wed May 14 13:53:07 EDT 2025
Wed May 14 09:46:34 EDT 2025
Wed May 14 12:58:17 EDT 2025
Wed May 14 04:53:34 EDT 2025
Thu Jul 03 12:30:28 EDT 2025
Thu May 15 01:16:51 EDT 2025
Thu May 15 11:27:12 EDT 2025
Wed May 14 08:40:53 EDT 2025
Wed May 14 09:02:27 EDT 2025
Wed May 14 03:14:43 EDT 2025
Wed May 14 22:49:38 EDT 2025
Wed May 14 06:01:04 EDT 2025
Wed May 14 12:24:48 EDT 2025
Thu May 15 02:34:15 EDT 2025
Wed May 14 10:02:33 EDT 2025
Wed May 14 00:35:38 EDT 2025
Tue May 13 23:16:07 EDT 2025
Wed May 14 00:51:00 EDT 2025
Wed May 14 03:12:51 EDT 2025
Wed May 14 22:36:16 EDT 2025
Thu May 15 10:20:02 EDT 2025
Thu May 15 10:10:21 EDT 2025
Wed May 14 16:59:52 EDT 2025
Thu May 15 08:49:22 EDT 2025
Wed May 14 18:06:26 EDT 2025
Thu May 15 04:57:05 EDT 2025
Thu May 15 00:30:32 EDT 2025
Thu May 15 05:51:37 EDT 2025
Thu May 15 10:03:37 EDT 2025
Wed May 14 13:29:33 EDT 2025
Wed May 14 23:04:00 EDT 2025
Thu May 15 11:49:49 EDT 2025
Thu May 15 09:33:18 EDT 2025
Wed May 14 10:12:20 EDT 2025
Thu May 15 10:40:16 EDT 2025
Wed May 14 14:08:49 EDT 2025
Tue May 13 18:50:43 EDT 2025
Thu May 15 02:09:24 EDT 2025
Thu May 15 00:43:55 EDT 2025
Thu May 15 09:44:07 EDT 2025
Wed May 14 01:52:40 EDT 2025
Wed May 14 18:00:18 EDT 2025
Wed May 14 11:42:42 EDT 2025
Wed May 14 12:10:14 EDT 2025
Wed May 14 10:43:24 EDT 2025
Wed May 14 17:51:51 EDT 2025
Thu May 15 08:26:04 EDT 2025
Thu May 15 00:02:23 EDT 2025
Tue May 13 20:07:44 EDT 2025
Tue May 13 18:21:49 EDT 2025
Wed May 14 17:52:42 EDT 2025
Wed May 14 22:27:43 EDT 2025
Tue May 13 22:04:39 EDT 2025
Thu May 15 10:02:25 EDT 2025
Tue May 13 21:43:39 EDT 2025
Wed May 14 17:38:15 EDT 2025
Tue May 13 19:01:11 EDT 2025
Tue May 13 19:42:56 EDT 2025
Thu May 15 00:11:45 EDT 2025
Wed May 14 01:15:46 EDT 2025
Thu May 15 00:47:30 EDT 2025
Wed May 14 19:08:58 EDT 2025
Wed May 14 11:43:40 EDT 2025
Wed May 14 19:14:23 EDT 2025
Wed May 14 04:02:52 EDT 2025
Wed May 14 16:38:23 EDT 2025
Wed May 14 20:23:11 EDT 2025
Wed May 14 08:05:16 EDT 2025
Wed May 14 18:30:42 EDT 2025
Wed May 14 09:57:28 EDT 2025
Wed May 14 17:15:24 EDT 2025
Wed May 14 22:33:20 EDT 2025
Wed May 14 22:44:54 EDT 2025
Wed May 14 06:54:43 EDT 2025
Thu May 15 07:30:52 EDT 2025
Thu May 15 08:16:16 EDT 2025
Thu May 15 04:18:17 EDT 2025
Wed May 14 09:28:29 EDT 2025
Tue May 13 23:14:10 EDT 2025
Tue May 13 21:50:17 EDT 2025
Tue May 13 18:08:39 EDT 2025
Wed May 14 18:32:06 EDT 2025
Wed May 14 23:12:05 EDT 2025
Wed May 14 14:30:14 EDT 2025
IsPeerReviewed false
IsScholarly false
Language English
LinkModel DirectLink
MergedId FETCHMERGED-LOGICAL-p62727-766f1060080e0a6f20ccf097f369d95e6a8831a8d44f3e43f9d334574b8bdc743
PQID 443770650
PQPubID 34296
ParticipantIDs proquest_wirefeeds_445883253
proquest_wirefeeds_445882631
proquest_wirefeeds_445881672
proquest_wirefeeds_445869445
proquest_wirefeeds_445869064
proquest_wirefeeds_445868092
proquest_wirefeeds_445793585
proquest_wirefeeds_445792018
proquest_wirefeeds_445790527
proquest_wirefeeds_445789646
proquest_wirefeeds_445786524
proquest_wirefeeds_445786312
proquest_wirefeeds_445784706
proquest_wirefeeds_445783737
proquest_wirefeeds_445783555
proquest_wirefeeds_445783403
proquest_wirefeeds_445783314
proquest_wirefeeds_445783126
proquest_wirefeeds_445783087
proquest_wirefeeds_445782954
proquest_wirefeeds_445782835
proquest_wirefeeds_445781774
proquest_wirefeeds_445781321
proquest_wirefeeds_445780991
proquest_wirefeeds_445780916
proquest_wirefeeds_445780691
proquest_wirefeeds_445780292
proquest_wirefeeds_445780069
proquest_wirefeeds_445778271
proquest_wirefeeds_445777560
proquest_wirefeeds_444875841
proquest_wirefeeds_444758603
proquest_wirefeeds_444705794
proquest_wirefeeds_444677088
proquest_wirefeeds_444659110
proquest_wirefeeds_444657679
proquest_wirefeeds_444655815
proquest_wirefeeds_444638564
proquest_wirefeeds_444591620
proquest_wirefeeds_444540678
proquest_wirefeeds_444486293
proquest_wirefeeds_444430453
proquest_wirefeeds_444410068
proquest_wirefeeds_444306740
proquest_wirefeeds_444146484
proquest_wirefeeds_444049207
proquest_wirefeeds_444047591
proquest_wirefeeds_443858738
proquest_wirefeeds_443857183
proquest_wirefeeds_443855670
proquest_wirefeeds_443854231
proquest_wirefeeds_443847532
proquest_wirefeeds_443839452
proquest_wirefeeds_443836318
proquest_wirefeeds_443831761
proquest_wirefeeds_443830341
proquest_wirefeeds_443829612
proquest_wirefeeds_443828905
proquest_wirefeeds_443827410
proquest_wirefeeds_443826040
proquest_wirefeeds_443820122
proquest_wirefeeds_443818408
proquest_wirefeeds_443817349
proquest_wirefeeds_443812279
proquest_wirefeeds_443812103
proquest_wirefeeds_443811951
proquest_wirefeeds_443811716
proquest_wirefeeds_443811671
proquest_wirefeeds_443809261
proquest_wirefeeds_443808815
proquest_wirefeeds_443808469
proquest_wirefeeds_443807447
proquest_wirefeeds_443806696
proquest_wirefeeds_443806315
proquest_wirefeeds_443803933
proquest_wirefeeds_443802380
proquest_wirefeeds_443802108
proquest_wirefeeds_443800761
proquest_wirefeeds_443800176
proquest_wirefeeds_443799237
proquest_wirefeeds_443798805
proquest_wirefeeds_443796953
proquest_wirefeeds_443796644
proquest_wirefeeds_443794888
proquest_wirefeeds_443792836
proquest_wirefeeds_443791112
proquest_wirefeeds_443787661
proquest_wirefeeds_443784586
proquest_wirefeeds_443784289
proquest_wirefeeds_443784271
proquest_wirefeeds_443783276
proquest_wirefeeds_443778948
proquest_wirefeeds_443778710
proquest_wirefeeds_443777879
proquest_wirefeeds_443777835
proquest_wirefeeds_443776721
proquest_wirefeeds_443774168
proquest_wirefeeds_443773697
proquest_wirefeeds_443772229
proquest_wirefeeds_443770650
PublicationCentury 2000
PublicationDate 20030213
PublicationDateYYYYMMDD 2003-02-13
PublicationDate_xml – month: 02
  year: 2003
  text: 20030213
  day: 13
PublicationDecade 2000
PublicationPlace Coventry
PublicationPlace_xml – name: Coventry
PublicationTitle M2 Presswire
PublicationYear 2003
Publisher Normans Media Ltd
Publisher_xml – name: Normans Media Ltd
SSID ssj0024489
Score 1.2482122
Snippet Smiths Aerospace Inc., Electronic Systems Grand Rapids, Grand Rapids, Mich., is being awarded an estimated value $16,747,286...
Burns and McDonnell Inc., San Diego, Calif., is being awarded $24,200,000 for firm-fixed price Task Order 0006 under a multiple award construction contract...
Alliant Precision Fuze Co., Janesville, Wis., is being awarded a $9,999,886 firm fixed price contract modification to provide for DSU- 33B/B proximity sensor,...
BearingPoint LLC, Lexington Park, Md., is being awarded an estimated $23,214,699 modification to a previously awarded indefinite-delivery/indefinite-quantity...
Electric Boat Corp., Groton, Conn., is being awarded a $30,117,674 cost-plus-fixed-fee modification to exercise an option under previously awarded contract...
Harper Construction Co., San Diego, Calif., is being awarded $5,797,265 for Task Order 0003 under a firm-fixed-price, indefinite- delivery/indefinite-quantity...
Litton Systems, Inc., Navigation Systems Division, Woodland Hills, Calif., is being awarded a $7,856,862 modification to a previously awarded firm-fixed-price...
McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $10,852,938 modification to a previously awarded...
BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $44,143,802 cost-plus-fixed-fee, incentive-fee and award- fee, level of effort...
BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $7,801,578 modification to a previously awarded cost-plus- fixed-fee contract...
Parker Aerospace, Irvine, Calif., was awarded on Oct. 20, 2003, a delivery order amount of $11,115,738 as part of a $69,165,566 firm- fixed-price contract for...
The Boeing Co., Seal Beach, Calif., is being awarded a $146,846,764 fixed price incentive fee contract. An acquisition decision memorandum, dated May 2000,...
AM General Corp., South Bend, Ind., was awarded on Oct. 16, 2003, a $112,891,644 modification to a firm-fixed-price contract for 1,725 U.S. Marine Corps...
Patel Construction Company, Inc.* Peabody, Mass., Diversified Technology Consultants, Inc.*, North Haven, Conn.; The Haskell Company, Jacksonville, Fla.; MCC...
Clark Design/Build LLC, Tampa, Fla.; Harry Pepper & Associates Inc.*, Jacksonville, Fla.; Sauer Inc., doing business as Sauer Southeast, Jacksonville, Fla.;...
Parsons Infrastructure & Technology Group, Inc., Pasadena, Calif., is being awarded a maximum amount of $10,000,000 with a guaranteed minimum of $25,000 (base...
Fuentez Systems Concepts Inc.*, North Charleston, S.C., is being awarded a $32,858,280 indefinite-delivery/indefinite-quantity, cost- plus-fixed-fee contract...
Pratt and Whitney, Hartford, Conn., is being awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract to provide for versatile affordable...
Orion Systems, Huntingdon Valley, Pa., is being awarded a $10,000,000 indefinite delivery/indefinite quantity contract to provide for Future Edwards Digital...
Computer Sciences Corp., Falls Church, Va., Macauley Brown, Dayton, Ohio, Science Applications International Corp., San Diego, Calif., Titan Corp., San...
Marinette Marine Corp., Marinette, Wis., is being awarded a $40,507,587 firm-fixed-price contract to manufacture 29 powered and non-powered modules (floating...
Raytheon Systems Co., McKinney, Texas, is being awarded a $69,999,995 firm-fixed-price job order under previously awarded basic ordering agreement...
United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $12,256,898 contract to provide for turbine nozzle...
McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., Long Beach, Calif., is being awarded a $9,074,306 contract modification to provide for...
Veridian Engineering, Inc., Buffalo N.Y., is being awarded a $7,000,000 (ceiling value) indefinite delivery/indefinite quantity contract to provide for...
Peterson Construction Co. Inc., Grand Forks, N.D.; Construction Engineers Limited, Grand Forks, N.D; Baukol Builders Inc., Grand Forks, N.D; I.C.S. Inc., Grand...
Hitt Contracting Inc., North Charleston, S.C., is being awarded a $6,323,225 firm-fixed-price contract for the construction of three aircraft maintenance units...
Environmental Quality Management, Cincinnati, Ohio, is being awarded a $750,000,000 indefinite-delivery/indefinite-quantity contract under a shared...
The Boeing Co., Seal Beach, Calif., was awarded on July 1, 2003, a $51,441,129 contract modification to for the procurement of 21 Modernized Monitor Station...
Science Applications International Corp., San Diego, Calif., is being awarded a $14,769,723 cost-plus-fixed-fee contract to provide advanced technology...
I. E. Pacific Inc.*, San Diego, Calif.; Allright-Garcia Joint Venture*, Fresno, Calif.; Sea Pac Engineering Inc.*, Los Angeles, Calif.; Macro-Z-Technology...
Northeast Military Sales, Incorporated of Sterling, Mass., is awarded a Performance Base Services Acquisition contract for delicatessen and bakery operations...
ARINC Engineering Services LLC, San Diego, Calif., is being awarded a $18,075,490 indefinite-delivery/indefinite-quantity-type contract with...
Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $15,300,000 firm-fixed-price contract for five ship self defense systems (SSDS)...
Innovative Scientific Solutions Inc., Dayton, Ohio, is being awarded a $49,700,000 indefinite-quantity/indefinite-delivery contract for a research effort that...
Litton Systems Inc., Dallas, Texas, is being awarded a $471,868 (from a cumulative total of $9,180,026) modification to a firm- fixed-price, 5-year...
Lockheed Martin Corp., Lockheed Martin Missiles and Space, Sunnyvale, Calif., is being awarded a $9,988,000 cost-plus-award- fee, cost-plus-fixed-fee,...
M.A. Mortenson Company, Minneapolis, Minn., is being awarded $7,100,503 for task order 0002 under a firm-fixed price indefinite- delivery/indefinite-quantity,...
SAIC, McLean, Va., was awarded on May 30, 2003, a $6,459,397 increment as part of a $16,736,296 cost-plus-fixed-fee contract for homeland defense, advanced...
Litton Systems Inc., Orlando, Fla., was awarded on April 23, 2003, a delivery order amount of $7,677,500 as part of a $13,712,500 firm-fixed-price contract for...
Rockford Corp.*, Anchorage, Alaska, is being awarded a $7,825,907 firm-fixed-price Task Order 0003 under an indefinite-delivery/ indefinite-quantity multiple...
High Technology Solutions, San Diego is being awarded a $14,639,172 indefinite-delivery/indefinite-quantity, cost-plus- fixed-fee contract to provide support...
The McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., is being awarded a $689,529,166 firm fixed price contract modification to provide...
Perini Corp., Framingham, Mass., was awarded on April 1, 2003, a delivery order amount of $500,000 as part of a $100,000,000 cost- plus-fixed-fee contract for...
Rand and Son Construction Co., Lee Summit Mo.; Sea Pack Engineering, Reseda, Calif.; and Leon Construction Inc., Nipomo, Calif., are being awarded a...
Lockheed-Martin Corp., Grand Prairie, Texas, was awarded a $20,500,000 modification to a fixed-price-incentive-fee contract for delivery acceleration for...
West Los Angeles College, Culver City, Calif.; University of Maryland/Asian Division, University of Oklahoma, Norman, Okla.; University of Phoenix, Phoenix,...
Solicitation began November 2002, and negotiations were completed in January 2003. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base,...
Digital Wizards, Inc., San Diego is being awarded a $5,156,344 indefinite-delivery, indefinite-quantity contract with a cost-plus- fixed-fee pricing...
Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded an estimated $20,374,266 modification to a previously awarded cost-plus-incentive-fee...
The Boeing Co., Anaheim, Calif., is being awarded a cost-plus- award-fee modification to contract HQ0006-01-C-0001 in the amount of $747,540,194 for completion...
University of Dayton Research Institute, Dayton, Ohio, is being awarded a $15,900,000 indefinite-delivery and indefinite-quantity contract to provide for quick...
The Boeing Co., Long Beach, Calif., is being awarded a $19,199,764 (not to exceed) cost-plus-fixed-fee contract modification to provide for long lead items for...
Choctaw Management Services Enterprise, Durant, Okla., is being awarded a $12,873,918 indefinite-delivery/indefinite-quantity contract to provide for clinical...
Premcor Refining Group, Inc., St. Louis is being awarded a $32,072,837 fixed-price with economic-price adjustment type of contract for fuel for the Defense...
Veridian Engineering Inc., Buffalo, N.Y., is being awarded a $20,000,000 indefinite delivery, indefinite quantity, cost-plus- fixed-fee contract to provide to...
Isothermal Systems Research*, Clarkston, Wash., is being awarded a $49,000,000 not-to-exceed indefinite-delivery/indefinite-quantity contract for a Phase III...
The Boeing Co., Hunting Beach, Calif., is being awarded a $56,662,153 cost-plus award-fee contract award modification. This action extends the current contract...
Ocean Star Inc., Houston is being awarded $25,000,000 to exercise an option under a previously awarded contract (N00033-83-C-7026) to allow the U.S. Navy's...
L3 Communications, KDI Precision Products Inc., Cincinnati, Ohio, is being awarded a $37,658,113 firm-fixed-priced supply contract for the procurement of...
DG21, Dallas, Texas, is being awarded an estimated $6,496,400 modification to increase the indefinite-quantity portion of the fourth option period under a...
Timken Corp., Canton, Ohio, is being awarded a $20,000,000 indefinite delivery/indefinite quantity contract to provide for versatile affordable advanced...
BBNT Solutions LLC, Cambridge, Mass., is being awarded a $7,763,343 cost plus fixed fee contract to develop the capability to update models of assets and...
NAVY Rolls-Royce Defense Services Inc., Indianapolis, Ind., is being awarded a requirements contract with a not-to-exceed value of $51,197,805 to provide...
Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Aug. 15, 2003, a delivery order amount of $49,900,000 as part of a $85,700,000 cost-plus-fixed-fee...
Petro Star Inc., Anchorage, Alaska, is being awarded a $61,562,370 fixed-price with economic price adjustment type of contract for fuel for the Defense Energy...
General Dynamics Land Systems Muskegon, Muskegon, Mich., was awarded on Oct. 6, 2003, a delivery order amount of $1,841,362 as part of a $5,223,818...
The Boeing Company, Seattle, Washington, is being awarded an indefinite delivery indefinite quantity (IDIQ), cost-plus-award-fee letter contract,...
Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $21,999,999 cost reimbursement, firm fixed price, cost reimbursable incentive fee...
Kearfott Guidance and Navigation Corp., Black Mountain, N.C., was awarded on Oct. 8, 2003, a delivery order amount of $4,801,787 as part of an $11,765,787...
Sodexho, Inc., Gaithersburg, Md., is being awarded a $68,000,000 modification to previously awarded fixed-price-incentive contract (M00027-02-C-0002) to...
RBC Inc., Alexandria, Va., is being awarded a $14,299,613 modification to a previously awarded indefinite-delivery/indefinite- quantity, time-and-materials...
Parsons-UXB Joint Venture, Honolulu, Hawaii_,_ is being awarded a $25,000,000 modification to increase the ceiling limit under a previously awarded...
Bath Iron Works (BIW) (a unit of General Dynamics), Bath, Maine, is being awarded a $953,448,087 modification to its previously awarded FY02-FY05 DDG 51 Class...
Lockheed Martin Corp., Sunnyvale, Calif., is being awarded a $78,500,000 cost-plus award-fee, cost-plus fixed-fee, firm fixed price contract modification to...
The Boeing Co., Seal Beach, Calif., is being awarded a $12,500,000 cost-plus-award-fee contract modification to authorize a undefinitized contract action that...
Charles Stark Draper Laboratory (CSDL), Cambridge, Mass., is being awarded a $104,836,946 cost-plus-fixed-fee contract to provide tactical engineering support...
Mayflower Communications Co. Inc., Burlington, Mass., is being awarded a $10,409,026 cost-plus-fixed-fee modification to previously awarded contract...
Raytheon Integrated Defense Systems, Sudbury, Mass., is being awarded a $6,003,608 cost-plus-fixed-fee contract for engineering technical services relative to...
Advanced Engineering and Research Associates*, Alexandria, Va.; The Boeing Co., St. Louis, Mo.; Carley Corp.*, Orlando, Fla.; Delex Systems Inc.*, Vienna, Va.;...
Raytheon, Network Centric Systems, St. Petersburg, Fla., is being awarded a $16,287,920 cost-plus-award-fee modification under a previously awarded contract...
The Boeing Co., St Louis, Mo., is being awarded a $24,443,000 firm fixed price contract. This is a Low Rate Initial Production 4 (LRIP 4) buy from Joint Helmet...
Martin's Point Health Care, Portland, Maine, was awarded a sole- source contract of $93,458,710 (DASW01-03-C-0049); Brighton Marine Health Center, Boston,...
Raytheon Co., Tucson, Ariz., is being awarded a $88,000,000 cost plus award fee contract to provide for system development and demonstration of the Miniature...
Northrop Grumman Corp., El Segundo, Calif., is being awarded a $20,000,000 indefinite-delivery/indefinite-quantity contract to provide for Versatile Affordable...
AIR FORCE CFM International, Cincinnati, Ohio, is being awarded a $365,000,000 indefinite-delivery/indefinite-quantity contract to provide for the F108 engine,...
AM General Corp., South Bend, Ind., was awarded on Nov. 13, 2003, a $60,161,119 modification to a firm-fixed-price contract for procurement of M1113, M1025A2...
ACS Defense, Inc. (a small business), Burlington, Ma., Artel, Inc., Reston, Va., Computer Sciences Corporation, Falls Church, Va., Electronics Data Systems...
The Boeing Co., Wichita Division, Wichita, Kan., is being awarded a $23,688,000 cost-plus-incentive-fee contract modification to provide the National Command...
McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded a $39,999,000 indefinite- delivery/indefinite-quantity...
The McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., Berkeley, Mo., is being awarded a $11,640,000 firm fixed- price contract modification...
Innovative Technical Solutions, Inc., Walnut Creek, Calif., is being awarded a $1,100,000,000 indefinite-delivery and indefinite- quantity contract to provide...
AMEC Earth and Environmental Inc., Plymouth, Pa., is being awarded a $1,100,000,000 indefinite-delivery/indefinite-quantity contract to provide professional...
TN and Associates Inc., Milwaukee is being awarded a $1,100,000,000 indefinite-delivery and indefinite-quantity contact to provide professional...
C-Systems International (*Hubzone), Alexandria, Va., is being awarded an estimated $7,077,751 indefinite-delivery and indefinite- quantity, multiple-award...
Boeing Wichita Development and Mod Center, Wichita, Kan., is being awarded a $73,609,000 cost-plus-incentive-fee contract for block one modification for the...
MWH Americas Inc., Pasadena, Calif., is being awarded a $1,100,000,000 indefinite-delivery/indefinite-quantity contract with provisions to issue...
DigitalGlobe Inc., Colo., is being awarded a firm-fixed-price contract (NMA301-03-C-0001) with a minimum guarantee of $72,000,000 and a ceiling of...
Harris Corp., Melbourne, Fla., is being awarded a $11,998,336.01 firm-fixed-price and time and material contract to provide for a quantity of 117 each Warhead...
Colville Tribal Services Corp.,* Nespelem, Wash., is being awarded a $5,888,949 firm-fixed, fully designed military construction contract for a Missile Spares...
SourceID proquest
SourceType Aggregation Database
StartPage 1
SubjectTerms 21st century
Access control
Acoustics
Acquisitions & mergers
Administrative support
Advertising
Aeronautics
Aerospace engineering
Aircraft
Aircraft carriers
Aircraft industry
Airplane engines
Ammunition
Anniversaries
Architects
Armed forces
Automation
Aviation
Bakeries
Bids
Bombs
Capitation
Civil engineering
Claims processing
Collaboration
Communications systems
Concrete pavements
Construction
Construction contracts
Contract negotiations
Contractors
Creeks & streams
Customer services
Defense
Defense contracts
Digital signal processors
Electronic data interchange
Energy
Engineering
Engineers
Engines
Enterprise resource planning
Environmental impact
Failure analysis
Feasibility studies
Fees & charges
Financial management
Fiscal years
Floor coverings
Funding
Gas turbine engines
Global positioning systems
GPS
Ground stations
Home meal replacement
Humanitarianism
Hybrid bearings
Information systems
Information technology
Information warfare
Internet
Inventory
Inventory control
Inventory management
Job orders
Joint ventures
Laboratories
Lasers
Limited liability companies
Limited partnerships
Logistics
Marketing
Meals
Military aircraft
Military exercises
Military helicopters
Military police
Military reserves
Military sales
Military strategy
Military supplies
Missile defense
Missiles
Modernization
Monitoring systems
Natural gas distribution
OEM
Order quantity
Packaging
Petroleum products
Pharmaceuticals
Preventive maintenance
Process controls
Product development
Proposals
Public service advertising
R&D
Radiation
Radio communications
Radios
Receivers & amplifiers
Request for proposal
Research & development
Sailors
Satellite communications
Satellites
Security services
Sensors
Shipbuilding
Simulation
Small business
Software
Space surveillance
Special forces
Submarines
Surveillance
Systems engineering
Target recognition
Technical communication
Technical services
Technical support
Telecommunications systems
Telescopes
Turbines
Vaccines
Websites
Wide area networks
World Wide Web
Title US DOD: Contracts
URI https://www.proquest.com/docview/443770650
https://www.proquest.com/docview/443772229
https://www.proquest.com/docview/443773697
https://www.proquest.com/docview/443774168
https://www.proquest.com/docview/443776721
https://www.proquest.com/docview/443777835
https://www.proquest.com/docview/443777879
https://www.proquest.com/docview/443778710
https://www.proquest.com/docview/443778948
https://www.proquest.com/docview/443783276
https://www.proquest.com/docview/443784271
https://www.proquest.com/docview/443784289
https://www.proquest.com/docview/443784586
https://www.proquest.com/docview/443787661
https://www.proquest.com/docview/443791112
https://www.proquest.com/docview/443792836
https://www.proquest.com/docview/443794888
https://www.proquest.com/docview/443796644
https://www.proquest.com/docview/443796953
https://www.proquest.com/docview/443798805
https://www.proquest.com/docview/443799237
https://www.proquest.com/docview/443800176
https://www.proquest.com/docview/443800761
https://www.proquest.com/docview/443802108
https://www.proquest.com/docview/443802380
https://www.proquest.com/docview/443803933
https://www.proquest.com/docview/443806315
https://www.proquest.com/docview/443806696
https://www.proquest.com/docview/443807447
https://www.proquest.com/docview/443808469
https://www.proquest.com/docview/443808815
https://www.proquest.com/docview/443809261
https://www.proquest.com/docview/443811671
https://www.proquest.com/docview/443811716
https://www.proquest.com/docview/443811951
https://www.proquest.com/docview/443812103
https://www.proquest.com/docview/443812279
https://www.proquest.com/docview/443817349
https://www.proquest.com/docview/443818408
https://www.proquest.com/docview/443820122
https://www.proquest.com/docview/443826040
https://www.proquest.com/docview/443827410
https://www.proquest.com/docview/443828905
https://www.proquest.com/docview/443829612
https://www.proquest.com/docview/443830341
https://www.proquest.com/docview/443831761
https://www.proquest.com/docview/443836318
https://www.proquest.com/docview/443839452
https://www.proquest.com/docview/443847532
https://www.proquest.com/docview/443854231
https://www.proquest.com/docview/443855670
https://www.proquest.com/docview/443857183
https://www.proquest.com/docview/443858738
https://www.proquest.com/docview/444047591
https://www.proquest.com/docview/444049207
https://www.proquest.com/docview/444146484
https://www.proquest.com/docview/444306740
https://www.proquest.com/docview/444410068
https://www.proquest.com/docview/444430453
https://www.proquest.com/docview/444486293
https://www.proquest.com/docview/444540678
https://www.proquest.com/docview/444591620
https://www.proquest.com/docview/444638564
https://www.proquest.com/docview/444655815
https://www.proquest.com/docview/444657679
https://www.proquest.com/docview/444659110
https://www.proquest.com/docview/444677088
https://www.proquest.com/docview/444705794
https://www.proquest.com/docview/444758603
https://www.proquest.com/docview/444875841
https://www.proquest.com/docview/445777560
https://www.proquest.com/docview/445778271
https://www.proquest.com/docview/445780069
https://www.proquest.com/docview/445780292
https://www.proquest.com/docview/445780691
https://www.proquest.com/docview/445780916
https://www.proquest.com/docview/445780991
https://www.proquest.com/docview/445781321
https://www.proquest.com/docview/445781774
https://www.proquest.com/docview/445782835
https://www.proquest.com/docview/445782954
https://www.proquest.com/docview/445783087
https://www.proquest.com/docview/445783126
https://www.proquest.com/docview/445783314
https://www.proquest.com/docview/445783403
https://www.proquest.com/docview/445783555
https://www.proquest.com/docview/445783737
https://www.proquest.com/docview/445784706
https://www.proquest.com/docview/445786312
https://www.proquest.com/docview/445786524
https://www.proquest.com/docview/445789646
https://www.proquest.com/docview/445790527
https://www.proquest.com/docview/445792018
https://www.proquest.com/docview/445793585
https://www.proquest.com/docview/445868092
https://www.proquest.com/docview/445869064
https://www.proquest.com/docview/445869445
https://www.proquest.com/docview/445881672
https://www.proquest.com/docview/445882631
https://www.proquest.com/docview/445883253
hasFullText 1
inHoldings 1
isFullTextHit
isPrint
link http://cvtisr.summon.serialssolutions.com/2.0.0/link/0/eLvHCXMwpZ3LaxRBEMYbk3jwZETFRww5eB3c6We1FzEvFHQTTZTgJczO7IAgScxG_36_WjZ4kPouEtgcfkx3VT_qMY9q514Os7AMBRo_61MT4yCN1KFr-toVGZH5pH5YHjZRplM5O6vHq3dzFqvXKm9t4tJQD5e93iN_FbWQXfWT8ubqZ6OHRunD1dUJGmtuAxY4p3W3sffh9OTT32J7Ueo_RnbpOQ7v_2efm-6emqEfy49uHrg784uHbvPLyc7-0f7rHa0spR85LR65r4cHp3vvmtXJBs1V9ogYmpLziGRM47X5pMujn_T9OKllDLkONc1zJxLaToYYxzCPYaxDCDGVOJPZ0MPrP3brF5cX8yduJw29lmwZuj5jA3YBf7NeqnRof4iz2VO3davcuZY_HuEVF-cxhqJPOCcE61HfBEPUQjAiPSE4I_UkWG9IUVyYaMgCmWJSIxENNq5kgqMvRHJgIaJJTMIax8Igjatn8gQjViSNQ2sheiPxjZHhmgLBcARkxioSCXu1iAZLtuSiz4vtYRG9b2ErpiUOxV4Ool-n24oJYvjWVgw4VyZ5iZHpjfDfXi3AQvuung2LPmKluLREcq0Fya7GmJNRa7UyKcElRIYlsgn1-j4AwTCEZL61YBfDUslCFl8z2YKCjCCSUUO2xmYsYK0RvUONifQdSwoEJ2TOpO-UciHDkpDEkPlOUoIpObxoSdXse-VkTYxgPoppmaLe9LLnG5frZ5A21leFTMUQQGQkxCZOUbM9G9c2e1s0xL4p24rllMj2B4YTNTcRMLwF6Rvu3_YGsWiRClu0Ai9mb3-9CSr2Nkjw3ymbogELcbFIMfR4BYZ9NbeB4mwvRcXVtopLTK9ugx3WKEZcRLAnUY_imtjVWtyZYYTIDIeWNh7t-VacEpM8FNv7A2O5MdFgFdmE5uSZ5DVH0jiMvSeiwTDZFhk4JLH1lqwumuA6sbe_YvzaWODeSeNwg7a5Bw4-hWfcIj9395bfruj5h2HLrd9c_5q_cHf73zffF9fbbk12w7bbeDt9f_QN_3cPpseft1cpGOhHf_oH3uR03Q
linkProvider ProQuest
linkToHtml http://cvtisr.summon.serialssolutions.com/2.0.0/link/0/eLvHCXMw1Z1La1UxEMdDrYJdWVHxUfUudHnwnmSSTAQRtJaW1ipYpbtyniBIW3ur4pfyMzpz7MWFzH_XhVy4mx8nmcljJpNzMnHuSd-GaSlQ-baLFVHPFZe-qbrSZB4l8oldP102kff3-fCwvF9xv5ZnYfSzyqVNnAx1f9LpHvkz0kR2xc_zy9OvlV4apS9Xlzdo_BkVu8PPHxKxLV7sbEr3PvV-683B6-3q4lKB6jR5cdZVTmmUOEiXSsO8SaOfd904L3kMqfQlDqlhDnXDPdEYBgpj6UOgmKnltu_E4UrBV9xVCj7ovOJX4W9uP-Lyj02fHNXWjf9NxXW3pmb2y3So6KZbGY5vufWPH2ab7zafzzRzlh7iWtx2ny5Hgjtu9fjkeLjrZrHvNCVN33RJDEwT5Nd2XLiR8ntq23tuY9maR5reeRSvvzgiClnf4M4B1qvMARZRM8CykmWAk4TWAOuGG8QZiSZRLlKMCwHRxIbnBDD5DCQXzEA0psiocBkYoHD1vB5gWQuDwkVrBnpLYE-EcIkBYHF0oMeKBEr2aGFdDNqSs74Pt5uFdV_GVkxTOLI9HFhP39uKscQota2Y4FSQ5JkI6S3hjT1aBDOsu3jULPoKGeJcA8k11yV6WtoctFqtmVcBzoEQZkId6vV7B4DFEIL-1oRkCHMBA5l9SWAKskQ8BFpNolHUY0HGGtA7FIqgbsoxABzJB1B3jCmDZokSpIH-jpyDKbm47RyLWfeFVzexBCvEpmUi3dSz-1se12OeNtZPoUzFZMWSJOA3cSSNZm1c6uRt0WRtH5OtWIoRTH_B4kTNSSRYvAWoW9y_7Q0oaxIOW7QsXsye_rrJy_Y0iOK_YzJFE8zAxUoIpddHIOyLOQ0UJ3soKi62VZwwfLoO9rJGsayLAPZg1aO4RPS0Jq9GuPZIsRBqWDjZ_a04RiR5yLb3FyzDDYkmVhF1aIoeSV4SgcLF2Hsgmhgm2yILDpFtvTmpiwa4zO3pr1j-bczi3kHh4gZtcy84-BjuY4v82F3fPni7d7S3s7_7wK1N53T0rsew4VbPz74ND9217vv558XZoynOm7nm0sOu3xGeyVU
openUrl ctx_ver=Z39.88-2004&ctx_enc=info%3Aofi%2Fenc%3AUTF-8&rfr_id=info%3Asid%2Fsummon.serialssolutions.com&rft_val_fmt=info%3Aofi%2Ffmt%3Akev%3Amtx%3Ajournal&rft.genre=article&rft.atitle=US+DOD%3A+Contracts&rft.jtitle=M2+Presswire&rft.date=2003-02-13&rft.pub=Normans+Media+Ltd&rft.spage=1&rft.externalDocID=301038021