All DoD Contracts Awarded - AeroWeb · Contracting Command, Aberdeen Proving Ground, Md., is the...

62
All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011 Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com All DoD Contracts Awarded July 2011 | By Barr Group Aerospace - AeroWeb Visit us at: www.BGA-AeroWeb.com or www.BarrGroupAerospace.com

Transcript of All DoD Contracts Awarded - AeroWeb · Contracting Command, Aberdeen Proving Ground, Md., is the...

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

All DoD Contracts Awarded

July 2011 | By Barr Group Aerospace - AeroWeb

Visit us at: www.BGA-AeroWeb.com or www.BarrGroupAerospace.com

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 572-11 July 01, 2011

CONTRACTS

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $145,467,956 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 130 Army Tactical Missile Systems Block 1A export version T2K unitary guided missile launching assemblies. Work will be performed in Grand Prairie, Texas; Horizon City, Texas; and Lufkin, Texas, with an estimated completion date of Oct. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0302).

ITT Systems Corp., Colorado Springs, Colo., was awarded a $68,020,223 cost-plus-fixed-fee and firm-fixed-price contract. The award will provide for the modification of an existing contract to provide maintenance, supply and transportation services in support of the Army preposition stocks Kuwait, and direct theater support for southwest Asia missions. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Feb. 28, 2015. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W911SE-07-D-0006).

VSE Corp., Alexandria, Va., was awarded a $66,992,137 cost-plus-fixed-fee contract. The award will provide for the professional services required for the rapid equipping force. Work will be performed in Fort Belvoir, Va., with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-11-C-0128).

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded a $36,763,128 firm-fixed-price contract. The award will provide for the procurement and delivery of non-standard ammunition for the government of Afghanistan. Work will be performed in Kabul, Afghanistan, and Kazanlak, Bulgaria, with an estimated completion date of Sept. 30, 2012. Two bids were solicited, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0061).

API, LLC, Orocovis, Puerto Rico, was awarded a $35,860,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of various modular lightweight load carrying equipment sets and pieces. Work will be performed in Orocovis, Puerto Rico, with an estimated completion date of June 21, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0011).

Rexroad APG, Colorado Springs, Colo., was awarded a $12,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the engineering services for master planning and geographic information systems for military and civil works projects. Work location will be determined with each task order, with an estimated completion date of June 26, 2016. The bid was solicited through the Internet, with 19 bids received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-11-D-0017).

Bristol Environmental Remediation Services, LLC, was awarded a $9,900,000 firm-fixed-price indefinite-delivery contract. The award will provide for the environmental and professional services required for the U.S. Army Corps of Engineers, South Pacific Division. Work location will be determined with each task order, with an estimated completion date of June 28, 2016. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-11-D-0011).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Jaynes Corp., Las Vegas, Nev., was awarded a $7,091,019 firm-fixed-price contract. The award will provide for the construction of a fire/crash rescue station for Creech Air Force Base, Nev. Work will be performed in Creech Air Force Base, Nev., with an estimated completion date of Dec. 6, 2012. The bid was solicited through the Internet, with 18 bids received. The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-11-C-0004).

AIR FORCE

Computer Sciences Corp., Beavercreek, Ohio, is being awarded a $94,024,958 firm-fixed-price and time-and-material contract modification to the Expeditionary Combat Support System (ECSS) system integrator task order which will reduce program schedule risk, leverage lessons learned, and modify the testing approach for the remaining ECSS Release 1 piloting activities. Work will be performed at Beavercreek, Ohio. Contract funds will not expire at the end of the current fiscal year. ESC/HGBK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-06-F-8009, PO0130).

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded an estimated $55,180,248 firm-fixed-price contract for KC-10 communication navigation surveillance air traffic management. This effort includes a single integrator for the engineering, manufacturing, development, production and installation. Oklahoma City Air Logistics Center/GKSKA, Tinker Air Force Base, Okla., is the contracting activity (FA8106-11-C-0006).

ITT Systems Corp., Colorado Springs, Colo., is being awarded a $20,876,842 cost-plus-award-fee contract modification to provide system engineering integration and sustainment of ground-based missile warning, missile defense, and space surveillance sensors. Work will be performed at Colorado Springs, Colo. ESC/HSIK, Peterson Air Force Base, Colo., is the contracting activity (F19628-02-C-0010, PO0312).

United Technologies Corp., Pratt and Whitney, East Hartford, Conn., is being awarded an $18,117,166 firm-fixed-price contract for the F117-PW-100 engines (two each) and associated data for the C-17 aircraft. Work will be performed at East Hartford, Conn. ASC/WNWK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-07-D-2073, Delivery Order 0016).

DEFENSE LOGISTICS AGENCY

BP Energy Co., Houston, Texas, was awarded a fixed-price with economic price adjustment contract with a maximum $43,919,002 for direct supply natural gas. Other location of performance is California. Using services are Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 30, 2014. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-7501).

Newpark Mats & Integrated Services, The Woodlands, Texas, was awarded a fixed-price with economic price adjustment contract with a maximum $17,343,560 for Dura-Base Composite Mat System. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is June 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0011).

NAVY

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Conn., is being awarded a $19,811,545 modification to a previously awarded firm-fixed-incentive-fee/cost-plus-incentive-fee contract (N00019-09-C-0015) for the procurement of one Low Rate Initial Production 4 (LRIP 4) conventional take off and landing propulsion systems for the Royal Netherlands Air Force. In addition, this modification provides for associated engineering assistance to production, initial spare modules, spare parts, program management, and financial and technical data. Work will be performed in East Hartford, Conn. (73 percent); Bristol, United Kingdom (20 percent); and Indianapolis, Ind. (7 percent). Work is expected to be completed in January 2013. 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.

Lockheed Martin, Moorestown, N.J., is being awarded a $15,206,648 modification to previously awarded contract (N00024-03-C-5115) for engineering services for DDG 51-class and CG 47-class Aegis Combat System installation, integration and test, and fleet life cycle engineering support. The required services for DDG 51-class ships and CG 47-class ships include program management and operation support, quality assurance, configuration management, ship design

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

integration, fleet lifecycle engineering support, installation support, firmware maintenance, combat system test and evaluation, Navy-furnished material support, special studies, and future-ship integration studies. Work will be performed in Moorestown, N.J. (50 percent); Baltimore, Md. (25 percent); Norfolk, Va. (8 percent); Washington, D.C. (5 percent); Akron, Ohio (5 percent); Mayport, Fla. (2 percent); San Diego, Calif. (1 percent); Oxnard, Calif. (1 percent); Bath, Maine (1 percent); Pascagoula, Miss. (1 percent); and Dahlgren, Va. (1 percent). Work is expected to be completed by September 2011. 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.

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $14,104,892 cost-plus-incentive-fee contract for the non-recurring engineering efforts for the design and development of a Mode 5 Interrogator Subsystem into the MH-60R Automatic Radar Periscope Detection and Discrimination System, to include design, development, integration and test. Work will be performed in Farmingdale, N.Y. (68 percent), and Owego, N.Y. (32 percent), and is expected to be completed in November 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0068).

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $12,500,000 modification to previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support research and development of advanced submarine technologies for current and future submarine platforms. Advanced submarine research and development includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability. Development and design of advanced submarine research and development (R&D) technologies include the integration/incorporation of technologies for tests/deployment of onboard advanced development models and engineering test platforms on designated R&D test platform(s) and current and future submarine platforms; fabrication of advanced engineering development models and prototypes required to demonstrate proof-of-concepts; and engineering design, technical assessment, systems integration, and configuration management and control services to support large scale vehicle test platforms. The program also supports near term insertion of Virginia-class technology; identification of Ohio-class replacement technology options; future submarine concepts; and core technologies. Work will be performed in Groton, Conn. (75 percent), and Newport News, Va. (25 percent), and is expected to be completed by October 2011. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

L-3 Interstate Electronics Corp., Anaheim, Calif., is being awarded a $12,474,694 cost-plus-fixed-fee completion contract to design, develop, document, manufacture, test, deliver, and install the upgrade to the Strategic Systems Program Navy mobile instrumentation radar, and M465 antenna replacement and M250 interface cable shipping containers in accordance with Flight Test Instrumentation System data collection capabilities and requirements document and M465 antenna replacement and M250 interface cable shipping containers. Work will be performed in Anaheim, Calif. (77.2 percent), and Cape Canaveral, Fla. (22.7 percent), and is expected to be completed by July 2013. Contract funds in the amount of $1,682,000 will expire at the end of the current fiscal year. This contract was not competitively procured. Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-10-C-0009).

CORRECTION: Contract awarded June 29, 2011, to DynCorp International, LLC, Fort Worth, Texas (N62742-08-C-

1115), for $37,434,785 should have been for $38,532,688. After award of contract option, the total cumulative contract value will now be $177,899,242. Note: This has been fixed in the June document. Kind regards, Barr Group Aerospace.

Total value of contracts awarded this day: $ 705.64M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 578-11 July 05, 2011

CONTRACTS

ARMY

The Boeing Company, Defense, Space & Security, Mesa, Ariz., was awarded a $75,204,865 firm-fixed-price contract. The award will provide for the modification of an existing contract for the procurement of 23 remanufactured aircraft for the Army National Guard along with spares and one Longbow Crew Trainer. Work will be performed in Mesa, Ariz., with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0093).

Lakeshore TolTest JV LLC, was awarded a $71,582,951 firm-fixed-price contract. The award will provide for the construction of buildings, parking, utilities and other infrastructure for Afghanistan National Army personnel. Work will be performed in Afghanistan, with an estimated completion date of Feb. 14, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corp of Engineers, Kandahar, Afghanistan, is the contracting activity (W5J9LE-11-C-0034).

Science Applications International Corporation, McLean, Va., was awarded a $63,231,564 firm-fixed-price level-of-effort contract. The award will provide for the modification of an existing contract to service, augment and sustain Mine Resistant Ambush Protected vehicles, and provide Joint Logistics Integrator capability for integrated logistics, engineering and fielding services. Work will be performed in McLean, Va.; Kuwait; and Afghanistan; with an estimated completion date of Sept. 18, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

Zieson Construction Company LLC, Topeka, Kan., was awarded a $45,000,000 firm-fixed-price contract. The award will provide for the sustainability, renovation and modernization construction and design work on Fort Leonard Wood Army Installation in Missouri and within the surrounding area. Work will be performed in Fort Leonard Wood, Mo., with an estimated completion date of May 11, 2014. The bid was solicited through the Internet, with 19 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-D-4007).

Contrack International Inc., McLean, Va., was awarded a $44,394,096 firm-fixed-price contract. The award will provide for the construction of facilities at Camp Zafar, for the Afghan National Army, composed of barracks, administrative space, training classrooms and other infrastructure. Work will be performed in Herat Province, Afghanistan, with an estimated completion date of Jan. 22, 2013. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, Kandahar, Afghanistan, is the contracting activity (W5J9LE-11-C-0033).

Heckler & Koch Defense, Ashburn, Va., was awarded a $38,557,300 firm-fixed-price contract. The award will provide for the procurement of 18,000 M320A1 Grenade Launchers and technical data packages for each. Work will be performed in Ashburn, Va.; Columbus, Ga.; and Oberndorf, Germany; with an estimated completion date of May 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-0052).

Absher Construction Company Inc., Puyallup, Wash., was awarded a $35,275,888 firm-fixed-price contract. The award will provide for the design and construction of an unaccompanied enlisted personnel housing facility at Schofield Barracks, Oahu, Hawaii. Work will be performed in Oahu, Hawaii, with an estimated completion date of Aug. 30, 2014. Twenty bids were solicited, with three bids received. The U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-11-C-0011).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Kellogg Brown and Root Services, Arlington, Va., was awarded a $25,249,114 firm-fixed-price contract. The award will provide for the construction of the Lackland Airman Training Center. Work will be performed in Lackland Air Force Base, San Antonio, Texas, with an estimated completion date of Feb. 9, 2013. The bid was solicited through the Internet, with 17 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0027).

Arrow Kinsley JV II, York, Penn., was awarded a $19,869,000 firm-fixed-price contract. The award will provide for the construction of a consolidated logistics center at Fort Detrick, Md. Work will be performed in Frederick, Md., with an estimated completion date of Dec. 27, 2013. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-C-0029).

Johnson Roofing & Construction Inc., Ventura, Calif., was awarded a $15,000,000 firm-fixed-price indefinite-delivery / indefinite-quantity contract. The award will provide for the roofing services to the Corps of Engineers, South Pacific Division. Work location will be determined with each task order, with an estimated completion date of June 29, 2014. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-11-D-0022).

Charpie-Korte Design-Build J.V. S.B LLC, Chicago, Ill., was awarded an $11,768,165 firm-fixed-price contract. The award will provide for the design and construction of an Army Reserve Center at Fort A.P. Hill, Va. Work will be performed in Fort A.P. Hill, Va., with an estimated completion date of Nov. 11, 2012. The bid was solicited through the Internet, with 19 bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-11C-0020).

Charles F. Day & Associates LLC, Davenport, Iowa, was awarded a $10,276,412 firm-fixed-price contract. The award will provide for the artillery training and field support for the Improved Position Azimuth Determining System. Work will be performed in Fort Sill, Okla.; Yuma, Ariz.; Picatinny Arsenal, N.J.; Hattiesburg, Miss; Afghanistan; Iraq; and Australia; with an estimated completion date of June 30, 2014. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-C-0157).

Mission Essential Personnel LLC, Columbus, Ohio, was awarded a $9,700,000 indefinite-delivery/indefinite-quantity, fixed-price, cost-reimbursable, multiple-award-task-order contract. The award will provide for the procurement of foreign language services in support of the Department of Defense Language Interpretation and Transition Enterprise program. Work location will be determined with each task order, with an estimated completion date of June 27, 2016. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Intelligence and Security Command, Alexandria, Va., is the contracting activity (W911W4-11-D-0007).

Northrop Grumman Technical Services Inc., Herndon, Va., was awarded a $9,700,000 indefinite-delivery/indefinite-quantity, fixed-price, cost-reimbursable, multiple-award-task-order contract. The award will provide for the procurement of foreign language services in support of the Department of Defense Language Interpretation and Transition Enterprise program. Work location will be determined with each task order, with an estimated completion date of June 27, 2016. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Intelligence and Security Command, Alexandria, Va., is the contracting activity (W911W4-11-D-0008).

Linc Government Services LLC, Hopkinsville, Ky., was awarded a $9,700,000 indefinite-delivery/indefinite-quantity, fixed-price, cost-reimbursable, multiple-award-task-order contract. The award will provide for the procurement of foreign language services in support of the Department of Defense Language Interpretation and Transition Enterprise program. Work location will be determined with each task order, with an estimated completion date of June 27, 2016. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Intelligence and Security Command, Alexandria, Va., is the contracting activity (W911W4-11-D-0006).

L3 Services Inc., Reston, Va., Mission Essential Personnel LLC, Columbus, Ohio, was awarded a $9,700,000 indefinite-delivery/indefinite-quantity, fixed-price, cost-reimbursable, multiple-award-task-order contract. The award will provide for the procurement of foreign language services in support of the Department of Defense Language Interpretation and Transition Enterprise program. Work location will be determined with each task order, with an estimated completion date of June 27, 2016. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Intelligence and Security Command, Alexandria, Va., is the contracting activity (W911W4-11-D-0005).

Global Linguist Solutions LLC, Falls Church, Va., was awarded a $9,700,000 indefinite-delivery/indefinite-quantity,

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

fixed-price, cost-reimbursable, multiple-award-task-order contract. The award will provide for the procurement of foreign language services in support of the Department of Defense Language Interpretation and Transition Enterprise program. Work location will be determined with each task order, with an estimated completion date of June 27, 2016. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Intelligence and Security Command, Alexandria, Va., is the contracting activity (W911W4-11-D-0004).

CACI Premier Technology Inc., Chantilly, Va., was awarded a $9,700,000 indefinite-delivery/indefinite-quantity, fixed-price, cost-reimbursable, multiple-award-task-order contract. The award will provide for the procurement of foreign language services in support of the Department of Defense Language Interpretation and Transition Enterprise program. Work location will be determined with each task order, with an estimated completion date of June 27, 2016. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Intelligence and Security Command, Alexandria, Va., is the contracting activity (W911W4-11-D-0003).

Raytheon Company, Andover, Mass., was awarded a $9,142,717 firm-fixed-price contract. The award will provide for the procurement of A45 Mark 1 / A22 test station upgrade modification kit and A22 test station power supply upgrade kit for the government of Egypt. Work will be performed in Andover, Mass., with an estimated completion date of Dec. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0182).

Science Applications International Corp., McLean, Va., was awarded an $8,053,647 firm-fixed-price contract. The award will provide for a modification of an existing contract to provide two additional combat outpost surveillance and force protection systems. Work will be performed in Elkridge, Md., with an estimated completion date of Nov. 28, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911QY-10-F-0188).

Marco Builders Inc., Southampton, N.J., was awarded a $6,714,000 firm-fixed-price contract. The award will provide for the construction of a new consolidated base operations/command post facility. Work will be performed in Joint Base McGuire-Dix, Lakehurst, N.J., with an estimated completion date of Sept. 25, 2012. Sixty bids were solicited, with 12 bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-11-C-0010).

AIR FORCE

ITT Systems corporation of Clifton, N.J. is being awarded a not to exceed $49,097,182 firm fixed price contract for the ALQ-211 (v)9 Pod. This will provide systems software and support equipment for the ALQ-211 (v)9 Pod. This award includes 18 pods, 4 pod shells, 2 antenna coupler sets, 2 lab test benches, and data. Work will be performed at Clifton, N.J. This contract is a Foreign Military Sales requirement for Pakistan. Contract funds will not expire at the end of the current fiscal year. WR-ALC/GRWKB, Robins Air Force Base, Ga. is the contracting activity (FA8540-11-C-0012).

New Mexico Institute of Mining & Technology of Socorro, N.M. is being awarded a maximum $9,200,000 cost reimbursement contract for a partnership intermediary agreement in accordance with 15 USC 3715 to perform services in support of the technology transfer function pursuant to 15 USC 3710(b) that: (a) Increase the likelihood of success in the conduct of its cooperative or joint activities with small business, educational institutions, and other eligible participants; (b) support the office of Research and Technology Applications in implementation of the Technology Transfer Program; and (c) assist in forming and maintaining productive technology partnerships. Work will be performed at Kirtland Air Force Base, N. M. The contracting activity is Air Force Research Laboratory/RVKE, Kirtland Air Force Base, N.M. (FA9451-11-3-0001).

NAVY

Lockheed Martin, Mission Systems and Sensors, Moorestown, N.J., is being awarded a $31,235,835 modification to previously awarded contract (N00024-09-C-5110) to exercise an option for the production of the DDG 115 Aegis Weapon System including a multi-mission signal processor and the procurement of the Secure Voice System and Digital Video Distribution System for DDG 114 and 115. This modification increases the total funding obligated to $329,801,274. If all options are exercised the total value of the contract will be $332,449,028. Work will be performed in Moorestown, N.J. (87 percent) and Clearwater, Fla. (13 percent), and is expected to be completed by April 2014. Contract funds will not expire at

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Science Applications International, Inc., McLean, Va., is being awarded a maximum value $14,750,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the environment and ship motion forecasting program which seeks to provide sea based ship and cargo system operators with seaway environmental forecasting in order to predict ship motions and determine windows of opportunity for inter-intra-ship material and personnel environment. The total cumulative value of this contract is $14,750,000. The total cumulative value of task order #0001 is $6,738,833 and will be awarded concurrent with contract. The action will be incrementally funded with this initial obligation of $350,000. Work will be performed in McLean, Va., and work is expected to be completed June 2016. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured under Office of Naval Research Broad Agency Announcement 10-019, with seven proposals received. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-11-D-0444).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $9,559,558 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0069) to exercise an option to provide AN/ARC-210(V) Electronic Radio and Ancillary Equipment for CH-53E CNS/ATM. The contract provides for the following quantities (54) RT-1851A(C)/ARC receiver-transmitters; (54) C-12561A/ARC control, radio sets. The contract will also provide for AN/ARC-210(V) electronic radio and ancillary equipment for the E-6B in the following quantities: (22) C-12561A/ARC control, radio sets; (36) MT-4935/ARC mounting bases; (36) MT-7006/ARC amplifier mounts; (44) AM-7526/ARC high power amplifiers; and (44) RT-1939(C)/ARC receiver-transmitters. The work will be performed in Cedar Rapids, Iowa, and is expected to be completed in July 2012. 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.

Kalman & Company, Inc., Virginia Beach, Va., is being awarded $7,543,595 for task order #0039 under previously awarded firm-fixed-price contract (M67854-03-A-5158) to provide business and analytical support to the Joint Program Executive Office for Chemical and Biological Defense’s (JPEO-CBD) Transformational Medical Technologies (TMT) Program. Objectives of this initiative include the development of acquisition documentation and providing scientific subject matter expertise supporting the advanced development of medical systems, medical countermeasures, and rapid response-biosurveillance system capabilities. Objectives also include development of acquisition program metrics and objectives and risk analyses that support current and planned acquisition programs and lead to concise business case analyses identifying cost and performance projections, schedule impacts, and sustainment/ lifecycle considerations. Work will be performedin Falls Church, Va., and work is expected to be completed in July 18, 2012. Contract funds will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Correction: Contract awarded June 30, 2011 to Austal USA, Mobile, Ala, for $312,939,336 should have stated one of the places of performance as Henderson, Australia and not as Henderson, Wash.

DEFENSE LOGISTICS AGENCY

Belleville Shoe Mfg. Co., Belleville, Ill. was issued a modification exercising the fourth option year on the current contract SPM1C1-07-D-1518/P00012. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $25,171,113 for Army hot weather combat boots. Other location of performance is Arkansas. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is July 8, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Altama Footwear, Atlanta, Ga. was issued a modification exercising the fourth option year on the current contract SPM1C1-07-D-1519/P00010. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $20,209,410 for Army hot weather combat boots. Other locations of performance are Puerto Rico and Tennessee. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is July 8, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Wellco Enterprises, Inc., Waynesville, N.C. was issued a modification exercising the fourth option year on the current contract SPM1C1-07-D-1522/P00014. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $15,017,636 for Army hot weather combat boots. Other location of performance is Puerto Rico. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is July 8,

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Rocky Shoes & Boots, Inc., Nelsonville, Ohio was issued a modification exercising the fourth option year on the current contract SPM1C1-07-D-1523/P00010. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $6,260,021 for Army hot weather combat boots. Other location of performance is Puerto Rico. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is July 8, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

UNITED STATES TRANSPORTATION COMMAND

Columbia Helicopters, Inc. ofAurora, Ore., is being awarded a $17,065,000.00 task order for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan and will start July 1, 2011 to be completed by Oct. 31, 2011. This contract was a competitive acquisition with four bids received. The contracting activity is United States Transportation Command (USTRANSCOM) Directorate of Acquisition, Scott Air Force Base, IL(HTC711-11-D-R021).

Total value of contracts awarded this day: $ 742.63M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 582-11 July 06, 2011

CONTRACTS

ARMY

Science, Engineering and Technology Associates, Arlington, Va., was awarded a $48,200,000 firm-fixed-price cost-plus-fixed-fee contract. The award will provide for the procurement of the counter-bomber system to provided detection capability of suicide bombers approaching a controlled access site. Work will be performed in Arlington, Va., with an estimated completion date of June 20, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0012).

Lockheed Martin, Mission System & Sensors, Owego, N.Y., was awarded a $47,000,000 cost-plus-fixed-fee contract. The award will provide for procurement of autonomous technologies for unmanned aerial systems to maximize performance requirements and capabilities with mature technologies. Work will be performed in Owego, N.Y., with an estimated completion date of June 29, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-11-D-0008).

Oshkosh Corporation, Oshkosh, Wis., was awarded a $27,115,701 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 50 Mine Resistant Ambush Protected All-Terrain vehicles, to include basic issue items and kits, in support of Foreign Military Sales to United Arab Emirates. Work will be performed in Oshkosh, Wis., with an estimated completion date of Dec. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Upstate Construction Services Inc., Watertown, N.Y., was awarded an $11,577,144 firm-fixed-price contract. The award will provide for the specific task order of an existing contract to construct an aircraft hangar and renovate an existing hangar to upgrade electrical, heating, ventilation and lighting. Work will be performed in Fort Drum, N.Y., with an estimated completion date of March 30, 2013. One-hundred sixty-nine bids were solicited, with ten bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-09-D-0005).

NAVY

HDT EP, Inc., Geneva, Ohio, is being awarded a $20,850,977 firm-fixed-price delivery order under Blanket Purchase Agreement (M67854-08-A-5023) for the procurement of three models of environmental control units (ECUs) in support of the program manager, Expeditionary Power Systems. The ECU quantity and models are as follows: 50 each 18,000 BTU/hr ECUs; 887 each 36,000 BTU/hr ECUs; and 400 each 60,000 BTU/hr ECUs. Work will be performed in Geneva, Ohio, and is expected to be completed by July 2012. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

J.G.B. Enterprises, Inc.,* Liverpool, N.Y., is being awarded a $47,000,000 five-year firm-fixed-price, indefinite-delivery requirements contract to provide U.S. Marine Corps and Army a commercial single integrator responsible for procuring, packaging and shipping specified tactical fuel systems and components, and water supply support equipment systems and components. This contract contains options, which if exercised, will bring the contract total to $99,000,000. Work will be performed in Liverpool, N.Y., and work is expected to be completed by July 5, 2012. With options exercised, work would continue through July 5, 2016. This contract is a competitive small business set-aside with seven offers received. Contract funds will not expire by the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-5030).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

*Small Business

Total value of contracts awarded this day: $ 201.75M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 584-11 July 07, 2011

CONTRACTS

NAVY

The Boeing Co., St. Louis, Mo., is being awarded an $119,415,215 firm-fixed-price contract for the procurement of two Lot 86 Harpoon missile bodies; two exercise Grade B canister All Up Round (AUR); eight anti-submarine rocket AUR; and associated hardware for the government of Taiwan. In addition, this contract provides for the procurement of four exercise air launch and associated hardware for the government of Taiwan (two) and India (two); 20 tatical air launch AUR for the government of India; 20 tactical light weight canister AUR for the government of Egypt; and Harpoon-associated hardware for the governments of Singapore, Japan, Australia, Korea and Canada. Work will be performed in St. Charles, Mo. (43.5 percent); McKinney, Texas (13.5 percent); Toledo, Ohio (6.0 percent); Motherwell, United Kingdom (4.4 percent); Cedar Rapids, Iowa (3.6 percent); Lititz, Pa. (3.5 percent); Elkton, Md. (3.0 percent); Grove, Okla. (2.6 percent); Black Mountain, N.C. (2.2 percent); Middletown, Conn. (1.8 percent); Kirkwood, Mo. (1.6 percent); Galena, Kan. (1.5 percent); Joplin, Mo. (1.3 percent); Huntsville, Ala. (1.1 percent); Chandler, Ariz. (1.0 percent); Palo Alto, Calif. (0.8 percent); McCalester, Okla. (0.8 percent); El Paso, Texas (0.7 percent); Clearwater, Fla. (0.7 percent); Lancaster, Pa. (0.7 percent); Estill Springs, Tenn. (0.6 percent); and various location in and outside the continental U.S. (5.1 percent). Work is expected to be completed in July 2012. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the governments of Taiwan ($26,939,620; 22.5 percent); India ($35,107,410; 29.4 percent); Egypt ($51,197,160; 42.9 percent); Singapore ($404,441; 0.3 percent); Japan ($2,051,762; 1.7 percent); Australia ($1,883,516; 1.6 percent); Korea ($1,155,312; 1.0 percent); and Canada ($675,994; 0.6 percent) under the Foreign Military Sales Program. This contact was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River Md., is the contracting activity (N00019-11-C-0300).

G4S-SJC, LLC, San Diego, Calif., is being awarded a maximum $90,000,000 design-build indefinite-delivery/indefinite-quantity construction contract for various repairs, alteration, construction, and demolition work to shore facilities at the U.S. Navy Support Facility, Diego Garcia. Task order 0001 is being awarded at $3,951,880 for the repair shoreline revetment at the back of Bachelor Officers Quarters 7 at U.S. Navy Support Facility, Diego Garcia; task order 0002 is being awarded at $1,172,466 for the replacement of the heating, ventilation, and air conditioning system at facility number 939, Air Force Galley, Diego Garcia; task order 0003 is being awarded at $217,571 for the construction of a shelter for two base stations at U.S. Navy Support Facility, Diego Garcia. Work for all three task orders is expected to be completed by July 2012. All work on this contract will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by July 2014. Contract funds in the amount of $3,951,880 will expire at the end of the current fiscal year. This contract was competitively procured via the Asia Navy Electronic Commerce Online websitewith four proposals received. The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N40084-11-D-0004).

Lockheed Martin, Fort Worth, Texas, is being awarded a $46,158,317 modification to increase funding to a previously awarded cost-plus-incentive fee contract (N0019-07-C-0097) for the conventional takeoff and landing variant of the F-35 Lightning II Joint Strike Fighter. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, England (20 percent); Orlando, Fla., (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in August 2011. Contract funds in the amount of $34,300,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Aquate Corp., Huntsville, Ala., is being awarded a $44,590,377 cost-plus-fixed-fee/hybrid-cost-plus-fixed-fee and firm-fixed-price completion contract to provide work efforts for procurement, total package fielding, and sustainment support of state-of-the-art commercial-off-the-shelf equipment in support of chemical, biological, radiological, nuclear, and high-yield explosives used by responders for combating weapons of mass effect. Work will be performed in Huntsville, Ala., and is expected to be completed by June 2012. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

contracting activity (N00174-11-C-0037).

General Dynamics Electric Boat Corp., Groton, Conn., was awarded on July 5 a $15,776,023 modification to previously awarded contract (N00024-09-C-2100) for continued engineering, technical services, concept studies, and design of a common missile compartment for the United Kingdom Successor SSBN and the Ohio replacement SSBN submarine. Work will be performed in Groton, Conn. (93 percent); Quonset Point, R.I. (3 percent); Newport News, Va. (2 percent); and Newport, R.I. (2 percent). Work is expected to be completed by December 2011. 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.

Makers Architecture and Urban Design, LLP*, Seattle, Wash., is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for facilities planning documentation services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for project planning documents, plans, studies, geo-spatial information and service, global positioning system services and other services. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent), and Utah (1 percent). Work is expected to be completed by July 2014. Contract funds in the amount of $5,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with 10 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-D-0010).

TCOM, LP*, Columbia, Md., is being awarded a $10,224,392 modification to a previously awarded firm-fixed-price contract (N68335-11-C-0250) for the procurement of hardware in support of phase three of the Persistent Ground Surveillance Systems (PGSS) for the Army. Hardware to be procured includes five 22M+ aerostat systems, six tether-up spares kits, and two line replaceable units/site spares to outfit and enhance the capabilities of the existing PGSS currently fielded. Work will be performed in Elizabeth City, N.C. (90 percent), and Columbia, Md. (10 percent), and is expected to be completed in September 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., was issued a modification exercising the sixth option year on the current contract SPM4AX-09-D-9404/P00087. Award is a firm-fixed-price contract with a maximum $70,595,754 for supply spare parts to support numerous aircraft platforms. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is July 7, 2012. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity.

Michelin North America, Inc., Greenville, S.C., was awarded a fixed-price with economic price adjustment contract with a maximum $29,643,016 for ground tires. Other locations of performance are Indiana and South Carolina. Using services are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 13, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0144).

Michelin North America, Inc., Greenville, S.C., was awarded a fixed-price with economic price adjustment contract with a maximum $9,887,860 for ground tires. Other locations of performance are Spartanburg, S.C., and France, Spain, Germany, Poland, United Kingdom, Romania, Italy, Canada. Using services are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 13, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0142).

Plaza Fueling Agents, Inc.*, Newport News, Va., was awarded a fixed-price with economic price adjustment contract with a maximum $8,599,340 for marine gas oil. Other locations of performance are Pennsylvania and Maryland. Using services are Navy, Coast Guard, and federal civilian agencies. The date of performance completion is April 30, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0374).

U.S. SPECIAL OPERATIONS COMMAND

Tribalco, LLC, Bethesda, Md., is being awarded a contract option which will increase the total estimated contract

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

ceiling to $54,595,617 for the four-year ordering period indefinite-delivery/indefinite-quantity contract for the purchase of tactical combat casualty care sets in support of U.S. Special Operations Command. The work will be performed in Bethesda, Md., and is expected to be completed in 2015. This contract was awarded through competitive acquisition, in accordance with 10 U.S.C. 2305(b)(4)(B) and 41 U.S.C. 253b(d)(3). U.S. Special Operations Command is the contracting activity (H92222-10-D-0023).

Teledyne Brown Engineering, Inc., Huntsville, Ala., is being awarded a not-to-exceed $37,274,119 contract under its indefinite-delivery/indefinite-quantity contract for the development and test period which consists of an engineering development model, engineering services, training, long lead time materials, and travel. The contract is for the Shallow Water Combat Submersible in support of U.S. Special Operations Command, Program Executive Office-Maritime. The work will be performed in Huntsville, Ala., and is expected to be completed within 24 months from issuance of delivery order. U.S. Special Operations Command is the contracting activity (H92222-11-D-0002).

FSCX, Inc., Lawton, Okla., is being awarded a firm-fixed-price contract in the amount of $17,560,721 for a base year and four one-year option periods for survival evasion resistance escape instruction support in support of U.S. Army Special Operations Command. The work will be performed in Fort Bragg, N.C., and surrounding areas and is expected to expire in July 2016. This contract was awarded as a service disable veteran owned small business set-aside. U.S. Army Special Operations Command is the contracting activity (H92239-11-C-0011).

*Small business

Total value of contracts awarded this day: $ 554.33M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 592-11 July 08, 2011

CONTRACTS

ARMY

BAE Systems, York, Penn., was awarded a $165,460,979 firm-fixed-price contract. The award will provide for the production of 43 heavy equipment recovery combat utility life evacuation system recovery vehicles. Work will be performed in York, Penn., with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-C-0408).

URS Federal Support Services, Inc., Germantown, Md. (W911S0-11-D-0047); Calibre Systems, Inc., Alexandria, Va. (W911S0-11-D-0046); Booz Allen Hamilton, McLean, Va. (W911S0-11-D-0039); and Parsons Infrastructure, Washington, D.C. (W911S0-11-D-0038), were awarded a $24,544,671 firm-fixed-price, multiple-award-task-order contract. The award will provide for the support services to develop, deliver and enable an operationally relevant and totally integrated live, virtual, constructive and gaming training environment. Work location will be determined with each task order, with an estimated completion date of July 21, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity.

BAE Systems Land & Armaments, L.P., Santa Clara, Calif., was awarded a $23,600,000 cost-plus-fixed-fee contract. The award will provide for the maintenance for all tracked vehicles managed by Program Manager, Heavy Brigade Combat Team for the Army Prepositioned Stock Program and the Theater Sustainment Stock fleet in Kuwait. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Aug. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0047).

Korte Construction Co., dba The Korte Co., St. Louis, Mo., was awarded a $21,572,201 firm-fixed-price contract. The award will provide for the design and construction of the Special Operations Forces Battalion Operations Command, Phase 5, at Fort Campbell, Ky. Work will be performed in Fort Campbell, Ky., with an estimated completion date of May 31, 2013. The bid was solicited through the Internet, with 14 bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-11-C-0030).

The Sherwin Williams Co., Cleveland, Ohio, was awarded a $13,998,728 firm-fixed-price contract. The award will provide for the procurement of chemical agent resistant coating paint and products. Work location will be determined with each task order, with an estimated completion date of July 6, 2013. The bid was solicited through the Internet, with four bids received. The Directorate for Contracting, Red River Army Depot, Texarkana, Texas, is the contracting activity (W911RQ-11-D-0015).

MELE, Inc., Rockville, Md., was awarded a $12,500,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of AN/PDR-75 radiac sets. Work will be performed in Albuquerque, N.M., with an estimated completion date of July 24, 2016. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-D-T206).

General Dynamics Land Systems, Inc., Sterling Heights, Mich., was awarded a $10,500,000 cost-plus-fixed-fee contract. The award will provide for the maintenance for all tracked vehicles managed by Program Manager, Heavy Brigade Combat Team for the Army Prepositioned Stock Program and the Theater Sustainment Stock fleet in Kuwait. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Aug. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0048).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

AIR FORCE

Northrop Grumman Systems Corp., Defense Systems Division, Herndon, Va., is being awarded a $20,658,295 modification to a cost-plus-fixed-fee contract for a four-month extension, July through November, of the operation and support of aircraft E-11A, serial number 1-900 modified to carry the battlefield airborne communications node (BACN) payload. This contract also provides for the operations and maintenance of the BACN payload and for the maintenance of the modified aircraft. ESC/HNAA, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-09-C-0010 PO0032).

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded an estimated $16,700,000 modification to a firm-fixed-price contract for U.S. Air Force, U.S. Navy, and Foreign Military Sales requirements for management of items subjects to repair (MISTR) component repair and engine overhaul in support of operational and mission capability and includes various reporting requirements. A major part of the workload is MISTR component repair. Work will be performed in Mississauga, Ontario, Canada (15 percent), and Stockton, Calif. (85 percent). 848 SCMG/PKAB, Tinker Air Force Base, Okla., is the contracting activity (FA8122-10-D-0002 PO0008).

ITT Systems Corp., Colorado Springs, Colo., is being awarded a $7,745,642 modification to a cost-plus-award-fee contract for system engineering integration and sustainment of ground-based missile warning, missile defense, and space surveillance sensors. Work will be performed at Colorado Springs, Colo. ESC/HSIK, Peterson Air Force Base, Colo., is the contracting activity (F19628-02-C-0010 PO0321).

DEFENSE LOGISTICS AGENCY

Sterling Foods, L.L.C., San Antonio, Texas, was issued a modification exercising the first option year on the current contract SPM3S1-10-D-Z188/P00003. Award is a firm-fixed-price contract with a maximum $13,838,605 for polymeric traypack baker ration items. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is July 6, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Global Montello Group, Waltham, Mass., was awarded a fixed-price with economic price adjustment contract with a maximum $10,159,861 for marine gas oil. Other locations of performance are Boston, Mass., and New Jersey. Using services are Army, Navy, Coast Guard, and federal civilian agencies. The date of performance completion is March 31, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0359).

NAVY

The Boeing Co., Lanham, Md., is being awarded an $8,088,072 firm-fixed-price order via the General Services Administration (GSA) schedule for the procurement of 964 Combat Survivor Evader Locator System handheld radio sets that will provide multiple communication options for search and rescue missions. In addition, this contract also provides for 1,928 rechargeable batteries and 80 radio set adapters. Work will be performed in Huntington Beach, Calif., and is expected to be completed in February 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a request for quotes under a GSA schedule E-buy; seven firms were solicited and one offer was received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-F-4009).

*Small business

Total value of contracts awarded this day: $ 349.37M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 598-11 July 11, 2011

CONTRACTS

AIR FORCE

Lockheed Martin Corporation, Lockheed Martin Aeronautical Systems of Marietta, Ga., is being awarded a not to exceed $89,016,000 modification to a firm fixed price contract to obligate fiscal year 2011 Congressionally mandated advance procurement funding for long lead efforts for the acquisition of one (1) United States Air Force C-130J -30 aircraft, and eight (8) HC/MC aircraft including two (2) peculiars for each of the HC/MC aircraft for a total of nine (9) fiscal year 2012 aircraft. The contracting activity is ASC/WLNNC, Wright-Patterson Air Force Base, Ohio (FA8625-11-C-6597 PO0029).

UNITED STATES TRANSPORTATION COMMAND

Young Brothers, Inc., a Sealift Services Company of Honolulu, Hawaii is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W011).

Alaska Marine Lines, Inc., a Sealift Services Company, of Seattle, Wash., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W001).

Crimson Shipping Company, Inc., a Sealift Services Company of Chickasaw, Ala., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W002).

Crowley Puerto Rico Services, Inc., a Sealift Services Company of Jacksonville, Fla., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W003).

Horizon Lines, LLC., a Sealift Services Company of Charlotte, N.C., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W004).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Matson Navigation Company, Inc., a Sealift Services Company of Oakland, Calif., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W005).

Northland Services, Inc., a Sealift Services Company of Seattle, Wash., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is 01 Aug 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W006).

Pasha Hawaii Transport Lines, LLC., a Sealift Services Company of Corte Madera Calif., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W007).

Sea Star Line, LLC., a Sealift Services Company of Jacksonville, Fla., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W008).

Totem Ocean Trailer Express, Inc., a Sealift Services Company of Federal Way, Wash. is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W009).

Trailer Bridge, Inc., a Sealift Services Company of Jacksonville, Fla., is one of eleven contractors being awarded a contract for cargo sealift transportation services under the Regional Domestic Contract (RDC-5S) program. The contracts have a base period of four months and two possible one-year option periods. Alaska Marine Lines, Inc. has a guaranteed minimum contract value of $2,500.00. The RDC-5S program has a maximum ceiling price of $70,500,000. Work will be performed to/from CONUS, Alaska, Puerto Rico, and Hawaii. The contract start date is Aug. 1, 2011. The contracting activity is United States Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-11-D-W010).

NAVY

URS Technical Services, Inc, Stafford, Va., is being awarded a $45,501,715 time and material contract for the procurement of Mine Resistant Ambush Protected (MRAP) Vehicle Contract Support Services. The MRAP vehicles are armored vehicles with blast resistant underbodies designed to protect the crew from mine blasts, fragmentary, and direct fire weapons. This contract will procure services to support the MRAP program in the following areas: program management, acquisition, systems engineering, test and evaluation, logistics, safety, quality, and administrative support. Work will be performed in Stafford, Va., and work is expected to be completed by the end of July 2012. Contract funds will not expire at

the end of the current fiscal year. This contract was procured on a sole source basis. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-F-5097).

AAI Corporation, Hunt Valley, Md., is being awarded a $35,763,523 modification to existing previously awarded indefinite-delivery/indefinite-quantity contract (N00174-11-D-0001) for Universal Test Set systems, accessories and spares needed to support the Naval Explosive Ordnance Division, Indian Head, Md. Work will be completed in Austin, Texas, and

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

work is expected to complete in September 2011. Contract funds in the amount of $3,106,973 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.

L-3 Communications Corp., Arlington, Texas, is being awarded a $22,362,512 firm-fixed-price contract for the procurement of hardware and software to upgrade the Canadian Air Force’s training system from the existing Advanced Distributed Combat Training System to the current United States Navy Tactical Operation Flight Trainers Roadmap Procurement Program baseline. In addition this contract includes the installation and testing of the hardware and software for six networked CF-18 9-panel Tactical Operational Flight trainers; ten Part Task Trainers and six brief and debrief systems; a theater specific visual database; Simulated Joint Helmet Mounted Cueing System; new PC-based Image Generation; and Operator, Maintenance and User Defined File training for approximately ten students. This purchase is for the Government of Canada ($22,362,512; 100 percent) under the Military Sales Program. Work will be performed in Canada (70 percent) and Arlington, Texas (30 percent), and is expected to be completed in May 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-C-0017).

Total value of contracts awarded this day: $ 263.14M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 604-11 July 12, 2011

CONTRACTS

NAVY

DynCorp International, Fort Worth, Texas, is being awarded a $92,866,122 cost-plus-fixed-fee contract to provide organizational level maintenance and logistic support on all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This maintenance responsibility includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Md. In addition, labor and services will be provided to perform supportability/safety studies and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Md., and is expected to be completed in July 2012. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via an electronic request for proposal, with two offers received. The Naval Air Systems Command Patuxent River, Md., is the contracting activity (N00421-11-C-0033).

Fortistar Methane Group, White Plains, N.Y., is being awarded a $42,700,317 firm-fixed-price contract for bundled renewable energy at Marine Corps Air Station (MCAS) Miramar. The work to be performed is to purchase up to three megawatts of electricity for 15 years, which provides strategic security by reducing our reliance on fossil fuels and helping the Department of Navy achieve energy goals. The renewable resource to be utilized is the landfill gas from the MCAS Miramar landfill. Work will be performed in San Diego, Calif., and is expected to be completed by January 2027. Contract funds will not expire at the end of the current fiscal year. Market survey/sources sought for this acquisition was published on Feb. 19, 2008. The market survey/sources sought denoted only one responsive offeror: Fortistar Methane Group. A justification and approval for sole-source to Fortistar Methane Group for the procurement of 25,000 MWH annually of renewable electrical power delivered to MCAS Miramar was approved on Sept. 23, 2010. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-3803).

General Dynamics, National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $28,841,256 modification to previously awarded contract (N00024-08-C-4410) for the USS Harpers Ferry (LSD 49) fiscal 2011 extended docking phased maintenance availability. An extended docking phased maintenance availability provides for an extensive renovation and modernization of an LSD-class ship, including alterations and repairs as well as inspection and testing to all ships systems and components ensuring safe and dependable operation of the ship. Work will be performed in San Diego, Calif., and is expected to be completed by July 2012. Contract funds in the amount of $28,841,256 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

BAE Systems Land & Armaments, L.P., Minneapolis, Minn., is being awarded a $7,650,242 indefinite-delivery/indefinite-quantity contract for technical, logistical, and engineering research and development efforts in support of 25mm, 57mm, 155mm, and five-inch Navy surface gun weapon systems that are in service or in development. BAE Systems Land & Armaments is the sole designer, developer, and producer of medium and large caliber naval gun systems. Specialized technical, logistical, and engineering support will be procured for 25mm, 57mm, and five-inch naval gun weapons systems (GWS) being developed and maintained by the Naval Surface Warfare Center, Dahlgren Division (NSWCCD). BAE Systems Land & Armaments will provide the following research and developmental services, documentation, and materials to assist NSWCDD in its efforts: analysis and documentation of the GWS performance, including its interoperability and compatibility with existing and modified systems; studies, reports, and written recommendations pertaining to engineering requirements, system design, system integration and modifications, upgrades, and change proposals; analysis, written evaluations, and change proposals surrounding the resolution of GWS design and performance issues and/or failures; GWS test plans and equipment, as well as test analysis, trouble shooting, repair, and maintenance reports; investigations, experiments, and proof of concept demonstrations and documentation related to developed GWS technology; analysis, written evaluations, and change proposal documentation implementing integrated logistic support solutions; and ammunition and ammunition components in support of the these efforts. Work will be

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

performed in Minneapolis, Minn., and is expected to be completed by July 2016. Contract funds in the amount of $48,862 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-11-D-1004).

DEFENSE LOGISTICS AGENCY

Sysco Hampton Roads, Suffolk, Va., was awarded a firm-fixed-price contract with a maximum $48,368,811 for prime vendor food and beverage support. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is June 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM200-11-D-3474).

Labattt Food Service, San Antonio, Texas, was awarded a fixed-price with economic price adjustment contract with a maximum $51,318,750 for prime vendor full line food service distribution. There are no other locations of performance. Using services are Army, Navy, Air Force, Coast Guard and federal civilian agencies. The date of performance completion is May 12, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM200-11-D-3459).

Total value of contracts awarded this day: $ 271.76M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 605-11 July 13, 2011

CONTRACTS

NAVY

Huntington Ingalls, Inc., Pascagoula, Miss., is being awarded a $98,614,104 cost-plus-fixed-fee not-to-exceed modification to previously awarded contract (N00024-06-C-2222) for advance procurement of long-lead-time materials in support of LPD 27, the 11th ship of the LPD class. Work will be performed in Pascagoula, Miss., and is expected to be completed by January 2012. 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.

The Boeing Co., St. Louis, Mo., is being awarded a $53,656,542 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) for the procurement of aircraft armament equipment for F/A-18E/F and EA-18G aircraft, including jumper bundles, pylon attach fittings, sensor well covers, adaptors, pylons, and tooling. Work will be performed in St. Louis, Mo., and is expected to be completed in February 2015. Contract funds in the amount of $19,302,270 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Total value of contracts awarded this day: $ 152.27M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 606-11 July 14, 2011

CONTRACTS

ARMY

Tantus-OnPoint ATO Systems Support LLC, Arlington, Va., was awarded a $400,000,000 indefinite-delivery / indefinite-quantity, multiple-award-task-order contract between 16 contractors. The award will provide for the information technology services necessary to support the Army enterprise infrastructure and info structure goals with information technology worldwide. Work location will be determined with each task order, with an estimated completion date of Dec. 26, 2015. The bid was solicited through the Internet, with 50 bids received. The U.S. Army Contracting Command, National Capital Region, Alexandria, Va., is the contracting activity (W91QUZ-11-D-0021).

Daimler Truck North America, Portland, Ore., was awarded a $44,700,000 firm-fixed-price contract. The award will provide for the procurement of 220 M915A5 line haul tractor trucks for Afghanistan. Work will be performed in Portland, Ore., with an estimated completion date of June 24, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-0107).

Cubic Applications Inc., Lacey, Wash., was awarded a $36,490,538 cost-plus-award-fee contract. The award will provide for the mission support requirements of the U.S. Army Joint Readiness Training Center at Fort Polk, La., for soldiers that come to Fort Polk to train prior to their deployment to a combat zone. Work will be performed in Fort Polk, La., with an estimated completion date of June 30, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Mission & Installation Contracting Center, Fort Polk, La., is the contracting activity (W911S0-07-C-0007).

DRS Environmental Systems, Florence, Ky., was awarded a $21,107,269 firm-fixed-price contract. The award will provide for the procurement of 800 Joint Service Transportable Decontamination Systems. Work will be performed in Florence, Ky., with an estimated completion date of March 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (M67004-06-D-0007).

Language Associates LLC (doing business as Diplomatic Language Services), Arlington, Va., was awarded a $20,815,303 labor-hour contract between six contractors. The award will provide for the procurement of foreign language training support services and instruction. Work will be performed in Arlington, Va., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0045).

ICA Language Services, Arlington, Va., was awarded a $20,815,303 labor-hour contract between six contractors. The award will provide for the procurement of foreign language training support services and instruction. Work will be performed in Arlington, Va., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0044).

General Dynamics Information Technology Inc., Fairfax, Va., was awarded a $20,815,303 labor-hour contract between six contractors. The award will provide for the procurement of foreign language training support services and instruction. Work will be performed in Arlington, Va., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0043).

JTG Inc., Vienna, Va., was awarded a $20,815,303 labor-hour contract between six contractors. The award will provide for the procurement of foreign language training support services and instruction. Work will be performed in

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Arlington, Va., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0042).

International Center For Language Studies Inc., Washington, D.C., was awarded a $20,815,303 labor-hour contract between six contractors. The award will provide for the procurement of foreign language training support services and instruction. Work will be performed in Arlington, Va., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0041).

Dictyon, Greenbelt, Md., was awarded a $20,815,303 labor-hour contract between six contractors. The award will provide for the procurement of foreign language training support services and instruction. Work will be performed in Arlington, Va., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0040).

McLean Contracting Company, Glen Burnie, Md., was awarded an $18,434,000 firm-fixed-price contract. The award will provide for the construction of an offshore sheet pile containment wall at the Atlantic Wood Industries Superfund Site, Portsmouth, Va. Work will be performed in Portsmouth, Va., with an estimated completion date of Dec. 31, 2013. T he bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-11-C-0043).

Federal Program Integrators, Indian Island, Maine, was awarded a $15,300,000 firm-fixed-price contract. The award will provide for the procurement of two flexible test modules for the transmission test systems to test transmissions and gearboxes on AH-1, AH-64, CH-47, OH-58, UH-1N and UH-60 aircraft. Work will be performed in Indian Island, Maine, and Corpus Christi, Texas, with an estimated completion date of May 31, 2013. One bid was solicited, with one bid received. The Corpus Christi Army Depot, Corpus Christi, Texas, is the contracting activity (W912NW-10-C-0015).

URS Group Inc., Metairie, La., was awarded a $12,000,000 firm-fixed-price contract. The award will provide for the engineering, design and associated engineering support services for dam inspection for the Vicksburg District and various worldwide installations. Work will be performed in Metairie, La., with an estimated completion date of July 31, 2016. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912EE-11-D-0014).

Cumming Clarke, San Juan Capistrano, Calif., was awarded a $10,000,000 firm-fixed-price contract between two contractors. The award will provide for the construction engineering services for Army Medical Command facilities. Work location will be determined with each task order, with an estimated completion date of June 29, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-11-C-0038).

LRS Federal LLC, Millersville, Md., was awarded a $10,000,000 firm-fixed-price contract between two contractors. The award will provide for the construction engineering services for Army Medical Command facilities. Work location will be determined with each task order, with an estimated completion date of June 29, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-11-C-0039).

Etcon Inc. (doing business as JHL Construction), Gatesville, Texas, was awarded a $9,436,164 firm-fixed-price contract. The award will provide for the interior electrical services in permanent and mobilization buildings and exterior electrical services at Fort Hood, Texas. Work will be performed in Fort Hood, Texas, with an estimated completion date of July 12, 2013. The bid was solicited through the Internet, with eight bids received. The U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-10-D-0015).

R4 Inc., Eatontown, N.J., was awarded a $9,168,500 firm-fixed-price level-of-effort contract. The award will provide for contractor logistic support on various improvised explosive device defeat/protect force equipment at approximately 60 locations. Work will be performed in Eatontown, N.J., with an estimated completion date of Oct. 16, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

10-C-0506).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded an $8,907,389 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 978 sets of Azimuth Motor / Brake Motors. Work will be performed in Lima, Ohio, with an estimated completion date of May 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-06-G-0006).

Manson Construction Co., Seattle, Wash., was awarded a $7,988,500 firm-fixed-price contract. The award will provide for the hopper dredging services in the Galveston entrance and surrounding areas. Work will be performed in Galveston County, Texas, with an estimated completion date of April 30, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-11-C-0016).

Grunley / Goel JV D LLC, Rockville, Md., was awarded a $7,530,000 firm-fixed-price contract. The award will provide for the construction of an auditorium and training facility at Fort Detrick, Md. Work will be performed in Frederick, Md., with an estimated completion date of July 17, 2013. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-C-0027).

VCS CAN Joint Venture, College Station, Texas, was awarded a $7,499,160 firm-fixed-price contract. The award will provide for the construction of an Army Reserve Center at San Marcos, Texas. Work will be performed in San Marcos, Texas, with an estimated completion date of Nov. 14, 2012. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-11-C-0031).

U.S. SPECIAL OPERATIONS COMMAND

Booz Allen Hamilton Inc., McLean, Va. (H92222-11-D-0037) ; Dell Services Federal Government, Perot Systems Government Services Inc., Fairfax, Va. (H92222-11-D-0038); and DRS Technical Services Inc., Herndon, Va. (H92222-11-D-0039), were each awarded a $362,000,000, multiple award indefinite-delivery, indefinite-quantity contract with firm-fixed-price and cost-plus fixed-fee line items for Special Operations Forces Information Technology Enterprise Contracts (SITEC) specialty services in support of U.S. Special Operations Command. Under the SITEC Specialty Services contract, the contractor will assist the government in performing the daily operations necessary to facilitate USSOCOM's ongoing ability to effectively and efficiently optimize delivery and performance of specialty services to sustain and maintain USSOCOM's global enterprise IT specialty services environment. The work will be performed primarily at MacDill AFB, Fla., with limited performance in and outside the United States. The anticipated total contract period of performance is five years. USSOCOM is the contracting activity.

AIR FORCE

Northrop Grumman Intelligence Systems of Chantilly, Va. is being awarded a maximum $49,800,000 indefinite delivery/indefinite quantity contract for sustainment of capabilities of the current order of battle (OB) functionality for the Modernized Integrated Data Base (MIDB) Enterprise (DIME) including operational support to all elements of OB and related data production, dissemination and maintenance in support of war-fighter operations and theater/national production in currently fielded baselines and future ones through the period of performance of this effort. The contractor will also improve the MIDB enterprise’s capabilities for the DIME. The contracting activity is Air Force Research Laboratory/RIKE, Rome, N.Y. (FA8750-11-D-0157 0001, 0002, & 0003).

Raytheon Company of Marlborough, Mass. is being awarded a $21,070,808 firm fixed price contract for: a wide area multilateration en-route airway surveillance system for the Republic of Kyrgyzstan in support of the United States combatant forces in Afghanistan and the Kyrgyzstan Republic; air traffic control tower construction at Manas International Airport; and relocation of exist Kyrgyz Aero Navigatzia equipment to the new tower. The contracting activity is ESC/HBAK, Hanscom Air Force Base, Mass. (FA8730-11-C-0017).

Raytheon Company, Missile Systems of Tucson, Ariz. is being awarded a $9,118,430 contract modification for procurement of 4 Griffin Block II A telemetry rounds, part number 2292000-25, and 74 Griffin Block II A all up rounds (Part Number 2292000-26) to include shipping, engineering services, and proposal development costs. AAC/PKES, Eglin Air

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Force Base, Fla. is the contracting activity (FA9200-11-C-0180; PZ0003).

NAVY

Maersk Line, Limited, Norfolk, Va., is being awarded a 30-day $1,135,350 firm-fixed-price contract with a one-year option of $29,276,478 being exercised upon contract award for the operation and maintenance of five government-owned maritime prepositioning force ships: Military Sealift Command’s USNS 2nd Lt. John P. Bobo, USNS Sgt. William R. Button, USNS 1st Lt. Baldomero Lopez, USNS 1st Lt. Jack Lummus and USNS Pfc. Dewayne T. Williams. These civilian-crewed ships are deployed worldwide to strategically place equipment and supplies at sea worldwide to ensure rapid availability to the U.S. Marine Corps during wartime, humanitarian operations or other contingencies. This contract includes three additional one-year options, which, if exercised, would bring the cumulative value of this contract to $125,950,531. Work will be performed at sea worldwide in support of the Marine Corps’ at-sea prepositioning program, and is expected to be completed by September 2015. Contract funds will expire at the end of the current fiscal year for the 30-day performance period. This contract was competitively procured via solicitation posted to Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities web pages, with more than 50 proposals solicited and seven offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-3110).

ViaSat, Carlsbad, Calif., is being awarded a $27,590,726 firm-fixed-price delivery order under previously awarded contract (N00039-10-D-0032) for multifunctional information distribution system-low volume terminals (MIDS-LVTs). The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Marine Corps, Air Force and Army platforms. This delivery order combines purchases for the United States (97.6 percent) and the governments of Japan (2.3 percent) and Australia (0.1 percent) under the Foreign Military Sales Program. Work will be performed in Carlsbad, Calif., (30 percent), in various other sites worldwide (70 percent), and work is expected to be completed by March 31, 2013. Contractfunds in the amount of $3,080,705 will expire at the end of the current fiscal year. This contract was competitively procured under a multiple award contract (MAC) via the Space and Naval Warfare Systems E-commerce website, with two proposals solicited and two offers received. The synopsis was released via the Federal Business Opportunities website for the initial MAC awards. Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Data Link Solutions, Cedar Rapids, Iowa, is being awarded a $23,961,928 firm-fixed-price contract delivery order under a previously awarded contract (N00039-10-D-0031) for multifunctional information distribution system-low volume terminals (MIDS-LVTs). The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Marine Corps, Air Force and Army platforms. This delivery order combines purchases for the United States (91 percent) and the governments of Australia (6 percent) and Japan (3 percent) under the Foreign Military Sales Program. Work will be performed in Wayne, N.J. (50 percent), and Cedar Rapids, Iowa (50 percent), and is expected to be completed by Jan. 31, 2013. Contractfunds in the amount of $1,015,448will expire at the end of the current fiscal year. This contract was competitively procured under a multiple award contract via the Space and Naval Warfare Systems E-commerce website, with two proposals solicited and two offers received. The synopsis was released via the Federal Business Opportunities website for the initial MAC awards. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

HDR Architecture, Inc., Chicago, Ill., is being awarded a $10,000,000 modification under previously awarded indefinite-delivery/indefinite-quantity contract (N40083-08-D-0065) to exercise option 3 for architectural and engineering services at Naval Station Great Lakes. The work to be performed provides for partial design packages; total design packages; design-build Request For Proposals packages; repairs and alterations to existing facilities, collateral equipment lists; project preliminary hazard analysis; obtaining permits and regulatory approvals; surveys (topographic and boundary); soil investigations, comprehensive interior design; contractor submittal review; construction inspection, observation and consultation; operations and maintenance support information; environmental assessments; fire protection; anti-terrorism/force protection evaluation and design; designs for phased construction; and as-built drawing preparation. Some projects will require design in the metric system. Acceptance of project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulationsis required. The current total estimated contract amount after exercise of this option will be $40,000,000. Work will be performed in Great Lakes, Ill., and work is expected to be completed July 15, 2012. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Neany, Inc.*, Hollywood, Md., is being awarded a $9,998,865 cost-plus-fixed-fee contract to manufacture, test, evaluate, and deliver Helios unmanned aerial systems and ground control stations for the Army. In addition, the contract provides for logistics, training, and in-theater support. Work will be performed in Afghanistan (58 percent), Yuma Proving Grounds, Ariz., (26 percent), and Hollywood, Md. (16 percent); and is expected to be completed in January 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-2. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0146).

Science Applications International Corp., Virginia Beach, Va., is being awarded a $7,567,625 firm-fixed-price GSA task order under previously awarded contract (N00104-11-F-Q967) for integrated training support and execution by U.S. Fleet Forces Command, associated fleet commands and activities conducting fleet training. It is designed to provide the level of support and expertise required to assist these commands and fleet training policy, directive development, execution, assessment, and readiness reporting. Work will be performed in Hampton Roads areas (Norfolk, Virginia Beach, Chesapeake, Portsmouth) (30 percent); Pacific Northwest area (Bremerton, Everett, Bangor, Whidbey Island) (28 percent); Newport, R.I. (6 percent); Groton Conn. (6 percent); Ingleside Texas (6 percent); San Diego, Calif. area (6 percent); Pearl Harbor Hawaii (6 percent); Yokosuka Japan (6 percent); Sasebo Japan (6 percent), and work is to be completed by Sept. 12, 2011. This requirement is sole sourced until the competitive follow-on contract can be issued. The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Tryco Incorporated*, Mclean, Va. was awarded contract SPM2DH-11-D-8215. The award is a fixed price with economic price adjustment contract with a maximum $18,750,000 for test equipment and analyzers. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is July 7, 2016. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Hutchinson Industries, Inc., Trenton, N.J., was awarded contract SPRDL1-11-D-0038. The award is a firm fixed price contract with a maximum $8,465,249 for wheel and tire assemblies. There are no other locations of performance. Using service is the Defense Logistics Agency. The date of performance completion is July 25, 2014. The contracting activity is the Defense Logistics Agency Land Depot Level Reparable Procurement Operations, Warren, Mich.

The Merchants Company, Hattiesburg, Miss., was issued a modification exercising the second option year on the current contract SPM300-08-D-3242/P00023. Award is a firm fixed price, indefinite quantity contract with a maximum $20,280,000 for full line food distributor for the Mississippi/Louisiana area. Other location of performance is Jackson, Mississippi. Using services are Army, Navy, Air Force, Marine Corps and Coast Guard. The date of performance completion is July 17, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

*Small Business

Total value of contracts awarded this day: $ 2,056.52M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 612-11 July 15, 2011

CONTRACTS

DEFENSE INFORMATION SYSTEMS AGENCY

The Defense Information Technology Contracting Organization awarded Stratos Government Services Inc, 1400 Eye Street, Washington D.C., an Indefinite Delivery/Indefinite Quantity contract for Military Sealift Command’s next generation wideband commercial satellite communications infrastructure and service on July 12, 2011. The contract, with a $315,000,000 not-to-exceed ceiling price and a guaranteed first-year minimum of $5 million, will replace the current MSC Afloat Bandwidth Efficient Satellite Transport (BEST) commercial satellite communications infrastructure. The period of performance is 12 July 2011 through 11 July 2019 (four-year base period plus four one-year option periods). Performance will be at various locations world-wide. The contract number is HC1013-11-D-0102.

NAVY

Navistar Defense LLC, Warrenville, Ill., is being awarded a $141,964,119 firm-fixed-priced delivery order #0021 under previously awarded contract (M67854-07-D-5032) for the procurement 140 MaxxPro Recovery Vehicles (MRVs) and logistics sustainment spares and support. MRVs support U.S. and coalition forces requiring assistance resulting from disabled vehicles during Operation Enduring Freedom and Operation New Dawn. Work will be performed in West Point, Miss., and work is expected to be completed by the end of November 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

BAE Systems Land & Armaments L.P., Minneapolis, Minn., was awarded on July 14, 2011, a $24,068,204 firm-fixed-price contract for the procurement of 57MM HE-3P cartridges and 57MM target practice cartridges. This contract is for fabrication, testing, inspection and delivery of 57MM, MK 295 MOD 0, high explosive pre-fragmented programmable, proximity fuzed (HE-3P) cartridges and 57MM, MK 296 MOD 0, target practice cartridges to function in the MK 110 MOD 0 gun mount. Work will be performed in Bjorkborn, Sweden, and is expected to be completed by November 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Md., is the contracting activity (N00174-11-C-0039).

GE Aviation Systems, LLC, Santa Ana, Calif., is being awarded a $20,339,889 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0076) for the procurement of 240 FPU-12/A 480 gallon external fuel tanks for the F/A-18 E/F (112) and the EA-18G (128) aircraft, including related program support . Work will be performed in Santa Ana, Calif., and is expected to be completed in February 2014. Contract funds in the amount of $4,975,889 will expire at the end of the current fiscal year. The Naval Air Systems command, Patuxent River, Md., is the contracting activity.

DTI Associates, Inc., Arlington, Va., is being awarded a $15,165,201 modification to previously awarded contract (N00024-10-C-5132) for professional support services to the Office of the Chief of Naval Operations. These services include support services in the areas of program management, business financial management, and systems engineering for the Pentagon, Navy Annex, and Crystal City locations. The primary responsibilities of OPNAV N86 are to oversee and support integration of capabilities and resources to the Deputy Chief of Naval Operations. The contractor will provide subject matter experts, critical budget and finance support, and support in the development of operational requirements and concept of operations analysis. The contractor will coordinate program input and support between other government agencies, foreign services, academia, technical activities, laboratories, warfare centers, and industry. Work will be performed in the Washington, D.C. metro area and is expected to be completed by August 2012. Contract funds in the amount of $7,127,644 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Element Environmental LLC, Aiea, Hawaii, is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for installation restoration investigations at various Navy and Marine Corps activities in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for engineering, chemistry, geology, hydrogeology, human health and ecological risk assessment, social and life sciences, drafting, electronic data management, statistics, health and safety, and other support services. No task orders are being issued at this time. Work will be performed within the NAVFAC Pacific AOR including, but not limited to, Hawaii, Guam, and Japan, and is expected to be completed by July 2014. Contract funds in the amount of $25,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with eight proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-11-D-1821).

National Steel and Shipbuilding Company, San Diego, Calif., was awarded July 13, a $12,674,979 modification to previously awarded contract (N00024-08-C-4410) for USS Harpers Ferry (LSD 49) FY11 Extended Docking Phased Maintenance Availability. An Extended Docking Phased Maintenance Availability is an extensive ship renovation and modernization, including alterations and repairs, including inspection and testing of all ship’s systems and components ensuring safe and dependable operation of the ship. Work will be performed in San Diego, Calif., and is expected to be completed by July 2012. Contract funds in the amount of $12,674,979 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

FLIR Systems, Inc., Wilsonville, Ore., is being awarded a $7,785,143, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electro-optics sensor (EOS) systems, failure analysis, repairs, upgrades, field repairs, provision item order spares, maintenance training, and data in support of the Naval Shipboard Protection System program. The EOS systems are rugged and ship mountable to provide surface ships with a day/night, high-resolution, infrared and visible band imaging capability, as well as range finding capability, to augment existing optical and radar sensors for the purpose of detecting and identifying asymmetric threats. The EOS systems will be operated on military maritime crafts exposed to harsh operating and environmental conditions. The EOS systems will be used to detect threats as they are entering into a U.S. Navy exclusion zone. Work will be performed in Wilsonville, Ore., and is expected to be completed by July 2016. Contract funds in the amount of $65,397will expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JQ64).

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) is announcing the award of a cost-plus-fixed-fee contract modification, option exercise, under contract HQ0147-09-C-0007 to The Boeing Company of Huntsville, Alabama. The total value of this contract modification is $36,723,335 increasing the total contract value to $697,000,221. Under this contract modification, the contractor will manage the Ground-based Midcourse (GMD) Defense Weapon System Sustainment and Operations Support to include system sustainment, training, and operations support of the GMD mission assets. The work will be performed in Fort Greely, Alaska, and Colorado Springs, Colorado. The performance period is from 1 September through November 30, 2011. Contract funds will not expire at the end of the current fiscal year. The MDA, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Camel Manufacturing, Pioneer, Tenn.,* was awarded contract SPM1C1-11-C-0019. The award is a firm fixed price contract with a maximum $8,611,440 for lightweight maintenance enclosures. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is October 31, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Crown Clothing Co., Vineland, N.J., ** was awarded contract SPM1C1-08-R-1144. The award is a firm fixed price contract with a maximum $8,372,133 for coats. There are no other locations of performance. Using service is Marine Corps. The date of performance completion is July 26, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

*Small Business

** Small, In HubZone Business

Total value of contracts awarded this day: $ 605.70M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 624-11 July 18, 2011

CONTRACTS

ARMY

ITT Systems Corp., Colorado Springs, Colo., was awarded a $267,918,208 cost-plus-award-fee contract. The award will provide for the modification of an existing contract to provide base operations and security support services in support of the military troops and equipment moving through the country of Kuwait. Work will be performed in Kuwait, with an estimated completion date of Sept. 28, 2015. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0062).

Lockheed Martin, Gaithersburg, Md. (W912DY-10-D-0042); IAP Worldwide Services, Inc., Cape Canaveral, Fla. (W912DY-10-D-0044); General Dynamics IT, Fairfax, Va. (W912DY-10-D-0045); BTF Solutions, Dallas, Texas (W912DY-10-D-0046); and Military Healthcare Outfitting & Transition, Irvine, Calif. (W912DY-10-D-0047), were awarded a $135,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract to split between each company. The award will provide for a modification of an existing contract to exercise a one-year option. Work location will be determined with each task order, with an estimated completion date of June 28, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Engineering & Support Center, Huntsville, Ala., is the contracting activity.

Northrop Grumman Technical Services, Sierra Vista, Ariz., was awarded a $49,123,938 cost-plus-fixed-fee contract. The award will provide for the capabilities based rotation support for operations in Iraq. Work will be performed in Sierra Vista, Ariz., with an estimated completion date of July 14, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0025).

Science Application International Corp., McLean, Va., was awarded a $44,262,164 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The award will provide for the modification of an existing contract to provide maintenance and sustainment of non-intrusive vehicle inspection systems vehicle and cargo inspection systems. Work will be performed in McLean, Va.; San Diego, Calif.; Afghanistan; and Iraq, with an estimated completion date of Aug. 3, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W52H09-08-D-0348).

Phillips and Jordan, Inc., Knoxville, Tenn., was awarded a $32,420,192 firm-fixed-price contract. The award will provide for the dewatering and construction operations as part of the Indian River Lagoon South restoration. Work will be performed in Indian Town, Fla., with an estimated completion date of March 27, 2014. There were 208 bids solicited, with 14 bids received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-11-C-0019).

CDM Federal Programs Corp., Libby, Mont., was awarded a $30,000,000 cost-plus-fixed-fee contract. The award will provide for the architect-engineering and surveying services at the Libby Superfund Site, Libby, Montana. Work will be performed in Libby, Montana, with an estimated completion date of July 13, 2016. The bid was solicited through the Internet, with one bid received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-D-0023).

SRI International, Menlo Park, Calif., was awarded a $22,053,476 cost-plus-fixed-fee contract. The award will provide for the necessary support to improve the state-of-the-art airborne ultra high frequency radar for detecting targets of interest. Work will be performed in Menlo Park, Calif.; Arlington, Va.; Helena, Mont.; Ann Arbor, Mich.; Princeton, N.J.; Iraq; Bridgewater, Va.; and Dothan, Ala., with an estimated completion date of April 15, 2012. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912HZ-11-C-0029).

Sektech Corp., Inc., Hyattsville, Md. (W912JD-11-D-0021); Piquette & Howard Electric Service, Inc. Plaistow, N.H.

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

(W912JD-11-D-0020); P & S Construction, Inc., North Chelmsford, Mass. (W912JD-11-D-0019); Optimum Building Systems and Management, Inc., Litchfield, N.H. (W912JD-11-D-0018); Nickerson & O’Day, Inc., Brewer, Maine (W912JD-11-D-0017); Monument Construction, L.L.C., Nashua, N.H. (W912JD-11-D-0016); Management Strategies, Inc., Monroe, Conn. (W912JD-11-D-0015); Legion Construction, Inc., Chelmsford, Mass. (W912JD-11-D-0014); KMK Construction, Inc., Eliot, Maine (W912JD-11-D-0013); K-Con, Inc., North Charleston, S.C. (W912JD-11-D-0012); Ganneston Construction, Corp., Augusta, Maine (W912JD-11-D-0011); Eastco Building Services, Inc., Deer Park, N.Y. (W912JD-11-D-0010); DF-N, J.V., Frankfort, Ill. (W912JD-11-D-0009); CPM Constructors, Freeport, Maine (W912JD-11-D-0008); Cornerstone Construction Services, L.L.C., Reading, Mass. (W912JD-11-D-0007); CCB, Inc., Westbrook, Maine (W912JD-11-D-0006); Bowman Constructors, Newport, Maine (W912JD-11-D-0005); Blane Casey Building Contractor, Inc., South China, Maine (W912JD-11-D-0004); BBIX, L.L.C., Boston, Mass. (W912JD-11-D-0003); Atlantic Defense Company, L.L.C., Bangor, Maine (W912JD-11-D-0002); and Acadia Engineers & Constructors, L.L.C., Durham, N.H. (W912JD-11-D-0001), were awarded a $20,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract to split between each company. The award will provide for the maintenance, repair, construction, and design-build services in support of National Guard activities in the state of Maine. Work location will be determined with each task order, with an estimated completion date of July 14, 2016. The bid was solicited through the Internet, with 22 bids received. The National Guard Bureau, Augusta, Maine, is the contracting activity.

DRS Technical Services, Herndon, Va., was awarded a $19,632,592 cost-plus-fixed-fee contract. The award will provide for the specialized training and mentoring services for Afghanistan’s Ministry of the Interior and the Afghan National Police. Work will be performed in Afghanistan, with an estimated completion date of Jan. 16, 2012. One sole-source bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-B001).

GARCO Construction, Spokane, Wash., was awarded a $14,612,000 firm-fixed-price contract. The award will provide for the construction of nine six-plex buildings and four four-plex buildings, which includes expanding and replacing existing utility infrastructure and site utilities, landscaping and miscellaneous site development work. Work will be performed in Fort Lewis, Wash., with an estimated completion date of March 30, 2013. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-C-0011).

North Wind Services, LLC, Idaho Falls, Idaho, was awarded a $12,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The award will provide for the architectural engineer hazardous toxic radiological waste services to be performed in various locations throughout Alaska. Work location will be determined with each task order, with an estimated completion date of June 20, 2016. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (W911KB-11-D-0006).

NAVY

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $24,947,647 modification to a previously awarded cost-plus-incentive-fee contract (N00019-07-C-0055) for autonomous aerial refueling technology maturation and demonstration activities in support of the Navy Unmanned Combat Air System Demonstration. Services to be provided include air systems, air vehicle segment, and mission management segment requirements definition; integration planning and verification planning; and definition of certification requirements and approach. Work will be performed in San Diego, Calif., and is expected to be completed in December 2012. 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.

Econco Broadcast Service, Woodland, Calif., is being awarded a $14,942,898 firm-fixed-price requirements contract for repair parts for the AN-SPY-1 Radar Program within the AEGIS system. Work will be performed in Woodland, Calif., and is to be completed by March 2017. Contract funds will not expire before the end of the fiscal year. This contract was not awarded through full and open competition, with two firms solicited and two offers received. NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-D-D006).

General Dynamics Advance Information Systems (GD-AIS), Inc., Fairfax, Va., will be awarded job orders that will be issued as cost-plus-fixed fee in the estimated amount of $9,916,846 under a three-year basic ordering agreement for a continuation of systems engineering support and system software/firmware support for Blocks 1A, 1B1, 1B2, and 1B3 in support of AN/SLQ-32(V) electronic warfare system. These services will support upgrades to the system that were developed by GD-AIS as part of the Surface Electronic Warfare Improvement Program. Blocks 1A, 1B2, and 1B3 all utilize

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

the improved control and display (ICAD) console, which is a GD-AIS developed upgrade based on the commonly used AN/ULQ-70 console. Block 1B1 provides a stand-alone specific emitter identification (SEI) capability, AN/SSX-1, which was also developed by GD-AIS. Block 1B2 integrates the control of the SEI capability into AN/SLQ-32 via the ICAD console. Block 1B3 brings additional signal processing capability to the AN/SLQ-32, also utilizing ICAD for control. Work will be performed in Fairfax, Va., and is expected to be completed by January 2015. Contract funds will not expire at the end of the current fiscal year. The basic ordering agreement was not competitively procured because only one responsible source and no other suppliers will satisfy the agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-G-PM04).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $9,512,571 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of 17 CV-22 low power repairs for AE1107 turboshaft engines for the Air Force. Work will be performed in Oakland, Calif. (70 percent), and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2012. Contract funds in the amount of $9,512,571 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Burlington Apparel Fabrics, Greensboro, N.C., was issued a modification exercising the second option year on the current contract SPM1C1-09-D-0030/P00007. Award is a fixed-price with economic price adjustment contract with a maximum $9,973,260 for poly/wool cloth. Other locations of performance are various places throughout Virginia and North Carolina. Using service is Navy. The date of performance completion is July 11, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Total value of contracts awarded this day: $ 716.30M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 629-11 July 19, 2011

CONTRACTS

MISSILE DEFENSE AGENCY

The Missile Defense Agency is announcing the award of a cost-plus-fixed-fee contract modification, option exercise, under contract HQ0147-09-C-0007 to The Boeing Co., Huntsville, Ala. The total value of this contract modification is $36,670,439, increasing the total contract value to $696,947,325. Under this contract modification, the contractor will manage the Ground-based Midcourse (GMD) Defense Weapon System sustainment and operations support to include system sustainment, training, and operations support of the GMD mission assets. The work will be performed in Fort Greely, Alaska, and Colorado Springs, Colo. The performance period is from Sept. 1 through Nov. 30, 2011. Contract funds will not expire at the end of the current fiscal year. The MDA, Huntsville, Ala., is the contracting activity.

AIR FORCE

Lockheed Martin Corp., Sunnyvale, Calif., is modifying a $24,509,183 cost-plus-fixed-fee contract for a contract modification of the existing engineering, manufacturing and development contract for the Space Based Infrared System (SBIRS) high component. This fiscal 2011 contract action will incorporate both hardware and software modifications which provide the groundwork for the overall SBIRS Survivable/Endurable Evolution (S2E2) program upgrade for fiscal 2012 and beyond. The contractor will perform a fiscal 2011 antenna platform subsystems vendor selection and provide sustainment support to the SBIRS program with a mobile ground system second path radio upgrade and S2E2 fiscal 2011 engineering and labs development. Work will be performed in Boulder, Colo., and is expected to be completed December 2012. The Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-95-0017).

Accenture Federal Services, L.L.C., Reston, Va., is modifying a $7,081,501 firm-fixed-price contract for the Defense Enterprise Accounting Management System which provides a system designed to allow U.S. Transportation Command, Air Mobility Command, Defense Finance and Accounting Service, and the Air Force the ability to reduce and ultimately eliminate reliance of legacy stove-piped systems. This modification is being issued to continue the post production support of the current contract to allow the system integrator to achieve system stabilization. Work will be performed at Reston, Va., and is expected to be completed October 2011. ESC/HIQK, Wright-Patterson, Ohio, is the contracting activity (FA8770-06-F-8001).

NAVY

BAE Systems Tactical Vehicle Systems, L.L.P., Sealy, Texas, is being awarded a $10,198,021 indefinite-delivery/indefinite-quantity delivery order #0011 under a previously awarded contract (M67854-07-D-5030) for the procurement of field service representative mechanics to provide vehicle maintenance support for Operation Enduring Freedom. Work will be performed in Afghanistan, and is expected to be completed by Dec. 31, 2011. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Intevac Photonics, Inc.*, Santa Clara, Calif., is being awarded a $9,596,806 indefinite-delivery/indefinite-quantity contract for research and development that will improve and characterize the performance of the ISIE4000 electron bombarded active pixel sensor night vision camera in support of various Navy aircraft platforms. Work will be performed in Santa Clara, Calif., and is expected to be completed in July 2016. This contract was competitively procured via Broad Agency Announcement, with one offer received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-11-D-0034).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

*Small business

Total value of contracts awarded this day: $ 88.06M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 633-11 July 20, 2011

CONTRACTS

NAVY

Alliant Techsystems, Inc., Defense Electronic Systems, Clearwater, Fla., is being awarded a $109,245,120 fixed-price-incentive-fee contract for engineering and manufacturing development for the Joint and Allied Threat Awareness System for Navy and Marine Corps rotary aircraft. In addition, this provides for the hostile fire indication capability. Work will be performed in: Nashua, N.H. (40.2 percent); Woodland Hills, Fla. (27.6 percent); Clearwater, Fla. (12.9 percent); Danbury, Conn. (7 percent); Melbourne, Fla. (6.2 percent); Dallas, Texas (6 percent); and other sites in the United States (0.1 percent). Work will be completed in September 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through full and open competition via FAR Part 15; two offers were received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0071).

Kollmorgen Corp, Northampton, Mass., is being awarded a not-to-exceed $23,501,954 undefinitized contract action under previously awarded firm-fixed price, cost-plus-fixed fee, cost-only contract (N00024-11-C-5447) for the fiscal 2011 MK 20 MOD 0 Electro-Optical Sensor System units, including associated equipment, services and emergent provision item orders for spares requirements and level-of-effort engineering services. The MK 20 Electro-Optical Sensor System serves as a check sight and targeting sensor for anti-surface and anti-air warfare, and naval gun fire support missions, as well as ship self defense and situational awareness functions. This contract combines purchases for the U.S. Navy, and the government of Australia (6 percent) under the Foreign Military Sales Program. Work will be performed in Northampton, Mass. (95 percent), and Brattleboro, Vt. (5 percent), and is expected to be completed by November 2013. This contract was not competitively procured. 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.

General Dynamics-National Steel and Shipbuilding Co., San Diego, Calif., is being awarded an $11,705,854 modification to previously awarded contract (N00024-08-C-4410) for the USS Harpers Ferry (LSD 49) fiscal 2011 extended docking phased maintenance availability. An extended docking phased maintenance availability provides for an extensive renovation and modernization of an LSD-class ship, including alterations and repairs as well as inspection and testing to all ships systems and components ensuring safe and dependable operation of the ship. Work will be performed in San Diego, Calif., and is expected to be completed by July 2012. Contract funds in the amount of $11,705,854 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Raytheon Network Centric Systems, Largo, Fla., is being awarded an $11,009,124 modification to previously awarded contract (N00024-08-C-5203) for a cooperative engagement capability (CEC) system for production of the AN/USG-3B systems and system test for E-2D Hawkeye aircraft. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information and making the data available to all participating CEC units. Work will be performed in Largo, Fla. (47 percent); St. Petersburg, Fla. (20 percent); Dallas, Texas (18 percent); and McKinney, Texas (15 percent). Work is expected to be completed by September 2013. 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.

Superlative Technologies, Inc., Ashburn, Va., is being awarded an $8,033,119 fixed-price, level-of-effort order under GSA Supply Schedule 70 to provide information technology support services for the command, control communications, and computer (C4) systems that support the Office of Naval Research (ONR) headquarters. The scope of the contract is to provide services for program management business process improvement and operational support services to ONR as it further develops its emerging business processes supported by state of the art information technologies. ONR needs all of their legacy C4 support in one enterprise program that will support planning, program management, integration, operation, and maintenance of the communications, computer networks, software applications. This contract contains options, which, if

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

exercised, will bring the contract value to $35,661,623. Work will be performed in Ashburn, Va. (50 percent), and Arlington, Va. (50 percent), and is expected to be completed July 2012. With options exercised the completion date is July 2016. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured under Request for Quotation N00014-11-R-0276, with nine proposals received. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-11-F-0276).

Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded a $6,596,566 cost-plus-fixed-fee contract to design and manufacture an advanced carbon dioxide removal device capable of qualification for use on a submarine. The Naval Sea Systems Command, in partnership with the Department of Energy’s Pacific Northwest National Laboratory, investigated the possibility of utilizing a dry sorbent to remove carbon dioxide from submarine atmosphere. The dry sorbent is an animated self-assembled monolayer on mesoporous support wherein the monolayer provides the means to capture and release the carbon dioxide. The Navy is procuring innovative designs of the actual carbon dioxide removal unit that will utilize the aforementioned dry sorbent. Work is expected to be performed in Windsor Locks, Conn., and is expected to be completed by October 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively awarded via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-11-C-0015).

ARMY

Henry M. Jackson Foundation for the Advancement of Military Medicine, Rockville, Md., was awarded a $23,679,888 cost-plus-fixed-fee contract. The award will provide for the personal and non-personal services to support the Defense and Veterans Brain Injury Centers, to include clinics at various military treatment facilities, veteran hospitals and clinics and rehabilitation centers. Work will be performed in Bethesda, Md.; Fort Sam Houston, Texas; San Diego, Calif.; Richmond, Va.; Tampa, Fla.; Palo Alto, Calif.; Minneapolis, Minn.; Johnstown, Penn.; Fort Bragg, N.C.; Fort Carson, Colo.; Camp Lejeune, N.C.; Fort Hood, Texas; Camp Pendleton, Calif.; and Charlottesville, Va., with an estimated completion date of March 17, 2012. One bid was solicited, with one bid received. The North Atlantic Regional Contracting Office, Walter Reed Army Medical Center, Washington, D.C., is the contracting activity (W91YTZ-11-C-0033).

Rodale Electronics, Inc., Hauppauge, N.Y., was awarded a $23,219,843 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of enhanced position location reporting systems dual power adapters. Work will be performed in Hauppauge, N.Y., with an estimated completion date of July 14, 2017. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-D-C207).

National Sourcing, Inc., Tampa, Fla., was awarded a $22,785,708 firm-fixed-price contract. The award will provide for the administrative support services for claims processing and support for written inquiries with regard to benefits and entitlements programs which are processed by the Human Resources Command. Work will be performed in Fort Knox, Ky.; Crystal City, Va.; Fort Sam Houston, Texas; and Fort Lewis, Wash., with an estimated completion date of June 30, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Mission and Installation Contracting Command, Fort Knox, Ky., is the contracting activity (W9124D-11-C-0011).

Oshkosh Corp., Oshkosh, Wis., was awarded a $20,913,483 firm-fixed-price contract. The award will provide for the procurement of 75 technicians, for a one-year period of performance, necessary for underbody improvement kits installation on the Mine Resistant Ambush Protected All-Terrain Vehicle. Work will be performed in Oshkosh, Wis., with an estimated completion date of Dec. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Global Integrated Security USA, Inc., Reston, Va., was awarded a $9,500,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide security support services throughout Afghanistan in support of the U.S. Army Corps of Engineers. Work will be performed in Afghanistan, with an estimated completion date of Feb. 11, 2012. Six bids were solicited, with six bids received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W917PM-08-D-0001).

Cajun Constructors, Inc., Baton Rouge, La., was awarded an $8,373,000 firm-fixed-price contract. The award will provide for the construction of the Highway 18 crossing and Union Pacific railroad floodgate in support of the West Bank and

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

vicinity hurricane protection project. Work will be performed in Lake Cataouatche, St. Charles Parish, La., with an estimated completion date of May 16, 2012. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912PB-11-C-0051).

AIR FORCE

L-3 Communications Integrated Systems, Greenville, Texas, is being awarded a $16,897,859 firm-fixed-price contract to incorporate the purchase of deployment labor required to support the deployment of C-27J aircraft to Afghanistan by issuing a delivery order against the subject contract. ASC/WLNJ, Wright-Patterson Air Force Base, Ohio, is the contracting activity (W58RGZ-07-D-0099).

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $9,222,544 cost-plus-fixed-fee contract for Foreign Military Sales Peace Drive II ALQ-211 (V) 9 integration. The AN/ALQ-213 countermeasures set (CMS) integrates electronic warfare suite functions by providing centralized control/resources management of the F-16 defensive suite. The ALQ-213 CMS software will be tailored in this technical task to integrate the AN/ALQ-211 (V) 9 into the existing F-16 A/B MLU Peace Drive II electronic warfare suite. Work will be performed in Atlanta, Ga., and is expected to be completed July 2014. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000).

Total value of contracts awarded this day: $ 304.69M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 641-11 July 21, 2011

CONTRACTS

AIR FORCE

Harris Information Technology Services Corp., Dulles, Va., is being awarded a $64,660,233 firm-price-incentive firm-with-award-fee contract modification for the network and space operations and maintenance, maintenance and logistics support to be provided to Air Force Space Command’s 50th Space Wing. This includes configuration management, electrical power systems management, database applications support, 24-hour maintenance management, industrial safety, communications security, information management, communications network control center operations, communications circuit management, satellite control center support, computer operations support, communications-computer systems maintenance and operations and maintenance for the Defense Satellite Communications System, Secure Communication System, and MILSTAR. In addition, the network and space operations and maintenance contract will provide operations, maintenance, logistics and training support for the Air Force Satellite Control Network at remote tracking stations around the world. Maintenance and logistics support will also be provided for Global Positioning System (GPS) ground antennas and monitoring stations, software analysis and support for GPS, orbital analysis of military satellites in orbit in support of military satellite controllers and security forces at New Boston Air Station, N.H. Work will be performed at Colorado Springs, Colo. 50 CONS/GLCZW, Schriever Air Force Base, Colo., is the contracting activity (FA2550-08-C-8011).

DEFENSE LOGISTICS AGENCY

Hamilton Sunstrand Corp., Windsor Locks, Conn., was awarded a firm-fixed-price contract with a maximum $37,704,099 for control indicators. There are no other locations of performance. Using service is Army. The date of performance completion is July 29, 2016. The Defense Logistics Agency, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-11-D-0064).

NAVY

Raytheon Co., Tucson, Ariz., is being awarded an $18,346,000 modification to previously awarded contract (N00024-07-C-5437) for engineering and technical services in support of the MK15 Phalanx Close-In-Weapon System. The Phalanx Close-In Weapon System is a fast reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other ships’ defenses. The Phalanx Close-In Weapon System is an integral element of the fleet defense in-depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating other defense envelopes. The Phalanx Close-In Weapon Systems are installed on approximately 187 Navy ships and used by more than 20 foreign militaries. This modification will be incrementally funded in the amount of $11,625,546 at time of award. After award of this modification, the total estimated contract value will be $197,548,604. This contract combines purchases for the United States government (82 percent), and the governments of Japan, Australia, New Zealand, and Taiwan (18 percent combined) under the Foreign Military Sales Program. Work will be performed in Tucson, Ariz., and is expected to be completed by April 2012. Contract funds in the amount of $1,547,225 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Huntington Ingalls, Inc., Newport News, Va., is being awarded a $10,000,000 modification for planned supplemental work to previously awarded contract (N00024-09-C-2107) for the refueling complex overhaul of the USS Theodore Roosevelt (CVN 71). Work will be performed in Newport News, Va., and is expected to complete by February 2013. 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.

Total value of contracts awarded this day: $ 130.71M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 643-11 July 22, 2011

CONTRACTS

NAVY

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $760,783,000 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0044) for the manufacture and delivery of five low rate initial production (LRIP), lot three, E-2D Advanced Hawkeye (AHE) aircraft, including associated non-recurring support. In addition, this modification provides for long lead materials and related support for five LRIP, lot four, E-2D AHE aircraft. Work will be performed in Syracuse, N.Y. (25.36 percent); Bethpage, N.Y. (25.10 percent); St. Augustine, Fla. (19.3 percent); El Segundo, Calif. (5.34 percent); Indianapolis, Ind. (4.84 percent); Menlo Park, Calif. (4.64 percent); Rolling Meadows, Ill. (2.50 percent); and various locations within the United States (12.92 percent). Work is expected to be completed by May 2015. 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.

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded a $41,576,052 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for 111 field service representatives (FSR) to install engineering change proposals on 691 RG-31 Mine Resistant Ambush Protected (MRAP) vehicles at the MRAP sustainment facility in Kuwait. The costs include mobilization, FSR labor, transportation, lodging, and tools required for the effort. Work will be performed in Kuwait, and is expected to be completed no later than Oct. 31, 2012. Fiscal 2010 Other Procurement Army funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $38,287,457 modification to a previous cost-plus-incentive-fee contract (N00019-09-C-0010) for additional common aircraft sustainment spares, including carrier vertical take off and landing, short take off vertical landing, and carrier variant unique spares, associated with the F-35 Joint Strike Fighter air system low rate initial production, lot four. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent). Work is expected to be completed in January 2013. 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.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $34,000,000 modification to a previously awarded fixed-price-incentive-fee contract (N00019-08-C-0027). This modification definitizes the previously awarded modification for the procurement of one additional E-2D Advanced Hawkeye low rate initial production, lot two, aircraft. Work will be performed in Syracuse, N.Y. (25.36 percent); Bethpage, N.Y. (25.10 percent); St. Augustine, Fla. (19.3 percent); El Segundo, Calif. (5.34 percent); Indianapolis, Ind. (4.84 percent); Menlo Park, Calif. (4.64 percent); Rolling Meadows, Ill. (2.50 percent); and various locations throughout the United States (12.92 percent). Work is expected to be completed in July 2013. 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.

General Dynamics - Bath Iron Works, Bath, Maine, is being awarded a $10,000,000 cost-plus-award-fee modification to existing previously awarded basic ordering agreement (N00024-09-G-2301) to provide engineering and management services for advance planning and design in support of the post shakedown availability for USS Independence (LCS 2). Work will be performed in Bath, Maine (72 percent); Pittsfield, Mass (20 percent); and Mobile, Ala. (8 percent). Work is expected to be completed by February 2013. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., McLean, Va., was issued a modification exercising the third option year on the current contract SPM50004-D-BP13/P00127. Award is a fixed-price with economic price adjustment, integrated prime vendor contract with a maximum $112,514,498 for the material, and material management, of consumable items. Other locations of performance are Florida, California, and North Carolina. Using service is Navy. The date of performance completion is Sept. 30, 2014. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity.

AIR FORCE

L-3 Communications, Link Simulation and Training, Arlington, Texas, is being awarded a $20,563,657 firm-fixed-price contract. The instant buy for the Pakistan air force procures one aircrew training system (ATS) to support the Pakistan air force pilot training. The ATS consists of two F-16 Block 52 aircrew training devices, the mission support systems with 18 panel “simusphere,” and includes a new F-16A Block 15/52 ATS; a new F-16C Block 52 ATS; 21 months contractor logistics support (12 months on-site and nine months on-call); common ATS Block 15 and Block 52 software load; high fidelity cockpit; 360 horizontal X250; version MMC 7000 hardware and software; geo-specific database with high resolution inputs; full APG-68 version nine radar with digital radar land mass simulation; full weapons simulation; Maverick missile; targeting pod; joint helmet mounted cueing system; threat environment A-G and spot jamming; emergency procedures and malfunctions; and an instructor-operator station. Work will be performed at Arlington, Texas. ASC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Total value of contracts awarded this day: $ 1,017.72M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 650-11 July 25, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

Graybar Electric Co., Inc., St. Louis, Mo., was issued a modification exercising the sixth option year on the current contract SPM500-04-D-BP11/P00029. Award is a firm-fixed-price indefinite-delivery/indefinite-quantity contract with a maximum $660,000,000 for the maintenance, repair, and operations prime vendor for zone one of the South Central region. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is July 28, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

SupplyCore, Inc., Rockford, Ill., was issued a modification exercising the sixth option year on the current contract SPM500-04-D-BP10/P00023. Award is a firm-fixed-price indefinite-delivery/indefinite-quantity contract with a maximum $320,000,000 for the maintenance, repair, and operations supplies for the North Central region. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is July 28, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Science Applications International Corp., Fairfield, N.J., was issued a modification exercising the sixth option year on the current contract SPM500-04-D-BP12/P00025. Award is a firm-fixed-price contract with a maximum $40,000,000 for the maintenance, repair, and operation supplies and related services for zone two of the South Central region of the United States. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is July 28, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

NAVY

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $549,999,711 firm-fixed-price modification to a previously awarded advance acquisition contract (N00019-10-C-0015) for long lead materials and components associated with the manufacture and delivery of 19 lot eight UH-1Y build new aircraft; eight AH-1Z remanufactured aircraft; and six lot eight AH-1Z build new aircraft. This modification is the production definitization of the AAC to include negotiated lot eight aircraft pricing. Work will be performed in Fort Worth, Texas (60 percent), and Amarillo, Texas (40 percent), and is expected to be completed in February 2014. 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.

SES-Tech Atlantic*, Norfolk, Va. (N40085-11-D-0043); H&S Environmental*, Westborough, Mass. (N40085-11-D-0044); and Osage of Virginia*, Norfolk, Va. (N40085-11-D-0045), are each being awarded an indefinite-delivery/indefinite-quantity multiple award remedial action operation, long term management, environmental multiple award contract for environmental projects within the Naval Facilities Engineering Command Mid-Atlantic Hampton Roads area of responsibility. The maximum dollar value, including the base period and two option years, for all three contracts combined is $65,000,000. SES-Tech Atlantic is being awarded task order 0001 at $426,954 for the remediation of the entry road to Oceana Salvage Yard Virginia Beach, Va. Work for this task order is expected to be completed by February 2012. All work on this contract will be performed in the Hampton Roads area of Virginia. The term of the contract is not to exceed 36 months, with an expected completion date of July 2014. Contract funds in the amount of $436,954 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

The Boeing Co., Seattle, Wash., is being awarded a $21,012,546 modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0022) to provide additional funding for long lead materials in support of low rate initial production of seven lot two P-8A multi-mission maritime aircraft. Work will be performed in Seattle, Wash. (63.80 percent); Greenlawn, N.Y. (11.69 percent); Baltimore, Md. (10.98 percent); North Amityville, N.Y. (8.24 percent); and McKinney, Texas (5.29 percent). Work is expected to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a not-to-exceed $15,439,238 cost-plus-incentive-fee letter modification to previously awarded contract (N00024-11-C-6294) to design and manufacture hardware for the Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) system improvement and integration program. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial off the shelf based hardware and software. Work will be performed in Clearwater, Fla. (70 percent), and Manassas, Va. (30 percent), and is expected to be completed by January 2014. 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.

ARMY

Healthcare Services of North America, J.V., Petal, Miss. (W91YTZ-11-D0015); Magnum Opus Technologies, San Antonio, Texas (W91YTZ-11-D0016); and Nurse Etc Staffing, Universal City, Texas (W91YTZ-11-D0017), were awarded a $492,000,000 firm-fixed-price multiple-award-task-order contract between three contractors. The award will provide for the personal and non-personal service for medical specialties to include physician, nursing and ancillary services. Work location will be determined with each task order, with an estimated completion date of July 17, 2015. The bid was solicited through the Internet, with 40 bids received. The Healthcare Acquisition Activity, Frederick, Md., is the contracting activity.

AM General, L.L.C., South Bend, Ind., was awarded a $195,156,024 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide 808 High Mobility Multi-Purpose Wheeled Vehicles of various models and 744 armored troop enclosures in support of foreign military sales to Afghanistan. Work will be performed in Mishawaka, Ind., with an estimated completion date of Feb. 29, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZ V-10-C-0405).

The Boeing Co., Mesa, Ariz., was awarded a $189,211,400 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide 16 AH-64D Apache aircraft and related support. Work will be performed in Mesa, Ariz., with an estimated completion date of Feb. 28, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0161).

Science Applications International Corp., McLean, Va., was awarded a $78,670,000 firm-fixed-price, labor-hours and time-and-materials hybrid contract. The indefinite-delivery/indefinite-quantity contract will provide for the coordinating, integrating, conducting and executing experiments in support of the Maneuver Battle Lab mission. Work will be performed in Fort Benning, Ga., with an estimated completion date of July 31, 2016. The bid was solicited through the Internet, with three bids received. The U.S. Army Mission and Installation Command, Fort Bragg, N.C., is the contracting activity (W91247-11-D-0010).

Raytheon Co., Fullerton, Calif., was awarded a $70,520,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. The award will provide for the engineering and integration, logistical and field support, and post deployment software service support for the Enhanced Position Location Reporting System. Work will be performed in Fullerton, Calif., and Forest, Miss., with an estimated completion date of July 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-DC604).

Oshkosh Corp., Oshkosh, Wis., was awarded a $30,463,852 firm-fixed-price contract. The award will provide for the production of 185 Family of Medium Tactical Vehicles and one armor B-kit. Work will be performed in Oshkosh, Wis., with an estimated completion date of April 31, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Science Applications International Corp., McLean, Va., was awarded a $29,348,146 firm-fixed-price level-of-effort contract. The award will provide for the procurement services to install underbody installation kits on Mine Resistant Ambush

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Protected All-Terrain Vehicles in Afghanistan. Work will be performed in Alexandria, Va., and Afghanistan, with an estimated completion date of July 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

JLG Industries, Inc., McConnellsburg, Pa., was awarded a $24,500,473 firm-fixed-price contract. The award will provide for the procurement of 144 All-Terrain Lifter Army Systems. Work will be performed in McConnellsburg, Pa., with an estimated completion date of Jan. 29, 2012. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-D-A001).

Rolls-Royce Corp., Indianapolis, Ind., was awarded a $19,176,464 firm-fixed-price contract. The award will provide for the procurement of design, development and qualification testing and analyses to upgrade the current single channel 250-C30R/3 engine full authority digital electronic control systems to a dual channel configuration. Work will be performed in Indianapolis, Ind., with an estimated completion date of Oct. 9, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0072).

Science Applications International Corp., McLean, Va., was awarded a $17,805,402 firm-fixed-price level-of-effort contract. The award will provide for the task order services that will augment and sustain Mine Resistant Ambush Protected vehicles, and provides the joint logistics integrator capability for integrated logistics, engineering and fielding services. Work will be performed in McLean, Va., and Kuwait, with an estimated completion date of Sept. 18, 2011. Ten bids were solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

Sauer, Inc., Jacksonville, Fla., was awarded a $13,388,000 firm-fixed-price contract. The award will provide for design and construction of two single-story and one new two-story rigid steel frame, block and brick facility additions on Fort Bragg, N.C. Work will be performed in Fort Bragg, N.C., with an estimated completion date of March 19, 2015. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-11-C-0010).

EADS North American Defense, Arlington, Va., was awarded a $10,166,300 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide logistic support coverage for the UH-72A aircraft. Work will be performed in Columbus, Miss., with an estimated completion date of Dec. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

JCB, Inc., Pooler, Ga., was awarded a $9,924,733 firm-fixed-price contract. The award will provide for the procurement of 40 High Mobility Engineering Excavator-I with A-kits. Work will be performed in Pooler, Ga., with an estimated completion date of April 15, 2012. The bid was solicited through the Internet, with two bids received. The U.S. Army TACOM-LCMC, Warren, Mich., is the contracting activity (W56HZV-05-D-0414).

AAI Corp., Hunt Valley, Md., was awarded a $9,566,728 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to provide engineering services in support of the Shadow 200 unmanned aircraft systems. Work will be performed in Hunt Valley, Md., with an estimated completion date of May 31, 2013. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0103).

G2 Construction, Inc., Fairbanks, Alaska, was awarded a $9,486,739 firm-fixed-price contract. The award will provide for the construction of a railhead operations facility at Joint Base Elmendorf-Richardson, Alaska. Work will be performed in Anchorage, Alaska, with an estimated completion date of Sept. 1, 2012. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-11-C-0024).

Mobile Concepts by Scotty, Inc., Mount Pleasant, Pa., was awarded a $9,450,000 firm-fixed-price contract. The award will provide for the procurement of 55 Tactical Operations Center trailer for the National Guard Weapons of Mass Destruction Civil Support Teams. Work will be performed in Mount Pleasant, Pa., with an estimated completion date of Aug. 14, 2012. Eight bids were solicited, with 10 bids received. The National Guard Bureau, Operational Contracting, Arlington, Va., is the contracting activity (W9133L-11-F-0104).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

SRC, Inc., North Syracuse, N.Y., was awarded a $9,000,970 firm-fixed-price cost-plus-fixed-fee contract. The award will provide for the procurement of the omni-directional weapon location radar prototype that is a 360-degree counter-fire prototype that offers full hemispherical coverage. Work will be performed in North Syracuse, N.Y., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Communications-Electronics Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-H263).

North Wind Services, L.L.C., Idaho Falls, Idaho, was awarded an $8,365,931 firm-fixed-price contract. The award will provide for the remediation and removal of contaminated soil and miscellaneous surface debris in support of the Big Mountain RRS support. Work will be performed in Bristol Bay Borough, Alaska, with an estimated completion date of June 20, 2016. The bid was solicited through the Internet, with one bid received. The U.S. Army Corps of Engineers, Joint Base Elmendorf and Richardson, Alaska, is the contracting activity (W911KB-11-C-0014).

Action Manufacturing Co., Inc., Philadelphia, Pa., was awarded an $8,263,688 firm-fixed-price contract. The award will provide for the facilities, personnel and equipment for the manufacture of M739A1 point detonating/delay fuzes. Work will be performed in Philadelphia, Pa., and Atglen, Pa., with an estimated completion date of Dec. 3, 2013. Seven bids were solicited, with three bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-09-C-2003).

Science Applications International Corp., San Antonio, Texas, was awarded an $8,000,000 firm-fixed-price contract. The award will provide for the environmental support to military, civil and federal agencies. Work will be performed in Mobile, Ala., with an estimated completion date of July 27, 2016. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-11-D-0040)

*Small business

Total value of contracts awarded this day: $ 2,913.93M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 653-11 July 26, 2011

CONTRACTS

NAVY

Cubic Defense Applications, Inc., San Diego, Calif., is being awarded a $49,530,355 firm-fixed-priced/indefinite-delivery contract to incrementally replace the Marine Corps’s Multiple Integrated Laser Engagement System (MILES) and include the training systems of the Instrumented-Tactical Engagement Simulation System Increment I (I-TESS II) and additional weapon training system capabilities. I-TESS II equipment will be used to support direct force-on-force and force-on-target training. The I-TESS II system will consist of no less than the following components: small arms transmitter (SAT); man-worn detection system (MDS); command and control, mobile and portable versions; and Military Operations in Urban Terrain (MOUT) building instrumentation, vehicle tracking, engagement, and association systems, hand grenade simulators, and simulated battlefield effects interface modules. The SAT will be used on the M9 pistol; M4, M16, M40, and AK-47 type rifles; the M249 squad automatic weapon; and M2 and M240G machine guns. Rocket propelled grenade and AT-4 simulators, vehicle tracking, engagement and association systems will be used to track and/or engage vehicles and fixed structures such as towers, bridges, and facilities. The MDS and range equipment will be used to instrument the individual Marine for direct force-on-force, and force-on-target engagement adjudication and will include the ability to support instrumentation functions such as position location information reporting. The I-TESS II system will be used in MOUT facilities and non-live fire maneuver ranges located at various Marine Corps bases and installations. Work will be performed in San Diego, Calif., and is expected to be completed in July 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited and three offers received. Marine Corps Systems Command, supporting Program Manager for Training Systems, Orlando, Fla., is the contracting activity (M67854-11-D-8100).

CDW-G, Vernon Hills, Ill., is being awarded a $10,526,400 firm-fixed-price contract to procure 320 high performance Uniplexed Information and Computing System scalable processor architecture based servers to enable a technical refresh required for the Global Command and Control System and Tactical Combat Operations Systems of the Marine Corps. Current hardware has been in the field for over six years and is no longer under warranty and is now considered end-of-life. Likewise, the aging equipment is unable to keep pace with changes in operating software and increased technological capabilities and requirements. This purchase is for information technology capabilities that are not available within current Marine Corps enterprise supplies or contracts and are essential to the successful execution of command initiatives that are clearly needed. Work will be performed in Vernon Hills, Ill., and is expected to be completed 30 to 120 days after award. Contract funds in the amount of $10,526,400 will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited both through the General Services Administration eBuy website and the Government-Wide Point of Entry via the Navy Electronic Commerce website, with four offers received. The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-11-P-4172).

Stronghold Engineering, Inc., Riverside, Calif., is being awarded an $8,562,127 firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-10-D-5483) for construction of a solar photovoltaic system at Marine Corps Base, Camp Pendleton. The work to be performed provides for design, engineering, procurement and construction of a solar photovoltaic system. The new solar photovoltaic system shall occupy four to six acres within Marine Corps Base Camp Pendleton Installation Restoration Site Seven (Box Canyon). The solar photovoltaic system shall contain all balance of system components, electrical utilities, communication utilities, monitoring and metering, utility equipment building and associated equipments and devices for a complete and usable system, tested, accepted and beneficial to Marine Corps Base Camp Pendleton. Work will be performed in Oceanside, Calif., and is expected to be completed by August 2012. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

ARMY

Magnum Construction, Inc., Broken Arrow, Okla. (W912L6-11-D-0001); Acumen Enterprises, Inc., Desoto, Texas (W912L6-11-D-0002); Arnold Electric, Tulsa, Okla. (W912L6-11-D-0003); Blackhawk, San Antonio, Texas (W912L6-11-D-0004); C3, L.L.C., Broken Arrow, Okla. (W912L6-11-D-0005); Caddell & Co., L.L.C., Norman, Okla. (W912L6-11-D-0006); Carlson Constructors Corp., Joliet, Ill. (W912L6-11-D-0007); Construction Specialist, Newalla, Okla. (W912L6-11-D-0008); Diversified, Edmond, Okla. (W912L6-11-D-0009); Downey, Inc., Oklahoma City, Okla. (W912L6-11-D-0010); Far East Construction Corp., Middletown, Conn. (W912L6-11-D-0011); Futurenet Group, Inc., Detroit, Mich. (W912L6-11-D-0012); GW Hastings Construction Co., Inc., Lawton, Okla. (W912L6-11-D-0013); Nabholz Construction Co., Conway, Ariz. (W912L6-11-D-0014); Karrington NE, J.V., Dallas, Texas (W912L6-11-D-0015); K-Con, Inc., North Charleston, S.C. (W912L6-11-D-0016); Kellogg Electric, L.L.C., Ada, Okla. (W912L6-11-D-0017); Lee Construction & Maint Co., d.b.a. LMC of Tulsa, Tulsa, Okla. (W912L6-11-D-0018); Milcon Construction, L.L.C., San Antonio, Texas (W912L6-11-D-0019); MJPM Constructors, San Antonio, Texas (W912L6-11-D-0020); Osage Pinnacle Design Group, L.L.C., Tulsa, Okla. (W912L6-11-D-0021); Paragon Industrial Applications, d.b.a. PIA, Hooks, Texas (W912L6-11-D-0022); Pardee Construction, L.L.C., Tulsa, Okla. (W912L6-11-D-0023); Piazza Construction, Ltd., Denison, Texas (W912L6-11-D-0024); Prudent Technologies, Inc., Kansas City, Mo. (W912L6-11-D-0025); Robinson Mechanical Contractors, Inc., d.b.a. Robinson Construction Co., Perryville, Mo. (W912L6-11-D-0026); Ryan Herring Construction, Inc., Lawton, Okla. (W912L6-11-D-0027); Signature Underwriters, Inc., Lakewood, Colo. (W912L6-11-D-0028); Sturzenbecker Construction Co., Inc., Myrtle Beach, S.C. (W912L6-11-D-0029); Terra Construction, Inc., Oklahoma City, Okla. (W912L6-11-D-0030); TT/KOO, J.V., West Sacramento, Calif. (W912L6-11-D-0031); Tri-City Seal Co., Tuttle, Okla. (W912L6-11-D-0032); Triune-Beck, J.V., Dallas, Texas (W912L6-11-D-0033); Warden Construction Corp., Jacksonville, Fla. (W912L6-11-D-0034); and WB Construction & Sons, Inc., Pierre Part, La. (W912L6-11-D-0035), were awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award-task-order contract between 35 contractors. The award will provide for the sustainment, maintenance, and repair services, and construction projects of various size and value for the National Guard in the state of Oklahoma. Work location will be determined with each task order, with an estimated completion date of July 19, 2016. The bid was solicited through the Internet, with 39 bids received. The National Guard Bureau, Contracting Office, Oklahoma City, Okla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

URS Federal Services, Inc., Germantown, Md., was awarded a cost-plus-incentive-fee contract with a maximum $16,503,845 for hazardous materials management services supporting the fleet readiness centers with performance occurring at Defense Logistics Agency aviation sites in Jacksonville, Fla.; Cherry Point, N.C.; and North Island, Calif. Using service is DLA Aviation. The date of performance completion is July 27, 2016. The Defense Logistics Agency Distribution, New Cumberland, Pa., is the contracting activityi (SP3300-11-C-0012).

The Jankovich Co.*, Paramount, Calif., was awarded a fixed-price with economic price adjustment contract with a maximum $13,494,008 for marine gas oil. Other locations of performance include locations in California. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and federal civilian agencies. The date of performance completion is April 30, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0363).

SERVCO FS Cooperative, Antigo, Wis., was awarded a fixed-price with economic price adjustment contract with a maximum $7,122,837 for marine gas oil. Other locations of performance include St. Ignace, Mich.; Cheboygan, Mich.; and Cleveland, Ohio. Using service is Coast Guard. The date of performance completion is April 30, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0377).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

AIR FORCE

The Boeing Co., Defense, Space and Security - Global Mobility Systems, Long Beach, Calif., is being awarded an $11,131,261 contract modification which provides funding for the fiscal 2011 C-17 material improvement projects which support repair of safety of flight and other, non-emergency type deficiencies. The C-17 Globemaster III Sustainment Partnership is designed to provide total C-17 weapon system sustainment responsibility under a single prime contractor with the goal of achieving improvements in logistics support and mission readiness while reducing operating and support costs. ASC/WLMK, C-17 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004 PO0425).

*Small business

Total value of contracts awarded this day: $ 136.86M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 656-11 July 27, 2011

CONTRACTS

NAVY

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $73,952,510 cost-plus-incentive-fee contract for a Phase III Small Business Innovation Research project under Topics 92-170, N94-178, and AF083-006, for the development and use of the Helios unmanned air systems (UAS). This contract includes field service representative support; delivery, installation, operation, and maintenance of hardware; engineering, integration, and test and evaluation efforts needed to fabricate and deliver UAS systems and advanced sensors with the UAS systems; continued testing; engineering services; modeling, simulation, analysis; systems engineering and integration; and continental/outside continental U.S. program support. Work will be performed in Afghanistan (35 percent); Yuma, Ariz. (30 percent); Patuxent River, Md. (20 percent); Warminster, Pa. (10 percent); and Johnstown, Pa. (5 percent), and is expected to be completed in July 2013. Contract funds will not expire at the end of the current fiscal year. This Phase III contract was not competitively procured pursuant to FAR 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0039).

CH2M Hill/Clark Nexsen Energy Partners, J.V., Englewood, Colo., is being awarded a maximum amount $60,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract (N62583-11-D-0533) for energy architect-engineering and design services for energy efficiency projects and services including shore facilities and utility systems at various locations worldwide. The maximum dollar value, including the base period and four option years, is $300,000,000. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities stateside (80 percent), and overseas (20 percent), and is expected to be completed by July 2016. Contract funds in the amount of $10,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 30 proposals received. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

General Electric, Lynn, Mass., is being awarded a $59,599,950 requirements contract for the repair of 19 T-64 engine (CH53D/E and MH53E helicopters) components, spare parts, manufacturing, engineering, and technical support to the Fleet Readiness Center East, Cherry Point, N.C., with a goal of improving monthly output. Work will be performed in Cherry Point, N.C. (90 percent), and Lynn, Mass. (10 percent), and is expected to be completed by Dec. 31, 2012. Funding for this action is 2011-2012 Navy Working Capital Fund. Contract funds will not expire at the end of the current fiscal year. This contract was sole-source. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity (N00 383-11-D-003M).

Trieco TT Sustainable Resources, J.V.*, San Diego, Calif., is being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $50,000,000 for the Comprehensive Environmental Response, Compensation, and Liability Act of 1980; Resource Conservation and Recovery Act; and underground storage tank studies. No task orders are being issued at this time. All work will be performed at various Navy and Marine Corps installations including, but not limited to, locations in California (85 percent), Arizona (5 percent), Colorado (2 percent), Nevada (2 percent), New Mexico (1 percent), Utah (1 percent), Washington (1 percent) and other Department of Defense installations nationwide (3 percent). Work is expected to be completed by July 2016. Contract funds in the amount of $5,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-D-2205).

BAE Systems Electronics, Intelligence & Support, Electronic Solutions, Nashua, N.H., is being awarded a $36,711,988 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0069) to exercise an option for the full rate production, lot one, of the Integrated Defensive Electronic Countermeasures AN/ALE-55 subsystems for the F/A-18E/F aircraft, including associated technical support for the Navy, Marine Corps, and the government of Australia. This

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

contract combines purchases for the Navy/Marine Corps ($26,854,450; 73 percent), and the government of Australia ($9,857,538; 27 percent) under the Foreign Military Sales Program. In addition, this option provides for recurring and non-recurring engineering efforts in order to fabricate, assemble, test and deliver the component hardware of the AN/ALE-55 subsystem. The AN/ALE-55 subsystem consists of an electronic frequency converter (EFC) and a fiber optic towed device (FOTD) round. This option further provides EFCs and FOTD rounds for the Navy and Marine Corps, and FOTD rounds for the government of Australia. Work will be performed in Nashua, N.H. (80.6 percent); Mountain View, Calif. (12 percent); and Chelmsford, Essex, United Kingdom (7.4 percent). Work is expected to be completed in September 2013. Contract funds in the amount of $142,574 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0069).

Cubic Defense Applications, Inc., San Diego, Calif., is being awarded a $27,801,882 firm-fixed-priced delivery order #0001 under previously awarded contract (M67854-11-D-8100) to incrementally replace the Marine Corps’ Multiple Integrated Laser Engagement System and include the training systems of the Instrumented-Tactical Engagement Simulation System Increment I (I-TESS II) and additional weapon training system capabilities. I-TESS II equipment will be used to support direct force-on-force and force-on-target training. The I-TESS II system will consist of no less than the following components: small arms transmitter (SAT); man-worn detection system (MDS); command and control, mobile and portable versions; and military operations in urban terrain (MOUT) building instrumentation, vehicle tracking, engagement, and association systems, hand grenade simulators, and simulated battlefield effects interface modules. The SAT will be used on the M9 pistol, M4, M16, M40, and AK-47 type rifles, the M249 Squad Automatic Weapon, and M2 and M240G machine guns. Rocket propelled grenade and AT-4 simulators, vehicle tracking, engagement and association systems will be used to track and/or engage vehicles and fixed structures such as towers, bridges, and facilities. The MDS and range equipment will be used to instrument the individual Marine for direct force-on-force, and force-on-target engagement adjudication and will include the ability to support instrumentation functions such as position location information reporting. The I-TESS II system will be used in MOUT Facilities and non-live fire maneuver ranges located at various Marine Corps bases and installations. Work will be performed in San Diego, Calif., and is expected to be completed in July 25, 2013. Contract funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, supporting Program Manager for Training Systems, Orlando, Fla., is the contracting activity.

Hensel Phelps Construction Co., Irvine, Calif., is being awarded $13,860,000 for firm-fixed-price task order #0002 under a multiple award construction contract (N62473-10-D-5405) for construction of the intermediate maintenance activity facility at Marine Corps Air Station Yuma. The task order also contains a planned modification, which, if issued, would increase the cumulative task order value to $14,366,600. Work will be performed in Yuma, Ariz., and is expected to be completed by July 2012. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

RDA, Inc.*, Doylestown, Pa., is being awarded a $9,986,704 cost-plus-fixed-fee contract for a Phase III Small Business Innovation Research project under Topics N98-035 and N06-011. The primary objective of this effort is continued development of advanced technology products in the field of undersea warfare research and development, and to transition this technology to the anti-submarine warfare (ASW) fleet. Applications to be further developed include acoustic and non-acoustic ASW systems, telemetry and recording systems, signal and data processing, algorithm development, mathematical modeling, prototyping, and analysis to predict the performance of the associated ASW systems. Work will be performed in Doylestown, Pa. (55 percent); Warrenton, Va. (35 percent); Patuxent River, Md. (5 percent); and various testing locations (5 percent) in and outside of the United States. Work is expected to be completed in July 2013. Contract funds will not expire at the end of the current fiscal year. This Phase III was not competitively procured pursuant to FAR 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0269).

AIR FORCE

Intelligent Software Solutions, Inc., Colorado Springs, Colo., is being awarded a $49,999,989 indefinite-delivery/indefinite-quantity contract to provide software maintenance and enhancements to Web-Enabled Temporal Analysis System tool kit baselines. The Air Force Research Laboratory/RIKF, Rome, N.Y., is the contracting activity (FA8750-09-D-0022/0014).

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract modification to develop, demonstrate, and transition Tactical Targeting Network technology and related interoperable technologies such as Quint Network technology to support information exchange between the tactical edge platforms and users within the Department of Defense. This action increases the maximum

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

ordering amount from $49,900,000 to $85,400,000. The Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity (FA8750-10-D-0042, Modification No. PO0005).

Gulfstream Aerospace Corp., Savannah, Ga., is being awarded a $26,816,000 firm-fixed-price contract modification for the purchase of one leased aircraft in accordance with option terms of the contract. OC-ALC/GKSKB, Tinker Air Force Base, Okla., is the contracting activity (F33657-00-C-0038-PO0183).

DEFENSE LOGISTICS AGENCY

BRS Aerospace*, South St. Paul, Minn., was awarded a firm-fixed-price contract with a maximum $21,244,339 for low velocity parachutes. Other locations of performance are Florida and North Carolina. Using service is Army. The date of performance completion is Dec. 26, 2011. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity (SPM4A7-11-C-0595).

Niche, Inc.*, New Bedford, Mass., was awarded a firm-fixed-price contract with a maximum $19,750,500 for low velocity parachutes. There are no other locations of performance. Using service is Army. The date of performance completion is Dec. 26, 2011. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity (SPM4A7-11-C-0596).

*Small business

Total value of contracts awarded this day: $ 484.72M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 659-11 July 28, 2011

CONTRACTS

NAVY

Raytheon Co., Tucson, Ariz., is being awarded an $85,619,066 firm-fixed-price contract for the procurement of 225 full rate production, lot seven, (FRP-7) AGM-154C-1 unitary joint stand-off weapon missiles, including associated support equipment. In addition, this contract provides for one AGM-154C-1 for performance characterization test. Work will be performed in Dallas, Texas (44 percent); Cedar Rapids, Iowa (24 percent); Tucson, Ariz. (22 percent); and McAllester, Okla. (10 percent). Work is expected to be completed in June 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command,Patuxent River, Md., is the contracting activity (N00019-11-C-0032).

Harris Corp., Rochester, N.Y., is being awarded a $29,119,944 firm-fixed-price delivery order under previously awarded contract (N00164-11-F-0142) for support to the Air Force Tactical Air Control Party Modernization Program. The equipment being purchased includes the AN/PRC-117G man-pack radio and accessories. Work will be conducted in Rochester, N.Y., and is expected to complete by October 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via E-Buy, with one offer received. Naval Surface Warfare Center Crane Division, Crane, Ind., is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $24,932,926 modification to previously awarded contract (N00024-10-C-4302) to exercise option year two to continue providing Nuclear Regional Maintenance Department support to operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn. Work will be performed in New London, Conn., and is expected to be completed by July 30, 2012. Contract funds in the amount of $7,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems, Minneapolis, Minn., is being awarded a $20,967,602 modification to previously awarded contract (N00024-05-C-5117) to establish new cost-plus-incentive-fee contract line item number for the procurement of the Advanced Gun System (AGS) Intra-Ship Rearmament System to be incorporated on DDG 1000 and DDG 1001. The Intra-Ship Rearmament System (AIRS) provides a safe method of moving AGS pallets between the DDG 1000 flight deck and the AGS magazine pallet hoist. AIRS is designed to operate with full performance in ship motion conditions up to sea state three. Work will be performed in Minneapolis, Minn. (90 percent), and Louisville, Ky. (10 percent), and is expected to be completed by December 2015. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Brady G2*, San Diego, Calif. (N62583-09-D-0142); Enviro Compliance Solutions, Inc.*, Tustin, Calif. (N62583-09-D-0143); Accord Engineering, Inc.*, Santa Ana, Calif. (N62583-09-D-0144); RORE-ITSI, J.V., L.L.C.*, San Diego, Calif. (N62583-09-D-0145); and Environmental Cost Management, Inc.*, Costa Mesa, Calif. (N62583-09-D-0146), are being awarded option year two under previously awarded firm-fixed-price multiple award contract for performance-based environmental consulting services in support of various Navy, Marine Corps, and federal government programs requesting assistance throughout the United States and its territories from the environmental restoration division of the Naval Facilities Engineering Service Center, Port Hueneme, Calif. The combined total value for all five contractors is $15,000,000. The work to be performed provides for obtaining support for innovative environmental solutions; support for guiding and managing innovative environmental projects; site characterization, data analysis, and data management utilizing the triad approach and Navy Installation Restoration Information System; environmental reporting and document preparation; innovative environmental solutions outreach; and environmental program management support. The total contract amount after exercise of this option will be $45,000,000. No task orders are being issued at this time. Work will be performed throughout the continental United States and its territories. The term for this option is from August 2011 to July 2012. Contract funds

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

Makers Architecture and Urban Design*, Seattle, Wash., is being awarded a maximum $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for facilities planning and industrial engineering projects in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for services and studies primarily related to industrial facilities, including: process flow; equipment relationship evaluation; computer-aided design floor plans; basic facility requirement development/evaluation, asset evaluations; master facility plans; material flow; efficiency analysis; cost estimates; feasibility studies; concept studies; minor interior/exterior renovation planning; historic structure preservation documentation; buildings or structure repair planning; construction support services for new and existing facilities; seismic evaluations and upgrades; grading; paving; utility systems; mechanical and/or electrical systems; identification of asbestos and lead paint abatement; life safety/site investigations and economic evaluations. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Northwest AOR including, but not limited to, Washington (95 percent), Oregon (2 percent), Idaho (1 percent), Alaska (1 percent), and Montana (1 percent). Work is expected to be completed by July 2016. Contract funds ($10,000) will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-11-D-6007).

Sauer, Inc., Jacksonville, Fla., is being awarded a $14,714,300 firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N69450-09-D-1277) for the renovation of Corry Station B3782 at Naval Air Station, Pensacola. The work to be performed provides for renovation of existing spaces into office and data center spaces. Work will include, but is not limited to, reconfiguring interior walls; replacing suspended ceilings and floor coverings; and modifying the heating ventilation and air conditioning system and fire suppression system. The task order also contains two unexercised options, which, if exercised, would increase cumulative task order value to $16,079,700. Work will be performed in Pensacola, Fla., and is expected to be completed by Oct. 2013. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Carolina Growler, Inc.*, Star, N.C., is being awarded an $11,630,934 fixed-price contract for the procurement of: 197 A/M32K-10 munitions trailers, including pilot production units (PPU); 51 stake rack sets, including PPU; 50 electrical test sets P/N 3847AS800-1, including PPU; 60 electrical test sets P/N 3847AS810-1, including PPU; 80 adjustment fixtures P/N 3847AS222-1, including PPU; two A/M32U-21 maintenance trailers PPUs; and associated technical and logistics data. Work will be performed in Star, N.C., and is expected to be completed in July 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using 100-percent HUBZone set-aside procedures. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0390).

Fairmount Automation, Inc., Newtown Square, Pa., is being awarded a $9,663,740 indefinite-delivery/indefinite-quantity, firm-fixed price contract for the procurement of G4 design pad controllers to upgrade nuclear and non-nuclear boiler, steam plant, and auxiliary control systems on various classes of Navy ships using state-of-the-art electronic control system equipment as needed over a five year period. Work will be conducted in Newtown Square, Pa., and is expected to complete July 2016. Contract funds in the amount of $503,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-11-D-0011).

P&S Construction, Inc.*, Chelmsford, Maine, is being awarded $9,582,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N40192-10-D-2804) to upgrade the existing water, sanitary sewer and communications systems at South Ramp, Andersen Air Force Base. The work to be performed provides for upgrades to the existing water, sanitary sewer and communication systems. Work includes installation of elevated water tank, waterlines, gravity sanitary sewer manhole, upgrade of controls and electrical of two sanitary pump stations, supervisory control and data acquisition system on the new water tank, water booster pumps, sanitary pump stations, and a manhole duct system for communication lines. Work will be performed in Yigo, Guam, and is expected to be completed by February 2013. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Diversified Service Contracting, Inc.*, Dunn, N.C., is being awarded a $9,519,430 firm-fixed-price, indefinite-delivery indefinite-quantity contract for base operating support services at Patuxent River Naval Air Station. The work to be

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

performed provides for, but is not limited to, providing all labor, management, supervision, tools, material and equipment required to perform the following: pest control, grounds maintenance, street sweeping, snow removal operations, janitorial services, and base support vehicles and equipment/transportation maintenance. The maximum dollar value, including the base period and four option years and two award option years, is $67,658,854. Work will be performed at Patuxent River, Md. (75 percent); St. Inigoes, Md. (10 percent); Solomons, Md. (10 percent); and outlying areas in St. Mary’s County, Md. (5 percent). Work is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity (N40080-11-D-3020).

Loving Couples Loving Children, Inc., Seattle, Wash., is being awarded a $9,380,746 firm-fixed-price contract for Naval Special Warfare (NSW) Resiliency Program services in support of the Bureau of Medicine and Surgery. NSW Resiliency Program services to be provided include resiliency assessment analysis, workshops and training programs with a goal of enhancing the performance and readiness of the forces through increasing resilience of the service member and his or her family and thus the team, squadron, group and overall NSW community. This contract contains options, which, if exercised, will bring the contract value to $44,443,211. Work will be performed in Seattle, Wash., and is expected to be complete July 2012. With options exercised, work will continue through March 31, 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Navy Electronic Commerce Online website, with two offers received. The NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-11-C-Z044).

S.T. Wooten Corp., Wilson, N.C., is being awarded $8,950,000 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-09-D-9024) for airfield pavement repairs at Marine Corps Air Station, Cherry Point. The work to be performed provides for milling, crack repair, bituminous concrete overlay, light removal and replacement, joint resealing, grooving, striping, and other incidental work for Runways 5R and 32L as indicated. Work also includes bituminous concrete pavement repairs, sealcoat preparations, crack repairs, restriping, and incidental related work as indicated for Taxiway Mike, overrun end of Runway 32L, Taxiway Delta, Warm-up Area 3, Aircraft Weapons Area, Taxiway to Northeast Harrier Pad, and High Power Run-up Ramp all on an active airfield, emulsified asphalt sealcoat excluding traffic control, foreign object debris barriers, sealant and vegetation removal, crack repairs, joint resealing, pavement markings. Work will be performed in Cherry Point, N.C., and is expected to be completed by May 2013. Contract funds will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Northrop Grumman Technical Services, Inc., Herndon, Va., is being awarded a $7,556,127 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00421-08-C-0065) to exercise an option for maintenance, manufacturing of parts, instrumentation and engineering support for the C-2, E-2, Advanced Hawkeye (E-2D), and applicable platforms associated with airborne early warning equipment, rotor dome and vapor cycle system. Additionally, supportability/safety studies on various highly specialized and uniquely configured E-2 and C-2 aircraft and weapon systems maintenance engineering and logistics services will be performed. Work will be performed in Patuxent River, Md., and is expected to be completed in July 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Design Partners, Inc., Honolulu, Hawaii, is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer services contract with for architect-engineering services for design, engineering, specification writing, cost estimating, and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for, but is not limited to, design and engineering services for the preparation of plans, specifications utilizing the NAVFAC SpecsIntact System, cost estimates utilizing the NAVFAC Success Estimator Program, functional analysis and concept development, request for proposal documentation for design-build and design-bid-build projects, and military construction project documentation at various locations in all areas under the cognizance of NAVFAC Pacific. If asbestos or hazardous materials exist, the architect-engineer contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to, Hawaii (55 percent), Guam (30 percent), and the Far East (15 percent). The term of contract is not to exceed 36 months, with an expected completion date of July 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 15 proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

(N62742-11-D-0006).

ARMY

JLG Industries, Inc., McConnellsburg, Pa., was awarded a $70,076,247 firm-fixed-price contract. The award will provide for the procurement of 396 All-Terrain Lifter Army Systems. Work will be performed in McConnellsburg, Pa., with an estimated completion date of Jan. 29, 2012. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-D-A001).

Hensel Phelps, Greeley, Colo., was awarded a $33,532,000 firm-fixed-price contract. The award will provide for the plant, labor, transportation, materials, equipment and appliances necessary to construct the High Altitude Army Aviation Training Site. Work will be performed in Gypsum, Colo., with an estimated completion date of Sept. 24, 2013. The bid was solicited through the Internet, with nine bids received. The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-11-C-0003).

Armtec Countermeasures Co., Coachella, Calif., was awarded a $15,142,466 firm-fixed-price contract. The award will provide for the modification of an existing contract for the procurement of 404,200 M206 countermeasure flares; 41,280 MJU-7A/B countermeasure flares; and 5,472 MJU-10 countermeasure flares. Work will be performed in East Camden, Ark., and Milan, Tenn., with an estimated completion date of Oct. 31, 2012. The bid was solicited through the Internet, with two bids received. The Rock Island Contracting Office, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0055).

Charpie-Korte Design Build, J.V., S.B., L.L.C., Chicago, Ill., was awarded a $14,837,259 firm-fixed-price contract. The award will provide for the construction of a soldier family care clinic at White Sands Missile Range, N.M. Work will be performed in White Sands Missile Range, N.M., with an estimated completion date of March 26, 2013. The bid was solicited through the Internet, with 20 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0031).

Kilgore Flares Company, L.L.C., Toone, Tenn., was awarded a $13,546,053 firm-fixed-price contract. The award will provide for the modification of an existing contract for the procurement of 404,200 M206 countermeasure flares; 41,280 MJU-7A/B countermeasure flares; and 5,472 MJU-10 countermeasure flares. Work will be performed in Toone, Tenn., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet, with two bids received. The Rock Island Contracting Office, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0056).

The Korte Co., St. Louis, Mo., was awarded a $12,636,683 firm-fixed-price contract. The award will provide for the phase-three infrastructure upgrade to Building 3001 at Tinker Air Force Base, Okla. Work will be performed in Tinker Air Force Base, Okla., with an estimated completion date of Dec. 30, 2012. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0013).

Lakeshore TolTest Metag, J.V., L.L.C., Detroit, Mich., was awarded an $11,621,818 firm-fixed-price contract. The award will provide for the construction of a parking apron for six rotary-wing and two fixed-wing aircraft, taxiway, a concrete maintenance pad to support special operations, two aircraft maintenance shelters, and supporting facilities. Work will be performed in Afghanistan, with an estimated completion date of Feb. 15, 2012. There were 161 bids solicited, with 12 bids received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-11-C-0031).

Tapestry Solutions, Inc., San Diego, Calif., was awarded an $11,497,382 firm-fixed-price, cost-reimbursable contract. The award will provide for the managing and operating battle simulation training services for U.S. Army Europe and U.S. Army Africa. Work location will be determined with each task order, with an estimated completion date of Oct. 31, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, RCO Grafenwoehr, Germany, is the contracting activity (W912PB-11-D-0019).

CH2M Hill, Inc., Boise, Idaho, was awarded a $10,000,000 firm-fixed-price contract. The award will provide for the architecture and engineering services primarily for the Walla Walla, Wash., district. Work location will be determined with each task order, with an estimated completion date of July 21, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-11-D-0003).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

INCA/Anderson-Perry, J.V., Bellevue, Wash., was awarded a $10,000,000 firm-fixed-price contract. The award will provide for the architecture and engineering services primarily for the Walla Walla, Wash., district. Work location will be determined with each task order, with an estimated completion date of July 21, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-11-D-0002).

MTNT Energy, Inc., McGrath, Alaska, was awarded a $10,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the electrical support services for installation, distribution, repairs. Work will be performed in Afghanistan, with an estimated completion date of July 21, 2012. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-11-D-0016).

Alliant Techsystems, Inc., Mesa, Ariz., was awarded an $8,892,589 firm-fixed-price contract. The award will provide for the procurement of spare components for the M230 gun in support of the Apache helicopter for Saudi Arabia and Egypt. Work will be performed in Mesa, Ariz., with an estimated completion date of Jan. 31, 2013. One bid was solicited, with one bid received. The U.S. Army TACOM LCMC, Contracting Center, Rock Island, Ill., is the contracting activity (W52H09-10-D-0095).

Arcadis U.S., Inc., Highlands Ranch, Colo., was awarded an $8,000,000 firm-fixed-price indefinite-delivery contract. The award will provide for the architect and engineering services for the Mobile District, U.S. Army Corps of Engineers, to provide environmental support to military, civil and federal agencies. Work will be performed in Mobile, Ala., with an estimated completion date of Aug. 15, 2016. The bid was solicited through the Internet, with 26 bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-11-D-0055).

Bertucci Contracting Co., L.L.C., Jefferson, La., was awarded a $6,966,250 firm-fixed-price contract. The award will provide for the dredging services, construction of a stone foreshore protection dike with geotextile fabric base, and all associated work along the shore of Lake Borgne, St. Bernard Parish, La. Work will be performed in St. Bernard Parish, La., with an estimated completion date of April 18, 2012. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-C-0048).

AIR FORCE

Raytheon Co., Missile Systems Division, Tucson, Ariz. is being awarded a $70,000,000 maximum firm-fixed-price contract to provide Small Diameter Bomb II technical support. AAC/EBMK, Eglin Air Force Base, Fla., is the contracting activity (FA8672-11-D-0107).

General Dynamics Information Technology, Fairfax, Va., is being awarded a $45,000,000 maximum cost-plus-fixed indefinite-delivery/indefinite-quantity contract to develop and improve manufacturing processes for all aspects of remotely piloted vehicles/aircraft. The Air Force Research Laboratory, Detachment 1/PKMT, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-5705 Task Orders 0001 and 0002).

Aurora Flight Sciences Corp., Manassas, Va., is being awarded a $45,000,000 maximum indefinite-delivery/indefinite-quantity contract to develop and improve manufacturing processes for all aspects of remotely piloted vehicles/aircraft. The Air Force Research Laboratory, Detachment 1/PKMT, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-5704 Task Orders 0001 and 0002).

United Launch Services, Littleton, Colo., is being awarded a $34,419,058 cost-plus-incentive-fee contract modification to complete the development of the RL10C-1 engine. The Space and Missile Systems Center, Launch and Range Systems Directorate, El Segundo, Calif., is the contracting activity (FA8811-11-C-0001).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

Boeing Co., St. Louis, Mo., is being awarded a $32,480,252 cost-plus-incentive-fee contract modification to provide additional aircraft closure redesign. The AAC/EDBK/EDBJ, Eglin Air Force Base, Fla., is the contracting activity (FA8681-09-C-0280, Modification No. P00022).

*Small business

Total value of contracts awarded this day: $ 742.79M

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

FOR RELEASE AT 5 p.m. ET

No. 662-11 July 29, 2011

CONTRACTS

ARMY

BAE Systems Technology Solutions & Services Co., North Charleston, S.C. (W911QY-11-D-0039); Smith’s Detection, Edgewood, Md. (W911QY-11-D-0038); DRS C3 & Aviation Company, Gaithersburg, Md. (W911QY-11-D-0035); ITT, Colorado Springs, Colo. (W911QY-11-D-0032); International Logistics Systems, Glen Rock, Pa. (W911QY-11-D-0031); STS International, Inc., Berkeley Springs, W.Va. (W911QY-11-D-0029); ICx Technologies, Inc., Stillwater, Okla. (W911QY-11-D-0028); SRI International, Princeton, N.J. (W911QY-11-D-0025); Science Applications International Corp., Huntsville, Ala. (W911QY-11-D-0024); Northrop Grumman Systems Corp., Huntsville, Ala. (W911QY-11-D-0023); Lockheed Martin Corp., Las Vegas, Nev. (W911QY-11-D-0022); Evergreen Fire and Security, Tacoma, Wash. (W911QY-11-D-0041); PKMM, Inc., Las Vegas, Nev. (W911QY-11-D-0040); Murtech, Glen Burnie, Md. (W911QY-11-D-0036); Epiphany Mission Support Solutions, Middleburg, Va. (W911QY-11-D-0034); Ideal Innovations, Inc., Arlington, Va. (W911QY-11-D-0033); STS International, Inc., Berkeley Springs, W.Va. (W911QY-11-D-0030); International Logistics Systems, Glen Rock, Pa. (W911QY-11-D-0027); and Advanced Technology Systems Co., Arlington, Va. (W911QY-11-D-0026), were awarded a $997,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract divided between 16 contractors. The award will provide for the procurement of various components or systems for force protection measures in theater and throughout the continental United States. Work will be performed at the vendor’s listed city, with an estimated completion date of June 30, 2017. There were 27 bids solicited, and 27 bids received. The U.S. Army Contracting Command, Orlando, Fla., is the contracting activity.

J & J Maintenance, Inc., Austin, Texas (WW91278-11-D-0043, WW91278-11-D-47); CCE, L.C.C., Easton, Md. (WW91278-11-D-0041, WW91278-11-D-0045); Km. 1 Carretera a Occidente, San Pedro Sula, Honduras (WW91278-11-D-0042, WW91278-11-D-0046); Bonatti Ingenieros y Arquitectos, Guatemala City, Guatemala (WW91278-11-D-0044, WW91278-11-D-0048); Servicios para el Desarrollo de la Construction, San Pedro Sula, Honduras (WW91278-11-D-0049); and EEII SA, Bogota, Columbia (WW91278-11-D-0050), were awarded a $50,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract between eight contractors. The award will provide for the construction services with incidental design capabilities for various countries in Central America. Work location will be determined with each task order, with an estimated completion date of July 25, 2016. The bid was solicited through the Internet, with 34 bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity.

Genesis MW, J.V., Blue Springs, Mo., was awarded a $30,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the construction and repair services for facilities and structures at Fort Leavenworth, Kan. Work will be performed in Fort Leavenworth, Kan., with an estimated completion date of July 20, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-D-4006).

Guild Associates, Inc., Dublin, Ohio, was awarded a $27,378,573 firm-fixed-price contract. The award will provide for the procurement of 75 Mobile Integrated Remains Collection Systems to provide mortuary service capabilities. Work will be performed in Dublin, Ohio, with an estimated completion date of July 22, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0008).

URS Federal Technical Services, Inc., Albuquerque, N.M., was awarded a $26,598,785 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of an estimated 154 Linear Demolition Charge Systems over five years. Work will be performed in Albuquerque, N.M., with an estimated completion date of July 26, 2016. One bid was solicited, with one bid received. The U.S. Army TACOM LCMC, Contracting Center, Warren, Mich., is the contracting activity (W56HZV-11-D-0127).

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

MSE Technology Application, Inc., Butte, Mont., was awarded a $22,739,109 cost-plus-fixed-fee contract. The award will provide for the hypersonic weapons testing, development, and support program. Work location will be determined on a task order basis, with an estimated completion date of July 27, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-D-0086).

Fairfield Systems, Inc., Catonsville, Md., was awarded a $16,466,666 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide authorized medical allowances lists, authorized dental allowance lists, and medical kits in support of the Marine Corps. Work will be performed in Catonsville, Md., with an estimated completion date of Aug. 11, 2015. Six bids were solicited, with six bids received. The U.S. Army Contracting Command, Orlando, Fla., is the contracting activity (W911QY-10-D-0054).

Management and Technology Solutions, Inc., Falls Church, Va., was awarded a $16,466,666 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide authorized medical allowances lists, authorized dental allowance lists, and medical kits in support of the Marine Corps. Work will be performed in Falls Church, Va., with an estimated completion date of Aug. 11, 2015. Six bids were solicited, with six bids received. The U.S. Army Contracting Command, Orlando, Fla., is the contracting activity (W911QY-10-D-0054).

MJL Enterprises, L.L.C., Virginia Beach, Va., was awarded a $16,466,666 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide authorized medical allowances lists, authorized dental allowance lists, and medical kits in support of the Marine Corps. Work will be performed in Virginia Beach, Va., with an estimated completion date of Aug. 11, 2015. Six bids were solicited, with six bids received. The U.S. Army Contracting Command, Orlando, Fla., is the contracting activity (W911QY-10-D-0054).

Gannett Fleming, Inc., Camp Hill, Pa., was awarded a $12,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the engineering and design support services for dam inspection. Work location will be determined with each task order, with an estimated completion date of July 31, 2016. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912EE-11-D-0015).

SOL Engineering, Jackson, Miss., was awarded a $9,500,000 firm-fixed-price contract. The award will provide for the business advisory and scientific technical support to assist with the appropriate personnel to support the execution of research tasks in both the civil work and military direct/reimbursable work areas. Work location will be determined with each task order, with an estimated completion date of July 26, 2016. The bid was solicited through the Internet, with one bid received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912HZ-11-D-0005).

Coastal Environmental Group, Central Islip, N.Y., was awarded a $7,466,679 firm-fixed-price contract. The award will provide for the restoration services for native aquatic habitats along the Missouri River. Work will be performed in Atchison County, Kan., with an estimated completion date of Aug. 30, 2013. Four bids were solicited, with four bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-09-D-1020).

Teledyne Scientific & Imaging, L.L.C., Thousand Oaks, Calif., was awarded a $7,014,297 cost-plus-fixed-fee contract. The award will provide for the program development for high definition focal planes on alternative low cost substrates to reduce focal plane costs and develop high definition formats. Work will be performed in Thousand Oaks, Calif., with an estimated completion date of Jan. 9, 2015. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Fort Belvoir, Va., is the contracting activity (W909MY-11-C-0053).

Bullock & Tice Associates, Pensacola, Fla., was awarded a $7,000,000 firm-fixed-price indefinite-delivery contract. The award will provide for the architect and engineering services required to support the Mobile District Military Construction Design Program. Work location will be determined with each task order, with an estimated completion date of Aug. 15, 2016. The bid was solicited through the Internet, with 109 bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-11-D-0056).

CPM-PJD MPA, J.V., Pittsburgh, Pa., was awarded a $6,963,766 firm-fixed-price contract. The award will provide for the construction of repair hangar exteriors. Work will be performed in Coraopolis, Pa., with an estimated completion date of Oct. 1, 2012. Seven bids were solicited, with five bids received. The National Guard Bureau, Annville, Pa., is the contracting

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

activity (W912KC-11-C-0003).

NAVY

Huntington Ingalls, Inc., Newport News, Va., is being awarded a $504,075,053 modification to previously awarded contract (N00024-08-C-2110) to complete platform non-recurring engineering supporting to Gerald R. Ford (CVN 78) construction. Work will be conducted in Newport News, Va., and ship delivery is expected to complete September 2015. 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 Mission Systems & Sensors (LM MS2), Moorestown, N.J., is being awarded a $118,646,449 fixed-price-incentive contract for the production of two multi-mission signal processor equipment sets; three ballistic missile defense 4.0.1 equipment sets; and five Aegis Weapon System upgraded equipment sets to support fielding Aegis modernization capabilities to the fleet. Sets will be delivered to USS Arleigh Burke (DDG 51); USS John Paul (DDG 53); USS Benfold (DDG 65); USS Barry (DDG 52); USS Princeton (CG 59); USS Cowpens (CG 63); and USS Gettysburg (CG 64). Work will be performed in Moorestown, N.J. (74 percent), Clearwater, Fla. (25 percent), and Akron, Ohio (1 percent). Work is expected to be completed by September 2013. 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 Navy Yard, D.C., is the contracting activity N00024-11-C-5118.

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $74,878,971 cost-plus-incentive-fee contract for a Phase III Small Business Innovation Research project under Topics 92-170, N94-178, and AF083-006 for the development and use of the Persistent Surveillance Unmanned Aerial Systems. This effort includes field service representative support; delivery, installation, operation, and maintenance of hardware; continued testing; engineering services; modeling, simulation, analysis; systems engineering and integration. Work will be performed in Afghanistan (35 percent); Yuma, Ariz. (30 percent); Patuxent River, Md. (20 percent); Warminster, Pa. (10 percent); and Johnstown, Pa. (5 percent). Work is expected to be completed in July 2013. Contract funds in the amount of $30,000,000 will expire at the end of the current fiscal year. This Phase III contract was not competitively procured pursuant to FAR 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0038).

Smiths Detection, Inc., Edgewood, Md., is being awarded a $69,811,290 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for the procurement of Rugged Mobile Non-Intrusive Inspection Systems (RMNIIS). The procurement is for 10 RMNIIS with a maximum ceiling of 45 RMNIIS. The contract includes spare parts, outside the continental United States installation, maintenance, sustainment, training, and provisional technical data. Work will be performed in Afghanistan, and is expected to be completed July 2013. Contract funds in the amount of $12,000,000 will expire at the end of the current fiscal year. This contract was competitively procured through full and open competition, with three offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-5022).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $54,849,283 indefinite-delivery/indefinite-quantity contract will provide engineering, technical and programmatic support services for development of products within the Airborne Electronic Attack Integrated Product Team; to include, EA-6B operational flight software, EA-6B unique planning component, and EA-18G operational flight software. Work will be performed in Point Mugu, Calif. (90 percent), and Bethpage, N.Y. (10 percent), and is expected to be completed by July 2014. Contract funds in the amount of $200,000 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, Port Mugu, Calif., is the contracting activity (N68936-11-D-0028).

DG21, L.L.C., Dallas, Texas, is being awarded a $47,669,510 modification under a previously awarded firm-fixed-price-plus-award-fee, indefinite-delivery/indefinite-quantity modification contract (N62742-06-D-4501) to exercise option one for base operating support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for all management, labor, administration, supervision, materials, supplies, and equipment. The total contract amount after exercise of this option will be $479,298,329. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by July 2012. Contract funds in the amount of $10,499,848 will expire at the end of the current fiscal year ($19,113,122 is subject to the availability of funds in the next fiscal year). The Naval Facilities Engineering Command, Pacific Division, Pearl Harbor, Hawaii, is the contracting activity.

The Lane Construction Corp., Cheshire, Conn., is being awarded a $19,200,000 firm-fixed-price contract for repair of

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

airfield pavement and lighting at Naval Auxiliary Landing Field Fentress. The work to be performed provides for repairs to runway pavements, lighting and airfield infrastructure. The concrete runway ends are to be reconstructed, including new simulated carrier decks of continuously reinforced concrete. Runway and taxiway pavement areas are to be elevated throughout. Airfield lighting systems and components will be entirely replaced, including runway edge and threshold lighting, distance markers, taxiway edge lighting, all lighting cable and controls, and lighting vault. Landing safety officer observation shacks will be also be reconstructed. Work will be performed in Chesapeake, Va., and is expected to be completed by September 2013. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website,with seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-11-C-0008).

Electric Boat Corp., Groton, Conn., is being awarded a $16,620,037 cost-plus-fixed fee order under previously awarded basic ordering agreement (N00024-10-G-4314) to support nuclear carrier repair work at Norfolk Naval Shipyard during on-going availabilities. This contract is for skilled tradesmen support to two chief of naval operations carrier maintenance availabilities. Scheduled to undergo repairs include USS Harry S. Truman (CVN 75) and USS George H.W. Bush (CVN 77). Work will be performed in Norfolk, Va., and is scheduled to be completed by July 2012. Contract funds in the amount of $16,620,037 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Groton, Conn., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded a $16,182,802 modification to the previously awarded contract (N00024-09-C-2100) for continued procurement of common missile compartment prototype material, manufacturing and test. The contractor will be manufacturing and testing equipment to be used in the manufacture of the common missile compartment for the Ohio Replacement Program. The majority of the work will be performed in Groton, Conn., and is scheduled to be completed by August 2013. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Bell Helicopter Textron, Inc., Hurst, Texas, is being awarded a $12,507,896 firm-fixed price, indefinite-delivery/indefinite-quantity contract to provide for the repair coverage of seven items required to support the H-1 aircraft. Work will be performed in Hurst, Texas, and is expected to be completed Nov. 30, 2013. Contract funds are Navy Working Capital Funds and will not expire at the end of the current fiscal year. This is a sole-source contract. Naval Supply Systems Command Weapon Systems, Philadelphia, Pa., is the contracting agency (N00383-11-D-012N).

PB Americas, Inc., Norfolk, Va., is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with for civil/structural/architectural/mechanical/electrical and fire protection services in support of projects at military installations throughout the Naval Facilities Engineering Command Mid-Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $182,602 to conduct a concept study for Connolly Hall Renovations, Building 686, Naval War College, Newport, R.I. Work for this task order is expected to be completed by September 2011. All work will be performed in the Mid-Atlantic Northeast AOR including, but not limited to, Rhode Island (20 percent); Maine (20 percent); Connecticut (15 percent); New Jersey (15 percent); Pennsylvania (10 percent); New York (5 percent); New Hampshire (5 percent); Massachusetts (5 percent); Vermont (3 percent); and Delaware (2 percent). Work is expected to be completed by Ju1y 2016. Contract funds in the amount of $182,602 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 65 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-11-D-7210).

L-3 Services, Inc., Mount Laurel, N.J., is being awarded an $8,788,309 modification to a previously award cost-plus-fixed-fee contract (N00421-11-C-0012) to exercise an option for engineering and technical services in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Requirements Division. Services will support legacy, current and next generation telecommunication and related C-E system requirements for various Navy, Army, Air Force, special operations forces, and other agencies. Work will be performed at St. Inigoes, Md., and is expected to be completed in October 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $42,311,839 firm-fixed-price and cost-plus-fixed-fee contract for 10 additional kits for the Pakistan Block 15 F-16 A/B Aircraft Enhanced Modernization Program. The

All DoD Contracts Awarded in July 2011 A Compilation by Barr Group Aerospace © 2011

Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com

contract supports Foreign Military Sales to Pakistan (100 percent). ASC/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-07-C-6032-P00038).

Raytheon Co., Missile Systems Division, Tucson, Ariz., is being awarded a $23,552,370 firm-fixed-price contract for 153 Legacy Paveway III guided bomb kits. Ogden Air Logistics Center/GHGKA, Hill Air Force Base, Utah, is the contracting activity (FA8213-11-C-0023).

Nsync Services, Dallas, Texas, is being awarded a $22,000,000 firm-fixed-price, cost reimbursable, no-fee contract for logistics support for the theater deployable communication. Ogden Air Logistics Center/GHSKB, Hill Air Force Base, Utah, is the contracting activity (FA8217-11-D-0003).

L-3 Communications, Link Simulation and Training, Arlington, Texas, is being awarded a $21,293,794 firm-fixed-price contract modification to provide Block 40/50 F-16 mission training centers. ASC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-09-C-6292-P00042).

Lockheed Martin Corp., Lockheed Martin Aeronautical Systems, Marietta, Ga., is being awarded an $11,224,560 firm-fixed-price contract modification with time-and-material cost reimbursement to extend the ordering periods for three line items until January 2012. WRALC/GRBKA, Robins Air Force Base, Ga., is the contracting activity (FA8504-06-D-0001-P00019).

EDO Communications & Countermeasures Systems, Inc., Thousand Oaks, Calif., is being awarded a $6,632,535 firm-fixed-price contract to supply 56 high power radar signal simulators. WRALC/GRVKAB, Robins Air Force Base, Ga., is the contracting activity (FA8532-11-C-0004).

DEFENSE LOGISTICS AGENCY

Universal Sodexho, Tacoma, Wash., was issued an eight-month bridge contract to SPM500-05-D-BP07/P00020. Award is a firm-fixed-price, prime vendor, indefinite-delivery/indefinite-quantity contract with a maximum $24,000,000 for maintenance, repair, and operations for the Korean region. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is March 31, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Reinhart, La Crosse, Wis., was issued a modification exercising the second option year on the current contract SPM300-08-D-3236/P00026. Award is a firm-fixed-price, prime vendor, indefinite-delivery/indefinite-quantity contract with a maximum $12,161,450 for full line food service distribution. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is July 30, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Honeywell, Minneapolis, Minn., is being awarded a $7,139,288 cost-plus-fixed-fee contract. The Defense Advanced Research Projects Agency is funding Honeywell to design, develop, and deliver a demonstration of a gyroscope with a goal capability of absolute reference navigation in a compact, four diameter optically integrated gyro-head. Work will be performed in Pasadena, Calif. (16 percent); Somerset, N.J. (15 percent); King of Prussia, Pa. (8 percent); Glendale, Ariz. (16 percent) and Minneapolis, Minn. (46 percent). The work is expected to be completed by Aug. 27, 2012. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-08-C-0019).

Total value of contracts awarded this day: $2,376.61M