FOR RELEASE AT 5 pm ET No. 264-11 April 01, 2011 CONTRACTS NAVY Huntington Ingalls

47
FOR RELEASE AT 5 p.m. ET No. 264-11 April 01, 2011 CONTRACTS NAVY Huntington Ingalls Industries, Inc., a wholly owned subsidiary of Northrop Grumman Shipbuilding, Inc., Pascagoula, Miss., is being awarded a $1,496,200,000 fixed-price-incentive modification to previously awarded contract (N00024-06-C- 2222) for the procurement of the detail design and construction of LPD 26, the future USS John P. Murtha, the 10th ship in the LPD 17 amphibious transport dock ship class. Work will be performed in Pascagoula, Miss. (82 percent); Crozet, Va. (4 percent); Beloit, Wis. (2 percent); and New Orleans, La. (1 percent). Other efforts will be performed at various sites throughout the United States (11 percent). Work is expected to be completed by February 2016. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. CACI, Inc., Federal, Chantilly, Va., is being awarded a $10,999,976 increase in scope modification to previously awarded contract (N00174-10-D-0018) for scientific, technical, and administrative intelligence-related services. Services provided will involve creating end-user knowledge from intelligence data and products, managing human systems interface of knowledge through processes such as modeling and simulation. Additionally, services will include providing weapon systems science, technology, engineering, and logistics services and support, providing security support services for both collateral and compartmented facilities and programs, providing other administrative and technical services such as preparing technical documents, drafting, and illustrations, and developing and executing an overall contract and project management plan. Work will be performed in Louisville, Ky., and is expected be completed by July 2012. Contract funds in the amount of $899,357 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity. Maersk Line, Ltd., Norfolk, Va., is being awarded a one-year $7,593,588 firm-fixed-price contract for the operation and maintenance of one government-owned Maritime Prepositioning Force ship, USNS LCPL Roy M. Wheat. This civilian- crewed ship will be deployed worldwide to preposition equipment and supplies at sea in support of the Marine Corps. This contract includes options which, if exercised, would bring the cumulative value of this contract to $31,252,494. The contract includes three one-year option periods and an annual award fee of up to $125,000. The contractor can also earn up to $50,000 annually for efforts that result in a reduction in ship’s energy consumption. Work will be performed at sea in support of the Marine Corps’ at-sea prepositioning program. The contract is expected to be completed September 2012; if all option periods are exercised, by September 2015. Funding will be provided in fiscal 2012. This contract was competitively procured, with more than 50 proposals solicited and six offers received. The solicitation was posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-3107). DEFENSE LOGISTICS AGENCY Petroleum Traders Corp.*, Fort Wayne, Ind., was awarded a fixed-price with economic price adjustment contract with a maximum $61,138,278 for fuel. Other locations of performance are Maine, Connecticut, Massachusetts, Pennsylvania, New York, and New Jersey. Using services are Army, Navy, Air Force and federal civilian agencies. The date of performance completion is April 30, 2014. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-8530). ARMY Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded on March 30 a $28,473,116 firm-fixed-price contract. The award will provide for the procurement of 25,056 Generation III extreme cold weather clothing system kits. Work will be performed in Virginia Beach, Va.; Nashville, Tenn.; Belmont, Minn.; Rio Rico, Ariz.; Lancing, Mich.; Mayaguez, Puerto Rico; Elk Rapids, Mich.; Tullahoma, Tenn.; Lexington, Ky.; Caguas, Puerto Rico; Boston, Mass.; and Newport, R.I., with an

Transcript of FOR RELEASE AT 5 pm ET No. 264-11 April 01, 2011 CONTRACTS NAVY Huntington Ingalls

FOR RELEASE AT 5 p.m. ET

No. 264-11 April 01, 2011

CONTRACTS

NAVY

Huntington Ingalls Industries, Inc., a wholly owned subsidiary of Northrop Grumman Shipbuilding, Inc., Pascagoula, Miss., is being awarded a $1,496,200,000 fixed-price-incentive modification to previously awarded contract (N00024-06-C-2222) for the procurement of the detail design and construction of LPD 26, the future USS John P. Murtha, the 10th ship in the LPD 17 amphibious transport dock ship class. Work will be performed in Pascagoula, Miss. (82 percent); Crozet, Va. (4 percent); Beloit, Wis. (2 percent); and New Orleans, La. (1 percent). Other efforts will be performed at various sites throughout the United States (11 percent). Work is expected to be completed by February 2016. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CACI, Inc., Federal, Chantilly, Va., is being awarded a $10,999,976 increase in scope modification to previously awarded contract (N00174-10-D-0018) for scientific, technical, and administrative intelligence-related services. Services provided will involve creating end-user knowledge from intelligence data and products, managing human systems interface of knowledge through processes such as modeling and simulation. Additionally, services will include providing weapon systems science, technology, engineering, and logistics services and support, providing security support services for both collateral and compartmented facilities and programs, providing other administrative and technical services such as preparing technical documents, drafting, and illustrations, and developing and executing an overall contract and project management plan. Work will be performed in Louisville, Ky., and is expected be completed by July 2012. Contract funds in the amount of $899,357 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.

Maersk Line, Ltd., Norfolk, Va., is being awarded a one-year $7,593,588 firm-fixed-price contract for the operation and maintenance of one government-owned Maritime Prepositioning Force ship, USNS LCPL Roy M. Wheat. This civilian-crewed ship will be deployed worldwide to preposition equipment and supplies at sea in support of the Marine Corps. This contract includes options which, if exercised, would bring the cumulative value of this contract to $31,252,494. The contract includes three one-year option periods and an annual award fee of up to $125,000. The contractor can also earn up to $50,000 annually for efforts that result in a reduction in ship’s energy consumption. Work will be performed at sea in support of the Marine Corps’ at-sea prepositioning program. The contract is expected to be completed September 2012; if all option periods are exercised, by September 2015. Funding will be provided in fiscal 2012. This contract was competitively procured, with more than 50 proposals solicited and six offers received. The solicitation was posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-3107).

DEFENSE LOGISTICS AGENCY

Petroleum Traders Corp.*, Fort Wayne, Ind., was awarded a fixed-price with economic price adjustment contract with a maximum $61,138,278 for fuel. Other locations of performance are Maine, Connecticut, Massachusetts, Pennsylvania, New York, and New Jersey. Using services are Army, Navy, Air Force and federal civilian agencies. The date of performance completion is April 30, 2014. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-8530).

ARMY

Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded on March 30 a $28,473,116 firm-fixed-price contract. The award will provide for the procurement of 25,056 Generation III extreme cold weather clothing system kits. Work will be performed in Virginia Beach, Va.; Nashville, Tenn.; Belmont, Minn.; Rio Rico, Ariz.; Lancing, Mich.; Mayaguez, Puerto Rico; Elk Rapids, Mich.; Tullahoma, Tenn.; Lexington, Ky.; Caguas, Puerto Rico; Boston, Mass.; and Newport, R.I., with an

estimated completion date of Nov. 20, 2011. The bid was solicited through the Internet with three bids received. The U.S. Army Contracting Command, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-07-D-0003).

EFW, Inc., Fort Worth, Texas, was awarded on March 30 an $18,868,104 firm-fixed-price contract. The award will provide for the procurement of spare components for the AH-64 Apache Integrated Helmet and Display Sighting System. Work will be performed in Fort Worth, Texas, with an estimated completion date of Dec. 31, 2014. One bid was solicited with one bid received. The U.S. TACOM Contracting Center, Rock Island, Ill., is the contracting activity (W52H09-07-D-0461).

SRI International, Menlo Park, Calif., was awarded on March 30 an $18,000,000 cost-plus-fixed-fee contract. The award will provide for the support to improve the state-of-the-art ultra-high-frequency radar for detecting targets of interest. Work will be performed in Menlo Park, Calif.; Arlington, Va.; Helena, Mont.; Saint Petersburg, Fla.; Ann Arbor, Mich.; San Antonio, Texas; Bridgewater, Va.; and Dothan, Ala.; with an estimated completion date of Sept. 16, 2011. One bid was solicited with one bid received. The U.S. Army Corps of Engineers, Engineer Research Development Center, Vicksburg, Miss., is the contracting activity (W912HZ-11-C-0029).

Elite CNC Machining, Largo, Fla., was awarded on March 30 a $13,836,713 firm-fixed-price contract. The award will provide for the M918 projectile assemblies in support of the M918 target practice cartridge. Work will be performed in Largo, Fla., with an estimated completion date of Dec. 31, 2015. The bid was solicited through the Internet with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0044).

VT Griffin Services, Inc., Alpharetta, Ga., was awarded on March 30 a $12,827,449 cost-plus-award-fee contract. The award will provide for the base operations and maintenance at Fort Sill, Okla. Work will be performed in Fort Sill, Okla., with an estimated completion date of Sept. 30, 2011. The bid was solicited through the Internet with 12 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Sill, Okla., is the contracting activity (W9124L-05-C-0003).

Mandus Group, Rock Island, Ill., was awarded on March 30 an $8,137,028 firm-fixed-price contract. The award will provide for the reconditioning of 120 M198 Howitzers. Work will be performed in Rock Island, Ill., with an estimated completion date of May 20, 2012. One bid was solicited with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W9098S-10-C-0010).

*Small business

Total value of contracts awarded this day: $1,676.08M

FOR RELEASE AT 5 p.m. ET

No. 266-11 April 04, 2011

CONTRACTS

AIR FORCE

Lockheed Martin Corp., of Sunnyvale, Calif. is being awarded a $460,375,787 contract modification. This contract modification to the engineering, manufacturing, and development contract for the Space Base Infrared System (SBIRS) revises the ground development and delivery strategy and ultimately implements a more flexible ground infrastructure. Current program funding is sufficient to execute this updated implementation. This modification delivers the next block (i.e. Block 10) of ground systems capability and is built upon a smart architecture that allows the four different mission areas to be segregated to achieve future sustainment efficiencies and enable independent evolution of capability. The Block 10 delivery also provides an interface for other users as a critical step in ensuring that the SBIRS data is available to a large community of users for both real time activities as well off-line analysis. This upgraded ground system will be fielded at one primary and one back-up government facility, and it will replace the existing legacy operational ground system and other interim stand-alone software baselines. The Block 10 system will perform integrated processing of data from SBIRS and its legacy system, i.e., DSP Overhead Persistent Infrared satellites. The system will release missile warning and battle space awareness messages to war fighters and will provide other relevant data to technical intelligence and missile defense users. Work will be performed at Sunnyvale, Calif. and Redondo Beach, Calif. The contracting activity is the Space and Missile Systems Center, Los Angeles Air Force Base, Cal., (F04701-95-C-0017, P00641).

Northrop Grumman Systems Corp., Integrated Systems Sector, of San Diego, Calif. is being awarded a $247,000,000 firm fixed price contract to provide logistics support activities required to support Global Hawk unmanned aerial vehicle fielded systems and subsystems used in peacetime operations, which includes fielded air vehicles, engines, payloads, ground segments, and support segments. The contractor shall provide materials and support services to include planning, operations supports and maintenance in support of Global Hawk fielded systems used in peacetime CONUS and OCONUS deployments. The location of performance is Northrop Grumman Integrated Systems Air Combat Systems, San Diego, Calif. The contracting activity is WR-ALC/GRCKA, Robins AFB, Ga., (FA8528-11-C-0003).

Lockheed Martin Corp., of Orlando, Fla., is being awarded a $162,742,115 firm fixed price contract modification for a Lot 9 production contract for approximately 95 baselines and 30 extended range missiles to support the Air Force, which also includes warranty and systems engineering. Work will be performed at Orlando, Fla. The contracting activity is AAC/EBJK, Eglin Air Force Base, Fla., (FA8682-11-C-0001).

Chavis-Barnhill Construction LLC, Red Springs, N.C.; D.E. Walker/Edison Foard LLC, Charlotte, N.C.; Guerrero/Pence Group LLC, Raeford, N.C.; MW Squared, L.P., Red Springs, N.C.; and Richard Brady & Associates, Inc., Matthews, N.C.; have been awarded a (maximum) $45,000,000 Multiple Award Construction Contract, which is a multiple award, design-build indefinite delivery/indefinite quantity contract based on a general state of work, which is further defined on each individual task order. Work to be performed is a broad range of maintenance, repair, and minor construction projects on real property at Seymour Johnson Air Force Base, Dare County Bomb Range, and Fort Fisher, N.C. The work involved will be in the general construction category to include, but is not limited to, maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork. This action is for the award of five basic contracts with each having a base period of one year plus four option periods of one year each. The contracting activity is the 4

th Contracting Squadron, Seymour Johnson Air Force Base, N.C. (FA4809-11-D-C002), (FA4809-11-D-C003),

(FA4809-11-D-C004), (FA4809-11-D-C005), (FA4809-11-D-C006).

Lockheed Martin Aeronautical Systems and Marietta, Ga., is being awarded a $21,400,000 firm fixed price contract modification that will add the C-130J Block 7.0 Upgrades and a special mission processor capability that includes both development and integration of know/low risk improvements. Work will be performed at Marietta, Ga. The contracting

activity is ASC/WLNNC, Wright-Patterson Air Force Base, Ohio, (FA8625-11-C-6597 P0002).

Kaman Precision Products of Orlando, Fla., is being awarded a $19,818,294 firm fixed price contract modification which will provide the Air Force with an additional quantity of 6,000 of the Joint Programmable Fuze systems to meet munitions requirements. The JPF is a state of the art fuze system used with precision weapons systems such as the Joint Direct Attack Munition, and equipped with variable delay systems that may be programmed manually or from the cockpit through its in-flight reprogrammability feature. Work will be performed at Orlando, Fla. The contracting activity is AAC/EBDK, Eglin Air Force Base, Fla., (F08626-98-C-0006, P00143).

The Boeing Co., of Wichita, Kan., is being awarded a $6,790,520 contract modification for the C-130 Avionics Modernization Program contract change proposal 0610 Low Rate Initial Production engineering drawing updates for kit proof/final physical configuration audit and CDRL 0001. The location of performance is the Boeing Co., Wichita, Kan. The contracting activity is ASC/WLNMC, Wright-Patterson AFB, Ohio, (F33657-01-C-0047/P00183).

ARMY

Raytheon Co., Tucson, Ariz., was awarded a $172,571,968 firm-fixed-price contract March 31, 2011. The award will provide for the procurement of a block of M982 Excalibur unitary 155mm precision engagement projectile. Work will be performed in Tucson, Ariz.; McAlester, Okla.; Farmington, N.M.; Niceville, Fla.; Healdsburg, Calif.; Anniston, Ala.; Cincinnati, Ohio; Anaheim, Calif.; Williamsport, Penn.; Joplin, Mo.; Lowell, Mass.; Karlskoga, Sweden; and the United Kingdom; with an estimated completion date of Jan. 31, 2013. One bid was solicited with one bid received. The U.S. Army Contracting Command, Picatinny, N.J., is the contracting activity (W15QKN-07-C-0100).

ITT Systems Corp., Colorado Springs, Colo., was awarded a $96,542,278 cost-plus-fixed-fee contract March 31, 2011. The award will provide for the services for the operation and maintenance of communication facilities, systems and equipment in Southwest and Central Asia and Africa. Work will be performed in Iraq, Afghanistan, Qatar and Kuwait, with an estimated completion date of March 31, 2012. One bid was solicited with one bid received. The U.S. Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity (W9128Z-11-C-5000).

Northrop Grumman Enterprise Management Services Corp., Herndon, Va., was awarded a $78,557,226 cost-plus-award-fee contract March 31, 2011. The award will provide for the logistic support services to include bulk and retail mobility fuel supply point; ammunition supply point; direct supply support activity; Army war reserve prepositioned sets brigade equipment; echelons above brigade; forward distribution points; and operations group equipment support. Work will be performed in Fort Irwin, Calif., with an estimated completion date of March 31, 2012. Seven bids were solicited with seven bids received. The U.S. Army Mission and Installation Contracting Command, Fort Irwin, Calif., is the contracting activity (W911SE-07-D-0016).

Raytheon Integrated Defense Systems, Andover, Mass., was awarded a $76,152,736 firm-fixed-price level-of-effort and cost-plus-fixed-fee contract March 31, 2011. The award will provide for the procurement of the Phased Array Tracking Radar Intercept On Target Engineering Services. Work will be performed in Andover, Mass.; Billerica, Mass.; Burlington, Mass.; El Segundo, Calif.; El Paso, Texas; Huntsville, Ala.; Norfolk, Va.; and Tewksbury, Mass.; with an estimated completion date of Jan. 31, 2012. One bid was solicited with one bid received. The U.S. Army Aviation and Missile Command, Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057).

ECC International Constructors, LLC, was awarded a $63,996,108 firm-fixed-price contract March 31, 2011. 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 Oct. 31, 2012. The bid was solicited through a full and open competition with three bids received. The U.S. Army Corps of Engineers, Kandahar, Afghanistan, is the contracting activity (W5J9LE-11-C-0018).

Advanced Constructors International, Wilmington, Del., was awarded a $56,343,471 firm-fixed-price contract March 31, 2011. The award will provide for the design and construction of the Regional Police Training Center for the Afghan National Police. Work will be performed in Kandahar Province, Kandahar, Afghanistan, with an estimated completion date of Oct. 21, 2012. The bid was solicited through the Internet with 14 bids received. The Afghanistan Engineering

District, Kandahar Airfield, Afghanistan, is the contracting activity (W5J9LE-11-C-0020).

Northrop Grumman Guidance & Electronics, Apopka, Fla., was awarded a $49,631,023 firm-fixed-price contract March 31, 2011. The award will provide for procurement of 200 lightweight laser designator rangefinders. Work will be performed in Apopka, Fla., with an estimated completion date of Feb. 28, 2013. The bid was solicited through the Internet with two bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0061).

Ceradyne, Inc., Costa Mesa, Calif., was awarded a $35,960,000 firm-fixed-price contract March 31, 2011. The award will provide for the procurement of 80,000 small arms protective inserts plates for body armor. Work will be performed in Costa Mesa, Calif., with an estimated completion date of Sep. 30, 2011. Three bids were solicited with two bids received. The U.S. Army Research, Development and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0001).

Oshkosh Corp., Oshkosh, Wis., was awarded a $31,356,144 firm-fixed-price indefinite delivery / indefinite quantity contract March 31, 2011. The award will provide for the procurement of 94 field services representatives for 12 months in support of the Mine Resistant Ambush Protected All-Terrain Vehicle. Work will be performed in Oshkosh, Wis., with an estimated completion date of May 31, 2012. Five bids were solicited with five bids received. The U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $25,916,255 cost-plus-fixed-fee contract March 31, 2011. The award will provide for the technical and consumable material support, as well as planning, management, technical and logistical support to all test, failure analysis, quality reliability assessment, maintenance of the Certified Round Data Management System and maintenance support activities conducted at the Missile Maintenance Facility. Work will be performed in Grand Prairie, Texas; Camden, Ariz.; Lufkin, Texas; with an estimated completion date of March 31, 2012. One bid was solicited with one bid received. The U.S. Army Aviation & Missile Command, Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0184).

Northrop Grumman Guidance & Electronics, Apopka, Fla., was awarded a $22,368,642 firm-fixed-price modified contract March 31, 2011. The award will provide for the procurement of 200 lightweight laser designator rangefinders. Work will be performed in Apopka, Fla., with an estimated completion date of Feb. 28, 2013. The bid was solicited through the Internet with two bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0061).

Professional Contract Services, Inc., Austin, Texas, was awarded a $20,958,737 firm-fixed-price contract March 31, 2011. The award will provide for the full food and dining facility attendant support services. Work will be performed in Fort Hood, Texas, with an estimated completion date of March 31, 2015. One bid was solicited with one bid received. The U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-10-D-0001).

BAE Systems / Ordnance Systems, Inc., Kingsport, Tenn., was awarded a $19,900,000 firm-fixed-price contract March 31, 2011. The award will provide for the funding of the Area A to Area B Facility relocation project at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tenn., with an estimated completion date of Dec. 31, 2013. One bid was solicited with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (DAAA09-98-E-0006).

Raytheon Co., Marlborough, Mass., was awarded a $19,773,787 firm-fixed-price, cost-plus-fixed-fee cost-reimbursable contract March 31, 2011. The award will provide for the program management and engineering services relating to the Air Traffic Navigation Integration Coordination System hardware and the radio retrofitting project. Work will be performed in Marlborough, Mass., with an estimated completion date of March 31, 2013. One bid was solicited with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0177).

Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded a $16,868,570 firm-fixed-price contract March 31, 2011. The award will provide for the procurement of 5,832 fire-resistant environmental ensemble systems. Work will be performed in Virginia Beach, Va., with an estimated completion date of Nov. 30, 2011. One bid was solicited with one bid was received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-

07-D-0033).

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, was awarded a $13,499,382 cost-plus-fixed-fee contract March 31, 2011. The award will provide for the logistic and fielding support for the Intelligence, Surveillance Reconnaissance Network. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of March 31, 2012. One bid was solicited with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-D-0015).

Professional Contract Services, Inc., Austin, Texas, was award a $13,145,588 firm-fixed-price contract March 31, 2011. The award will provide for the management, labor, supervision and training to provide hospital housekeeping services at Ireland Army Community Hospital, Fort Knox, Ky., and the Troop Medical Clinic at Camp Atterbury, Ind. Work will be performed in Fort Knox, Ky., and Camp Atterbury, Edinburgh, Ind., with an estimated completion date of Sep. 30, 2015. The bid was solicited through the Internet with one bid received. The Northern Regional Contracting Office, Walter Reed Medical Center, Washington, D.C., is the contracting activity (W91YTZ-11-D-0003).

Critical Solutions International, Inc., Carrollton, Texas, was awarded a $11,211,832 firm-fixed-price requirements contract March 31, 2011. The award will provide for procurement of five vehicle mounted mine detection systems with mine detonation trailers, and 15 days of maintenance and training classes. Work will be performed in Gauteng, South Africa, with an estimated completion date of March 31, 2012. One bid was solicited with one bid received. The U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-08-D-0001).

Alliant Ammunition & Powder Co., Radford, Va., was awarded a $11,700,000 firm-fixed-price contract March 31, 2011. The award will provide for the operation of a government-owned contractor-operated facility. Work will be performed in Radford, Va., with an estimated completion date of Sep. 30, 2011. One bid was solicited with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (DAAA09-03-E-0001).

Tetra Tech, Lakewood, Colo., was awarded a $11,505,369 cost-plus-award-fee contract March 31, 2011. The award will provide for the cost savings incentive bonus payment under the Milestone 1 provision of this contract. Work will be performed in Commerce City, Colo., with an estimated completion date of Dec. 31, 2012. Six bids were solicited with six bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (DAAM02-97-D-0012).

Pyrotechnique by Grucci, Inc., Radford, Va., was awarded a $10,953,444 firm-fixed-price indefinite delivery / indefinite quantity contract March 31, 2011. The award will provide for the procurement of M115 simulator, projectile, ground burst and M116 simulator, hand grenade. Work will be performed in Radford, Va., with an estimated completion date of Dec. 31, 2014. Three bids were solicited with three bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-D-0007).

Federal Program Integrators, LLC, Indian Island, Maine, was awarded a $8,389,045 firm-fixed-price contract March 31, 2011. The award will provide for the procurement of four electric Dynometer Load Systems for testing of the T-700 engines for military helicopters. Work will be performed in Indian Island, Maine; San Antonio, Texas; and Corpus Christi, Texas; with an estimated completion date of Dec. 31, 2012. One bid was solicited with one bid received. The Corpus Christi Army Depot, Corpus Christi, Texas, is the contracting activity (W912NW-11-P-0437).

American Ordnance, LLC / Iowa Operations, Middletown, Iowa, was awarded a $7,848,063 cost-plus-fixed-fee contract March 31, 2011. The award will provide for the production base support of a new fire station and security facility at the Iowa Army Ammunition Plant. Work will be performed in Middletown, Iowa, with an estimated completion date of Jan. 31, 2013. One bid was solicited with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-D-0001).

Eagle CAN Joint Venture, Stuarts Draft, Va., was awarded a $7,740,007 firm-fixed-price contract March 31, 2011. The award will provide for the construction of Harrisburg Army Reserve Center, located on Naval Support Activity, Mechanicsburg, Penn. Work will be performed in Mechanicsburg, Penn., with an estimated completion date of Sep. 1, 2012. The bid was solicited through the Internet with four bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the

contracting activity (W912QR-11-C-0010).

Federal Program Integrators, LLC, was awarded a $7,187,408 firm-fixed-price contract March 31, 2011. The award will provide for the production equipment, enabling the Rotor Blade Facility to work more efficiently. Work will be performed in Indian Island, Maine; San Antonio, Texas; and Corpus Christi, Texas; with an estimated completion date of April 30, 2012. One bid was solicited with one bid received. The Corpus Christi Army Depot, Corpus Christi, Texas, is the contracting activity (W912NW-11-P-0407).

NAVY

Northrop Grumman Systems Corp., Garden City, N.Y., is being awarded a $30,086,840 modification to previously awarded contract for the delivery of AN/SPQ-9B radar sets and combat interface kits for use on Navy ships. Work will be performed in Baltimore, Md. (80 percent), Bethpage, N.Y. (15 percent), Norwalk, Conn. (5 percent), and is expected to be completed by May 2013. Funds will not expire at the end of the current fiscal.The Naval Sea Systems Command, Washington, D.C. is the contracting activity (N00024-10-C-5343).

DEFENSE LOGISTICS AGENCY

Hologic, Inc., Bedford, Mass., was issued a modification exercising the second option year on the current contract SPM2D1-09-D-8334/P00009. Award is a fixed price with economic price adjustment contract with a maximum $15,000,000 for radiology systems, subsystems and components. 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 April 6, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Cardinal Health 200, Inc., McGaw Park, Ill., was awarded a firm fixed price, indefinite delivery/indefinite quantity contract with a maximum $1,019,313,488 for distribution of medical surgical supplies as a primary global prime vendor and a back-up global prime vendor for the Global North, South and West regions; and as a primary regional prime vendor for all TRICARE regions in the Global North and the Global West, and as the regional back-up prime vendor for the Global South Region. Other locations of performance are in Mass., Maine, N.J., N.Y., Pa., Md., N.C., Ga., Fla., Ala., Miss., Ky., Ohio, Ind., Mich., Minn., Ill., Miss., Kan., Neb., La., Texas, Colo., Utah, Ariz., Calif., Hawaii, Ore., Wash., and Alaska. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is March 31, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DV-11-D-0001).

Owens & Minor, Mechanicsville, Va., was awarded a firm fixed price, indefinite delivery/indefinite quantity contract with a maximum $240,332,793 for distribution of medical surgical supplies as a primary global prime vendor and a back-up global prime vendor for the Global North, South and West regions; and as the primary regional prime vendor for all TRICARE Regions in the Global South, and as the regional back-up prime vendor for the Global North and the Global West regions. Other locations of performance are in N.Y., Penn., Md., Mass., Va., N.C., Tenn., Ky., Mich., Ill., Ga., Fla., Ala., Miss., La., Okla., Texas, Minn., Miss., Neb., Colo., Utah, Ariz., N.M., Nev., Calif., Hawaii, Ore., and Wash. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is March 31, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DV-11-D-0002).

Integral Systems Incorp., of Columbia, Md., is being awarded a $6,999,733 fixed price contract for site preparation efforts to support the Rapid Attack and Identification Reporting Systems Block 10 transportable systems. Work will be performed at Columbia, Md. The contracting activity is Space & Missile Systems Center, El Segundo, Caloif (FA8819-05-C-0018-P00101).

Correction to Army contract (W9128A-11-C-0004).release number 252-11, issued March 30, 2011. DCK-ECC Pacific, LLC, Honolulu, Hawaii, was awarded a $127,965,000, firm-fixed-price contract March 28, 2011. The award will provide for the design and construction of the South Range Project at Schofield Barracks, Oahu, Hawaii. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of March 18, 2014. The bid was solicited through the Internet with 16 bids received. The U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-11-C-0004). This has been fixed in the March Contract Document./Kind regards AeroWeb

Total value of contracts awarded this day: $3,299.95M

FOR RELEASE AT 5 p.m. ET

No. 270-11 April 05, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

Lifeport, Inc., Woodland, Wash., was awarded a five-year base period, fixed-price with economic price adjustment quantity contract with a maximum $45,484,320 for stanchion litter systems with installation kits and fabric transport cases. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is April 4, 2016. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity. (SPM200-11-D-8206).

AIR FORCE

Chavis-Barnhill Construction, LLC, Red Springs, N.C. (FA4809-11-D-C002); D.E. Walker/Edison Foard, LLC, Charlotte, N.C. (FA4809-11-D-C003); Guerrero/Pence Group, LLC, Raeford, N.C. (FA4809-11-D-C004); M.W. Squared, LP, Red Springs, N.C. (FA4809-11-D-C005); and Richard Brady & Associates, Inc., Matthews, N.C. (FA4809-11-D-C006) are each being awarded a maximum $45,000,000 total indefinite-delivery/indefinite-quantity multiple award construction contract for a broad range of maintenance, repair and minor construction projects on real property at Seymour Johnson Air Force Base, Dare County Bomb Range, and Fort Fisher, N.C. Bids were solicited electronically and 15 were submitted. The 4th Contracting Squadron, Seymour Johnson Air Force Base, N.C., is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., is being awarded a $21,400,000 contract modification for MC-130J increment three. The overall scope of this effort is to add the C-130J Block 7.0 upgrades and a special mission processor capability that include both developmental and integration of known/low risk improvements. The MC-130J unique increment three effort includes non-recurring engineering to develop one trial kit installation and developmental test of the increment three capability on one MC-130J increment two aircraft. The ASC/WLNNC, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597 PO0002).

NAVY

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $21,253,399 firm-fixed-price order against a previously issued basic order agreement (N00019-10-G-0004) for spare consumables and spare repairables for the E-2D Advanced Hawkeye low rate initial production lot two aircraft and Hawkeye Integrated Training System trainers. Work will be performed in El Segundo, Calif. (30 percent); Syracuse, N.Y. (23 percent); Woodland Hills, Calif. (7.6 percent); Menlo Park, Calif. (6.4 percent); Marlborough, Mass. (6.1 percent); Bethpage, N.Y. (3.6 percent); Indianapolis, Ind. (3.1 percent); Rolling Meadows, Ill. (1.6 percent); St. Augustine, Fla. (.75 percent); and various locations throughout the United States (17.85 percent). Work is expected to be completed in July 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.

Integrity Applications, Inc.*, Chantilly, Va., is being awarded an $8,246,311 cost-plus-fixed-fee, indefinite-quantity/indefinite-delivery contract for research, development, system engineering and technical assistance for command, control, intelligence, surveillance and reconnaissance systems. Work will be performed in Chantilly, Va. (80 percent), and China Lake, Calif. (20 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 Weapons Division, China Lake, Calif., is the contracting activity (N68936-11-D-0022).

CORRECTION: Navy contract awarded on March 7, 2011, to Bristol Design Build Services, LLC*, Anchorage, Alaska (N40085-11-D-8807); Grahams Construction, Inc.*, Delco, N.C. (N40085-11-D-8009); The Guerrero-Pence Group, LLC*, Raeford, N.C. (N40085-11-D-8010); FYI Technology, Inc.*, Apex, N.C. (N40085-11-D-8008); Richard Brady & Associates, Inc.*, Matthews, N.C. (N40085-11-D-8011); and WECC, Inc.*, Fayetteville, N.C. (N40085-11-D-2012), is revised to show seventh company Military & Federal Construction Co., Inc.*, Jacksonville, N.C. (N40085-11-D-8017), as sharing in the combined $100,000,000 award. This has been fixed in the March Contract Document./Kind regards AeroWeb

*Small business

Total value of contracts awarded this day: $321.38M

FOR RELEASE AT 5 p.m. ET

No. 277-11 April 06, 2011

CONTRACTS

AIR FORCE

Boeing Co., Huntington Beach, Calif., is being awarded a $271,216,410 cost-plus-award-fee contract modification for the new estimated cost completion of the family of beyond the line of sight terminals and provides increment funding aligned with Continuing Resolution authority. Work will be performed at Huntington Beach, Calif., and Salt Lake City, Utah. The Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-02-C-0048-P00219)

Boeing Co.. Seattle, Wash., is being awarded a $35,687,404 fixed-price contract modification for modification of four Japan AWACS aircraft on behalf of the Japan Air Defense Force. Work will be performed at Kent, Wash. The Aerial Air Surveillance Systems Division, Hanscom Air Force Base, Mass., is the contracting activity (F19628-01-D-0016)

Accenture Federal Services, LLC, Reston, Va., is being awarded a $17,206,074 cost-plus-fixed-fee contract for research and development activities on advanced decision support services, information exchange, and system inoperability, while facilitating agile command and control via internet based technology. Work will be performed at King of Prussia, Pa. The Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-11-C-0010).

NAVY

Tutor Perini Corp., Sylmar, Calif., is being awarded $73,177,000 for firm-fixed-price task order #JQ01 under a previously awarded multiple award construction contract (N62742-10-D-1312) for construction of an aircraft parking apron at Andersen Air Force Base, Guam. The work to be performed provides for the construction of an MV-22 aircraft portland cement concrete parking apron, hot mix asphalt apron replacement pavement, aircraft rinse facility, aircraft wash-rack facility, three direct fueling stations and a towway with retaining wall. Work will be performed in Yigo, Guam, and is expected to be completed by July 2013. 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, Marianas, Guam, is the contracting activity.

Research and Engineering Development, LLC*, Lexington Park, Md., is being awarded a $14,913,292 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-10-D-0001) for the procurement of acquisition, engineering, analysis, development and integration services in support of irregular warfare efforts sponsored by the Naval Air Systems Command’s Human Systems Department. Work will be performed in Patuxent River, Md. (90 percent), and various locations outside the United States (10 percent), and is expected to be completed in May 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.

Ocean Systems Engineering Corp., Oceanside, Calif., is being awarded $12,179,394 for task order #0087 under previously awarded firm-fixed-price contract (M67854-02-A-9020) for engineering and scientific support for networking and satellite communications. The scope of this statement of work is to provide engineering and technical support, on-going acquisition support, financial support, logistics support, website development and management, manpower, personnel, and training analysis report development and assessment, manpower, personnel, and training plan, development and support, administrative support and managerial support. The Marine Corps Systems Command, Communications, Intelligence and Networking Systems (CINS) Product Group (PG)’s mission is to act as the central agent for the research, development, acquisition, and life cycle management of communications, intelligence, surveillance, and networking systems throughout the Marine Corps. The PG’s assigned mission includes the responsibility of CINS for the operating forces and the supporting establishment. Work will be performed in Quantico, Va., and is expected to be completed in April 2012. Contract funds in the amount of $130,729 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va.,

is the contracting activity.

BAE Systems Land & Armaments, LP, Ground Systems Division, York, Pa., is being awarded an $11,363,623 firm-fixed-priced modification to previously awarded delivery order #0011 under existing contract (M67854-07-D-5025) for the purchase of outside United States field service representative support (FSR) for the installation of the independent suspension kits and engineering change proposal kits on the Mine Resistant Ambush Protected (MRAP) RG-33 vehicles, vehicle emergency egress windows, U.S. Special Operations Command A1 vehicle physical configuration audit, and FSR support for Kuwait. Work will be performed at the MRAP sustainment facilities in Iraq and Kuwait (69 percent), and in York, Pa. (31 percent). All work is expected to be completed by December 2011. Contract funds in the amount of $3,500,820 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Guam Pacific International, LLC*, Barrigada, Guam, is being awarded $9,121,560 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N40192-10-D-2800) for construction of water and wastewater utility services to the North Ramp Area of Andersen Air Force Base, Guam. The work to be performed provides for the potable water distribution system, gravity sewer collection, and sewer force main that extends service to the North Ramp Area and connects to the existing gravity sewer system. The system includes fire hydrants, valves, sewer manholes, air/vacuum valves, wastewater metering, lift stations, and standby power generation. Work will be performed in Yigo, Guam, and is expected to be completed by January 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.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $7,073,193 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for the fiscal 2011 VH-60N executive helicopter special progressive aircraft rework, including vendor repairables and component overhaul. Work will be performed in Stratford, Conn., and is expected to be completed in February 2012. Contract funds in the amount of $7,073,193 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

Tennier Industries*, Boca Raton, Fla., was awarded a firm-fixed-price, exigency procurement contract made in accordance with 10 USC 2304(c)(2) with a maximum $42,989,800 for delivery of modular sleep systems. Other location of performance is Tennessee. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Jan. 3, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-11-C-0016).

MISSILE DEFENSE AGENCY

The Missile Defense Agency is awarding Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., a cost-plus-incentive-fee/cost-plus-award-fee modification with technical/schedule performance incentives for a total value of $34,417,462 under Missile Defense Agency contract HQ0276-10-C-0001. The modification accounts for schedule and within scope adjustments to Aegis Ballistic Missile Defense Baseline 4.0.1 development and multi-mission signal processor (MMSP) development under two separate contract line items. For 4.0.1, the change accounts for an initial delay in the certification schedule and an adjustment in the test plan originally contained in the 4.0.1 completion contract line item. For MMSP, the increase is associated with an extension to the development schedule to account for alignment with changes to the ACB-12 overall combat system development and integration program plan, and attributable to a delay in delivery of government furnished equipment. The work will be performed in Moorestown, N.J. The performance period for this contract is through December 2014. Fiscal 2011 research, development, test and evaluation funds will be used to fund this effort. The Missile Defense Agency is the contracting activity.

ARMY

Northrop Grumman Systems, Azuza, Calif., was awarded on April 4 $24,363,513 cost-plus-fixed-fee contract for additional direct productive person hours of engineering services support in support of the Joint Tactical Ground Station Program. Work will be performed in Azuza, Calif., Colorado Springs, Colo., and Boulder, Colo., with an estimated completion date of Sept. 30, 2013. One bid was solicited with one bid received. The U.S. Army Space & Missile Defense Command,

Huntsville, Ala., is the contracting activity (DASG60-94-C-0073).

Correction to Army contract (W56HZV-09-D-0111), release number 106-11, issued Feb. 7, 2011. Oshkosh Corporation, Oshkosh, Wis., was awarded a $101,920,000 firm-fixed-price indefinite delivery / indefinite quantity contract Feb. 7, 2011. The award will provide for 2,080 underbody improvement kits to support the Mine Resistant Ambush Protected All-Terrain Vehicle. Work will be performed in Oshkosh, Wis., with an estimated completion date of May 31, 2012. One bid were solicited with one bid received. The U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-09-D-0111). This has been fixed in the February Contract Document./Kind regards AeroWeb

*Small business

Total value of contracts awarded this day: $553.71M

FOR RELEASE AT 5 p.m. ET

No. 280-11 April 07, 2011

CONTRACTS

NAVY

DRS Technologies, Inc., Herndon, Va., is being awarded a $169,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price modification to a previously awarded contract (N65236-07-D-5120) for satellite internet protocol services to support Morale, Welfare and Recreation and other non-Global Information Grid operations and programs supported by Space and Naval Warfare Systems Center Atlantic, European Office. This contract includes options which, if exercised, would bring the cumulative value of this contract, including this modification, to $497,000,000. Work will be performed in Southwest Asia (95 percent) and Europe (5 percent), and is expected to be completed December 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems e-Commerce Central website, with four offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Alliant Techsystems, Inc. (ATK), Missile Subsystems and Components Division, Rocket Center, W.Va., was awarded on April 5 an estimated $29,000,000 cost, no-fee facilities acquisition contract for restoration projects in support of the Navy’s continuing restoration program at Allegany Ballistics Laboratory. The Allegany Ballistics Laboratory is a government-owned, contractor-operated, Navy Industrial Reserve Ordnance Plant. The Navy’s operating contractor is ATK. Work will be performed in Rocket Center, W.Va., and is expected to complete by April 2013. Funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-E-4310).

Advex Corp.*, Hampton, Va. (N68335-09-D-0097); Dataline, LLC*, Norfolk, Va. (N68335-09-D-0098); Epsilon Systems Solutions, Inc.*, Portsmouth, Va. (N68335-09-D-0099); Ki, LLC*, Colorado Springs, Colo. (N68335-09-D-0100); Plexus Installations, Inc.*, Baltimore, Md. (N68335-09-D-0102); and Prism Maritime, LLC*, Chesapeake, Va. (N68335-09-D-0103), are each being awarded modifications to previously awarded indefinite-delivery/indefinite-quantity multiple award contracts to exercise options for installation and alteration support services for common aviation support equipment and aircraft launch and recovery equipment. These modifications will increase the ceiling for each of the current indefinite-delivery/indefinite-quantity holders to Advex ($12,519,269); Dataline ($10,971,768); Epsilon Systems Solutions ($10,280,995); Ki ($12,082,367); Plexus Installations ($11,064,540); and Prism Maritime ($10,582,515). Work will be performed at various shipboard and shore site locations and is expected to be completed in April 2012. 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

World Fuel Services, Inc., Miami, Fla., was awarded a fixed-price with economic price adjustment contract with a minimum $90,303,630 for delivery of fuel product. Other location of performance is the Netherlands. Using service is Air Force. The date of performance completion is March 30, 2016. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-1253).

Exxon Mobil Fuels Marketing Co., Fairfax, Va., was awarded a contract. Award is a fixed price with economic price adjustment contract with a minimum $30,723,742 for delivery of various fuel products. Other location of performance is Bahamas. Using service is Navy. The date of performance completion is March 30, 2016. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-1255).

CORRECTION: Defense Logistics Agency contract number SPM2DS-11-D-0002, published in news release 128-11,

issued on Feb. 17, 2011, was announced in error. The correct contract number is SPM2DS-11-D-0001.

ARMY

Jorge Scientific Corp., Arlington, Va., was awarded on April 5 a $54,932,051 cost-plus-fixed-fee contract for the operation and maintenance of Constant Hawk intelligence, surveilleance and reconnaissance. Work will be performed in Iraq with an estimated completion date of Aug. 31, 2011. One bid was solicited with one bid received. The U.S. Army Contracting Command, Adelphi, Md., is the contracting authority (W911QX-10-C-0082).

Diverse Construction Group, LLC, Plessis, N.Y., was awarded on April 5 a $13,187, 024 firm-fixed price contract for an Army Reserve center, organizational maintenance shop, and storage facility. Work will be performed in Rochester, N.Y., with an estimated completion date of Aug. 7, 2012. Bids were solicited via the Web with one received. Army Corp of Engineers, Louisville District, Ky., is the contracting authority (W912QR-11-C-0011).

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) is announcing the award of a cost-plus-fixed-fee contract to Lockheed Martin Corp., Bethesda, Md., with an award value of $43,333,077. Under this contract (HQ0147-11-C-0008), Lockheed will work with MDA on the concept definition and program planning for the Standard Missile-3 Block IIB to define and assess viable and affordable missile configurations, conduct trade studies, and define an executable development plan. This contract was competitively procured via publication on the Federal Business Opportunities website with four proposals received. The work will be performed by Lockheed Martin Space Systems in Sunnyvale, Calif., through December 2013. Fiscal 2011 research, development, test and evaluation funds in the amount of $1,410,000 will be used to incrementally fund this effort.

The Missile Defense Agency (MDA) is announcing the award of a cost-plus-fixed-fee contract to Raytheon Co., Waltham, Mass., with an award value of $42,716,764. Under this contract (HQ0147-11-C-0009), Raytheon will work with MDA on the concept definition and program planning for the Standard Missile-3 Block IIB to define and assess viable and affordable missile configurations, conduct trade studies, and define an executable development plan. This contract was competitively procured via publication on the Federal Business Opportunities website with four proposals received. The work will be performed by Raytheon Missile Systems in Tucson, Ariz., through December 2013. Fiscal 2011 research, development, test and evaluation funds in the amount of $1,410,000 will be used to incrementally fund this effort.

The Missile Defense Agency (MDA) is announcing the award of a cost-plus-fixed-fee contract to The Boeing Co., Chicago, Ill., with an award value of $41,161,620. Under this contract (HQ0147-11-C-0007), Boeing will work with MDA on the concept definition and program planning for the Standard Missile-3 Block IIB to define and assess viable and affordable missile configurations, conduct trade studies, and define an executable development plan. This contract was competitively procured via publication on the Federal Business Opportunities website with four proposals received. The work will be performed in Huntsville, Ala., through December 2013. Fiscal 2011 research, development, test and evaluation funds in the amount of $1,410,000 will be used to incrementally fund this effort.

The Missile Defense Agency (MDA) is announcing the award of a sole-source cost-plus-fixed-fee modification to Raytheon Co., Integrated Defense Systems, Woburn, Mass., under the HQ0006-03-C-0047 contract. The award value of this action is $14,005,817 for a total contract face value of $1,935,982,776. Under this modification, Raytheon will perform the engineering and developmental effort required to maintain software required to operate the AN/TPY-2 radars. The work will be performed in Woburn, Mass.. The performance period is from April 2011 through June 2011. Fiscal 2011 research, development, test and evaluation funds in the amount of $4,000,000 will be used to incrementally fund this effort. MDA is the contracting activity.

AIR FORCE

Boeing Co., St. Louis, Mo., is being awarded a $28,297,174 cost-plus-incentive-fee contract modification for eight massive ordnance penetrator assets, 16 separation nuts, eight MOP loading adapters, and an aft closure redesign. Work will be performed at St. Louis, Mo. The ACC/EDBK/EDBJ, Eglin Air Force Base, Fla., is the contracting activity (FA8681-09-C-0280-P00019).

Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $7,129,580 cost-plus-fixed-fee contract modification for the Persistent Close Air Program to demonstrate a new capability in close air support. Work will be performed at Rolling Meadows, Ill., and Orlando, Fla. The AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7115).

*Small business

Total value of contracts awarded this day: $624.15M

FOR RELEASE AT 5 p.m. ET

No. 286-11 April 08, 2011

CONTRACTS

NAVY

Foster-Miller, Inc., Waltham, Mass., is being awarded a $166,054,056 modification to existing contract (N00174-10-D-0019) for the procurement of man transportable robotic system (MTRS) production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories. The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Waltham, Mass., and is expected to be completed by April 2014. Contract funds do not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.

Lockheed Martin Gyrocam Systems, LLC, Sarasota, Fla., is being awarded a $58,606,406 firm-fixed-priced contract for the procurement of 360-degree camera systems. The procurement is for 110 vehicle optic sensor systems, 30 portable rapid deployment surveillance systems, spare parts, inside and outside U.S. installation, maintenance, sustainment, training, and provisional technical data. Work will be performed in Afghanistan (96 percent); Camp Lejeune, N.C. (2 percent); and Camp Pendleton, Calif. (2 percent). Work is expected to be completed by March 2012. Contract funds in the amount of $3,136,326 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M-67854-11-C-5007).

ERAPSCO, Inc., Columbia City, Ind., is being awarded a $55,481,635 firm-fixed-price, performance-based contract for the production of 3,211 AN/SSQ-36B sonobuoys; 51,733 AN/SSQ-53F sonobuoys; and 10,286 AN/SSQ-62E sonobuoys. Work will be performed in DeLeon Springs, Fla. (53 percent), and Columbia City, Ind. (47 percent), and is expected to be completed in April 2014. Contract funds in the amount of $546,096 will expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposals, with three firms solicited and one offer received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-11-C-0030).

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $44,403,891 cost-plus-fixed-fee contract for a Phase III Small Business Innovation Research (SBIR) project under topics 92-170, N94-178, and AF083-006. The contractor will provide Persistent Ground Surveillance System field support and systems integration for the Army. Work will be performed at various forward-deployed operating bases located in Afghanistan (70 percent); Yuma, Ariz. (20 percent); Patuxent River, Md. (5 percent); and Warminster, Pa. (5 percent). Work is expected to be completed in October 2011. Contract funds in the amount of $15,000,000 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-0262).

L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $42,496,099 indefinite-delivery/indefinite-quantity contract for mobile air battle management systems and communication-electronic support for the Air Force, Marine Corps, and other Department of Defense activities, including operational, technical, logistical and system engineering services; systems analysis and engineering; test and evaluation; installation and maintenance; hardware design; configuration management; training support equipment manufacturing; and quality control. Work will be performed in St. Inigoes, Md. (75 percent), and Mount Laurel, N.J. (25 percent), and is expected to be completed in April 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N00421-11-D-0036).

Essex Electro Engineers, Inc.*, Schaumburg, Ill., is being awarded a $40,973,330 fixed-price indefinite-delivery/indefinite-quantity contract for the procurement of up to 400 120 KVA mobile electric power plants (MEPP), including five pilot production MEPP units and associated testing, technical and logistics data and training. These MEPPs are trailer

mounted, self-contained, diesel engine drive, power plants that will supply electric power to various aircraft during ground maintenance operations. This will satisfy the operational need of the Navy and Marine Corps for 115 VAC 400 Hz, 28 VDC, and 270 VDC power outputs. Work will be performed in Schaumburg, Ill., and is expected to be completed in September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposals as a 100-percent small business set-aside; seven offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-D-0013).

Neany, Inc.*, Hollywood, Md., is being awarded a $29,975,929 cost-plus-incentive-fee contract for Persistent Ground Surveillance System (PGSS) Phase III A for the U.S. Army. This effort will include integration, test, and evaluation of proposed PGSS and Persistent Ground Surveillance Tower (PGST) system modifications, training for PGSS instructors and operators, logistic and deployment support and properly qualified and experienced PGSS and PGST operators at locations outside the United States. Work will be performed in various forward deployed operating bases located in Afghanistan (62 percent); Yuma, Ariz. (25 percent); and Hollywood, Md. (13 percent), and is expected to be completed in October 2011. Contract funds in the amount of $10,000,000 will 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-0261.

The Boeing Co., St. Louis, Mo., is being awarded a $7,290,756 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services to support the F/A-18E/F Structures Service Life Assessment Program. Work will be performed in St. Louis, Mo. (82.8 percent); El Segundo, Calif. (14.6 percent); Bethlehem, Pa. (2.5 percent); and Lynwood, Calif. (.1 percent). Work is expected to be completed in December 2013. Contract funds in the amount of $101,924 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $6,981,897 cost-plus-fixed-fee order against a previously issued basic ordering agreement (N00019-07-G-0008) to install, integrate, and test Block 10.3.01 hardware, vehicle management system math model software, computational system software, and instructor/operator station software into six CV-22 flight training devices. Work will be performed at Kirtland Air Force Base, N.M. (66 percent); Hurlburt Field, Fla. (17 percent); and Cannon Air Force Base, N.M. (17 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.

AIR FORCE

Lockheed Martin Corp., Marietta, Ga., is being awarded a $76,223,319 fixed-price contract modification, not-to-exceed (NTE) option exercise for the acquisition of a second C-130J-30 aircraft for the government of Israel and to exercise the NTE option for planning and advance long lead procurement of aircraft components to support the third C-130J Israeli aircraft. This undefinitized contract action also includes on-development peculiars and recurring in-line production modifications for the second aircraft to include but not limited to the following: Block 6X Operational Flight Program, enhanced service life wing, two embedded Global Positioning System Inertial Navigation System Embedded Module IV with Precise Positioning System and GAS-1 controlled radiation pattern antenna and universal aerial refueling receptacle slipway installation. Location of performance is Lockheed Martin Corp., Marietta, Ga. 657 AESS, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597).

DEFENSE LOGISTICS AGENCY

Hamilton Sunstrand, Windsor Locks, Conn., was issued a modification exercising the second option year on the current contract SPM400-05-D-0004/P0015. Award is a firm-fixed-price contract with a maximum $42,000,000 for various sole-source, commercial items on various sub-assemblies of major end items/military aircraft. There are no other locations of performance. Using service is Air Force. The date of performance completion is Dec. 31, 2015. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity.

Wolverine World Wide, Inc., Rockford, Mich., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $14,093,632 for Navy-certified safety boot for men and women. Other location of performance is Cedar Springs, Mich. Using service is Navy. The date of performance completion is April 7, 2012. The Defense Logistics

Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-11-D-1045).

Pall Aeropower Corp., New Port Richey, Fla., was awarded a fixed-price with economic price adjustment contract with a maximum $13,944,606 for particle separators. There are no other locations of performance. Using service is Army. The date of performance completion is April 15, 2012. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-11-C-0042).

Grove U.S., LLC, Shady Grove, Pa., was awarded a firm-fixed-price delivery order contract with a maximum $9,884,062 for FRS material handling crane. There are no other locations of performance. Using service is Army. The date of performance completion is Nov. 30, 2011. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM500-01-D-0101-0092).

T-FAB Manufacturing, Inc.*, Madison, Ala., was awarded a firm-fixed-price contract with a maximum $6,627,189 for unit control displays. There are no other locations of performance. Using service is Army. The date of performance completion is April 8, 2016. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-11-D-0005).

NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY

The National Geospatial-Intelligence Agency is awarding a firm-fixed-price contract with economic price adjustment requirements to R. R. Donnelley, Arlington, Va. The estimated value of the contract is $41,752,932. The contract is for flight information publications (FLIP) books, which assist flight crews in taking off, landing, and planning air routes. FLIP books provide unclassified data concerning airfields, navigational aids and related information required for the safe operation of aircraft worldwide. The work will be performed in Owensville, Mo. The period of performance is June 2011 through May 2016. A phase-in period begins April 7, 2011 and concludes May 31, 2011. Operation and maintenance funds will be obligated on individual delivery orders. The National Geospatial-Intelligence Agency is the contracting activity (HM1575-11-D-0002).

The National Geospatial-Intelligence Agency is awarding a firm-fixed-price contract with economic price adjustment requirements to Techna-Graphics, Inc., Washington, D.C. The estimated value of the contract is $37,556,405. The contract is for flight information publications (FLIP) charts, which assist flight crews in taking off, landing, and planning air routes. FLIP charts provide unclassified data concerning airfields, navigational aids and related information required for the safe operation of aircraft worldwide. The work will be performed in Washington, D.C. The period of performance is June 2011 through May 2016. A phase-in period begins April 7, 2011 and concludes May 31, 2011. Operation and maintenance funds will be obligated on individual delivery orders. The National Geospatial-Intelligence Agency is the contracting activity (HM1575-11-D-0001).

ARMY

M.A. Mortenson Co., Minneapolis, Minn., was awarded on April 6 a $18,503,000 firm-fixed-fee contract for advanced individual training facilities. Work will be performed at Ft. Eustis, Va., with an estimated completion date of April 6, 2013. Six bids were solicited with four received. Army Corps of Engineers, Norfolk, Va., is the contracting authority (W91236-08-D-0006).

AeroVironment, Inc., Monrovia, Calif., was awarded on April 6 a $14,773,816 firm-fixed-price contract for 248 digital data link retrofit kits for the Raven unmanned aerial system. Work will be performed at Simi Valley, Calif., with an estimated completion date of Oct. 9, 2012. One bid was solicited with one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting authority (W58RGZ-05-0338).

SRC, Inc., Chantilly, Va., was awarded on April 6 a $14,473,044 cost-plus-fixed-fee contract to support the Joint Improvised Explosive Device Defeat Organization’s mission to defeat improvised explosive devices. Work will be performed at Arlington, Va., with an estimated completion date of April 6, 2015. Bids were solicited via the World Wide Web with two received. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting authority (W91CRB-10-C-0065).

iRobot Corp., Bedford, Mass., was awarded on April 6 a $12,000,000 firm-fixed-fee contract for 50 small unmanned

ground vehicles; 30 operator control units; 20 consumables kits; 10 line replacement units; and repair and maintenance actions. Work will be performed at Bedford, Mass., with an estimated completion date of July 30, 2013. Two bids were solicited with one received. Army Contracting Command, Warren, Mich., is the contracting authority (W5GHZV-11-D-0092).

*Small business

Total value of contracts awarded this day: $754.07M

FOR RELEASE AT 5 p.m. ET

No. 291-11 April 11, 2011

NAVY

The Boeing Co., St. Louis, Mo., was awarded on April 8 a $12,355,455 modification to a previously awarded firm-fixed-price contract (N00019-08-C-0050) for additional Mid-Wave Infrared Unmanned Aerial Systems, intelligence reconnaissance surveillance services in for the 1st Marine Expeditionary Force combat missions in support of Operation Enduring Freedom. Work will be performed in Bingen, Wash. (65 percent), and St. Louis, Mo. (35 percent), and is expected to be completed in May 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.

NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY

The National Geospatial-Intelligence Agency is awarding a $11,092,685 firm-fixed-price contract to Harris Corp., Melbourne, Fla., for Adjusted Metric Support Data/Digital Point Positioning Data Base (AMSD/DPPDB) and Controlled Image Base (CIB[r]). AMSD/DPPDB is a database of imagery used for targeting purposes. CIB(r) is used for mission planning systems to assist mission profile development, perspective view generation, digital moving maps, and theater battle management. Work will be performed in Melbourne, Fla., and will be completed by April 2012. The National Geospatial-Intelligence Agency is the contracting activity (NMA30203D0006).

Total value of contracts awarded this day: $23.45M

FOR RELEASE AT 5 p.m. ET

No. 294-11 April 12, 2011

CONTRACTS

NAVY

iRobot Corp., Bedford, Mass., is being awarded a $230,051,146 indefinite-delivery/indefinite-quantity contract for the procurement of man transportable system (MTRS) production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories. The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Bedford, Mass, and is expected to be completed by April 2015. Contract funds in the amount of $305,960 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0013).

Sygnos, Inc.*, San Diego, Calif., is being awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity job order contract for repair, maintenance, alteration and minor construction of various facilities at Marine Corps Base Camp Pendleton and Naval Weapons Station, Fallbrook. The work to be performed provides for small to medium, multi-trade repair, maintenance, alteration and minor construction of various facilities and structures within the contract scope and specified in the North American Industry Classification System of 236220, “Commercial and Institutional Building Construction.” Work will be performed in Oceanside, Calif. (95 percent), and Fallbrook, Calif. (5 percent), and the term of the contract is not to exceed 60 months, with an expected completion date of April 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 15 proposals received. The Naval Facilities Engineering Command, Southwest, Resident Officer In Charge of Construction, Camp Pendleton, Oceanside, Calif., is the contracting activity (N62473-11-D-0608).

Raytheon Co., Tucson, Ariz., is being awarded a $17,731,000 fixed-price incentive-fee modification to previously awarded contract (N00024-09-C-5305) for incorporation of pre-production materials and support for SM-6 Block I fiscal 2011 all up rounds production. Work will be performed in Tucson, Ariz., and is expected to be completed by June 2013. 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.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $9,751,647 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option to procure three low power engine repairs and 11,247 engine flight hours. Work will be performed in Oakland, Calif. (70 percent), and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2011. Contract funds in the amount of $9,751,647 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded on April 8 a $173,458,076 fixed-price-incentive-fee contract for the procurement of low rate initial production in support of the Gray Eagle unmanned aircraft system. Work will be performed at Poway, Calif., with an estimated completion date of April 30, 2014. One bid was solicited and one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting authority (W58RGZ-11-C-0099).

Honeywell International, Phoenix, Ariz., was awarded on April 8 a $114,891,669 firm-fixed-price contract for total integrated engine revitalization program year five requirements to provide parts and engineering services for the overhaul of 774 automotive gas turbines, 1500 engines, or equivalents. Work will be performed at Anniston, Ala.; Phoenix, Ariz.; Greer, S.C.; and Rocky Mount, N.C., with an estimated completion date of Dec. 31, 2011. Bids were solicited via the World Wide

Web with one received. Army Contracting Command, Warren, Mich., is the contracting authority (W56HZV-06-C-0173).

GM GDLS Defense Group, LLC, Sterling Heights, Mich., was awarded on April 8 a $37,173,386 firm-fixed-price contract for a contract revision of the not-to-exceed amount and obligated amount for the production cut-in effort of the Double-V hull into 178 Stryker vehicles. Work will be performed at London, Ontario, Canada, and Anniston, Ala., with an estimated completion date of Feb. 29, 2012. One bid was solicited and one received. TACOM, Warren, Mich., is the contracting authority (W56HZV-07-D-M112).

L-3 Communications Systems West, Salt Lake City, Utah, was awarded on April 8 a $34,299,296 firm-fixed-price contract for 1,184 Remote Operations Video Enhanced Receiver Six Systems. Work will be performed at Salt Lake City with an estimated completion date of April 30, 2012. One bid was solicited and one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting authority (W58RGZ-07-C-0209).

ECC International, LLC, Virginia Beach, Va., was awarded on April 8 a $27,613,870 firm-fixed-price contract for design build/site adapt construction of the Military Police and Signal Training School. Work will be performed at Camp Shaheen, Afghanistan, with an estimated completion date of May 30, 2012. Bids were solicited via Web with seven received. Army Corps of Engineers, Kansas City, Mo., is the contracting authority (W912DQ-11-C-4009).

Datron World Communications, Inc., Vista, Calif., was awarded on April 8 a $18,678,801 firm-fixed-price contract for radio systems and spares in support of Foreign Military Sales Case “G5- 8-UEH Al” for Afghanistan. Work will be performed at Vista, Calif., with an estimated completion date of Feb. 28, 2012. One bid was solicited and one received. CECOM Contracting Center, Aberdeen Proving Grounds, Md., is the contracting authority (W15P7T-09-D-D212).

GM GDLS Defense Group, LLC, Sterling Heights, Mich., was awarded on April 8 a $12,317,543 firm-fixed-price contract for a contract revision of the not-to-exceed amount and obligated amount for the production cut-in effort of the Double-V hull into 226 Stryker vehicles. Work will be performed at London, Ontario, Canada, and Anniston, Ala., with an estimated completion date of Feb. 29, 2012. One bid was solicited and one received. TACOM, Warren, Mich., is the contracting authority (W56HZV-07-D-M112).

Raydon Corp., Port Orange, Fla., was awarded on April 8 a $11,874,998 firm-fixed-price contract for 30 fire trainers and training. Work will be performed at Arlington, Va., with an estimated completion date of April 8, 2012. Bids were solicited via the World Wide Web with one received. National Guard Bureau, Arlington, Va., is the contracting authority (W9133L-11-F-0097).

Penick Nordic, San Diego, Calif., was awarded on April 8 a $10,553,482 firm-fixed-price contract for construction of a munitions storage complex. Work will be performed at Swanton, Ohio, with an estimated completion date of April 7, 2012. Eighty-five bids were solicited with eight received. National Guard Bureau, USPFO Swanton, Ohio, is the contracting authority (W91364-11-C-0001).

L-3 Communications Corp., Salt Lake City, Utah, was awarded on April 8 a $8,454,744 firm-fixed-price and cost plus fixed-fee contract for interim contractor support for level two manned-unmanned capability for the OH-58D Kiowa Warrior helicopter fleet. Work will be performed at Salt Lake City with an estimated completion date of March, 31, 2014. One bid was solicited and one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting authority (W58RGZ-11-D-0169).

Esterline Armtec, Coachella, Calif., was awarded on April 8 a $8,183, 936 firm-fixed-fee contract for 74,800 M206 decoy countermeasure flares, and 121,380 MJU-7A/B infrared countermeasure flares. Work will be performed at Milan, Tenn., and East Camden, Ark., with an estimated completion date of April 30, 2013. Bids were solicited via the World Wide Web with two received. Army Contracting Command, Rock Island, Ill., is the contracting authority (W52P1J-09-C-0055).

Kilgore Flares Co., LLC, Toone, Tenn., was awarded on April 8 a $7,532,668 firm fixed-price contract for 61,200 M206 decoy countermeasure flares, and 99,360 MJU-7A/B infrared countermeasure flares. Work will be performed at Toone, Tenn., with an estimated completion date of April 30, 2013. Two bids were solicited with one received. Bids were solicited via the World Wide Web with two received. Army Contracting Command, Rock Island, Ill., is the contracting

authority (W52P1J-09-C-0056).

Greenleaf Construction Co., Inc., Kansas City, Mo., was awarded on April 8 a $6,945,652 firm-fixed-price contract for the repair of damaged river/channel slope sections of Wichita-Valley Center, Kansas, flood control project. Work will be performed at Wichita, Kansas, with an estimated completion date of April 16, 2013. Bids were solicited via Web with nine received. Army Corps of Engineers, Tulsa, Okla., is the contracting authority (W912BV-11-C-0009).

AAI Corp, Hunt Valley, Md., was awarded on April 8 a $6,773,664 cost plus fixed-fee contract for 1,184 one system remote video terminal systems. Work will be performed at Hunt Valley, Md., with an estimated completion date of Oct. 31, 2012. One bid was solicited and one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting authority (W58RGZ-06-C-0190).

DEFENSE LOGISTICS AGENCY

FujiFilm Medical Systems USA, Inc., Stamford, Conn., was awarded a two-year base, fixed-price with economic price adjustment contract with a maximum $16,800,000 for digital imaging network-picture archive communications system. 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 April 10, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-11-D-8307).

Colt Defense, LLC, West Hartford, Conn., was awarded a firm-fixed-price, five-year contract with a maximum $14,872,500 for automatic weapon receiver. There are no other locations of performance. Using service is Army. The date of performance completion is Jan. 31, 2017. The Defense Logistics Agency Land - Warren, Warren, Mich., is the contracting activity (SPRDL1-11-D-0026).

Macquarie Aviation North America 2, Inc.*, Louisville, Ky., was awarded a fixed-price with economic price adjustment contract with a maximum $8,245,057 for fuel. There are no other locations of performance. Using service is Army. The date of performance completion is July 31, 2013. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-4000).

*Small business

Total value of contracts awarded this day: $806.18M

FOR RELEASE AT 5 p.m. ET

No. 297-11 April 13, 2011

CONTRACTS

NAVY

Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a $94,629,000 modification to definitize a previously awarded advance acquisition contract (N00019-10-C-0044) to a fixed-price. In addition, this modification provides for the manufacture and delivery of four low rate initial production Lot 4 E-2D Advanced Hawkeye aircraft. Work will be performed in Syracuse, N.Y. (46.8 percent); Bethpage, N.Y. (13.5 percent); El Segundo, Calif.(2.6 percent); Potez, France (2.4 percent); Edgewood, N.Y. (1.9 percent); Menlo Park, Calif. (1.6 percent); Woodland Hills, Calif. (1.4 percent); Owego, N.Y. (1.2 percent); St. Augustine, Fla. (1.2 percent); Marlborough, Mass. (1.1 percent); Brooklyn Heights, Ohio (1 percent); Greenlawn, N.Y. (.6 percent); and various locations within the United States (24.7 percent). Work is expected to be completed by December 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0044).

ARMY

Chugach Federal Solutions, Anchorage, Alaska, was awarded on March 31 a $41,974,155 cost-plus-fixed-fee contract. The award will provide for the installation support services for Redstone Arsenal, Ala. Work will be performed in Redstone Arsenal, Ala., with an estimated completion date of March 31, 2012. One bid was solicited with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W9124P-11-C-0010).

AgustaWestland, Inc., Reston, Va., was awarded on April 1 a $37,656,065 firm-fixed-price contract. The award will provide for the procurement of AW139 helicopters, spare engine, spare parts, tools and ground support equipment, search and rescue equipment, crewmember personal equipment, medical equipment kits, transportation and pilot and maintenance training. Work will be performed in Reston, Va., and Egypt, with an estimated completion date of Nov. 30, 2012. One bid was solicited with one bid received. The U.S. Army Contracting Command, AMCOM Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0091).

Science and Technology Corp., Hampton, Va., was awarded on April 11 a $29,000,000 time-and-materials contract. The award will provide for the data collection services for U.S. Army Aberdeen Test Center. Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion date of April 30, 2011. The bid was solicited through the Internet with four bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0007).

Navistar Defense, LLC, Warrenville, Ill., was awarded on April 1 an $18,493,192 firm-fixed-price contract. The award will provide for the procurement of 42 general transport trucks, 34 lubricant trucks, and 25 water tanker trucks. Work will be performed in West Point, Miss., with an estimated completion date of April 30, 2011. The bid was solicited through the Internet with one bid received. The U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-08-D-G097).

CACI-WGI, Chantilly, Va., was awarded on April 11 a $17,035,534 cost-plus-fixed-fee contract. The award will provide for the modification to exercise the surge option for the Joint Improvised Explosive Device Defeat Organization Special Operations Forces Support Team supplemental. Work will be performed in Arlington, Va.; Afghanistan; Iraq; and Pakistan, with an estimated completion date of July 14, 2013. The bid was solicited through the Internet with two bids received. The U.S. Army Research, Development and Engineering Command, Contracting Center, Aberdeen Proving

Ground, Md., is the contracting activity (W91CRB-08-D-0027).

Science and Engineering Services, Inc., Huntsville, Ala., was awarded on April 1 a $13,795,306 firm-fixed-price contract. The award will provide for the modification for the aircraft overhaul of five MI-17 aircraft variant models. Work will be performed in St. Petersburg, Russia, with an estimated completion date of April 30, 2012. One bid was solicited with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-D-0130).

Great Lakes Dredge & Dock Co., LLC, Oak Brook, Ill., was awarded on April 1 a $9,850,460 firm-fixed-price contract. The award will provide for the dredging in support of the Panama City Beach Renourishment Project. Work will be performed in Panama City Beach, Fla., with an estimated completion date of Nov. 1, 2011. Four bids were solicited with three bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W912EP-11-D-0004).

BAE Systems Land & Armaments, L.P., Ground Systems Division, York, Penn., was awarded on April 11 an $8,005,627 firm-fixed-price contract. The award will provide for the settlement of all costs associated with engineering changes impacting the six program of record engineer variant vehicles detailed in a previous version of this contract. Work will be performed in York, Penn., with an estimated completion date of Dec. 18, 2015. The bid was solicited through the Internet with four bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-08-D-0041).

Radiance Technologies, Inc., Huntsville, Ala., was awarded on April 1 a $7,233,348 cost-plus-fixed-fee contract. The award will provide for the procurement of the Weapon Watch - Gunfire Detection System for AH-64D Apache Ground Fire Acquisition Systems. Work will be performed in Huntsville, Ala., with an estimated completion date of Sept. 30, 2013. One bid was solicited with one bid received. The U.S. Army Contracting Command, Aviation Applied Technology Directorate, Fort Eustis, Va., is the contracting activity (W911W6-10-D-0013).

L-3, Garland, Texas, was awarded on April 1 a $6,974,660 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of 2,588 Enhanced Third Generation Image Intensification Ground Night Vision Imaging Systems. Work will be performed in Garland, Texas, with an estimated completion date of May 22, 2014. Two bids were solicited with two bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-11-D-0083).

U.S. SPECIAL OPERATIONS COMMAND

iGov Technologies, McLean, Va., received a $20,000,000 ceiling increase for the U.S. Special Operations Command tactical local area network contract providing system acquisition, design, integration, production, and delivery in support of special operations forces mission requirements. The new contract maximum is $470,000,000. The period of performance was increased by six months with three one-month option periods to allow the government time to complete the recompetition action. U.S. Special Operations Command is the contracting activity (H92222-08-D-0017).

Total value of contracts awarded this day: $304.65M

FOR RELEASE AT 5 p.m. ET

No. 301-11 April 14, 2011

CONTRACTS

AIR FORCE

Dynetics, Incorporated, of Huntsville, Ala., Georgia Tech Applied Research Institute of Atlanta, Ga. and MilTec Corporation of Huntsville, Ala. are being awarded a $45,000,000 indefinite delivery/indefinite quantity contract for firm, fixed priced hardware, software, and design, and a cost reimbursable line item for travel and a Not Separately Priced Line item for data. This effort provides C4I & munitions test improvement. Location of performance is Dynetics, Inc., Hunstville, Ala; Georgia Tech Applied Research Institute, Atlanta, Ga. and MilTec Corporation, Huntsville, Ala. The contracting activity is AAC/PKE, Elgin Air Force Base, Fla. (FA9201-11-D-0095, FA9201-11-D-0096 and FA9201-11-D-0097)

DEFENSE LOGISTICS AGENCY

Air BP division of BP Products North America Inc., Naperville, Ill. was awarded an unusual and compelling contract SP0600-10-R-0061-0003. Award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity, one and a half month contract with a maximum $42,313,420 for fuel. Other locations of performance include Texas, Louisiana and Mississippi. Using service is Defense Logistics Agency Energy. The date of performance completion is June 30, 2011. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Total value of contracts awarded this day: $87.31M

FOR RELEASE AT 5 p.m. ET

No. 305-11 April 15, 2011

CONTRACTS

ARMY

Science Applications International Corporation, McLean, Va., was awarded a $279,294,136 cost-plus-fixed-fee contract April 12, 2011. The award will provide for the airborne intelligence and surveillance and reconnaissance services for the U.S. Army Engineer Research and Development Center, Cold Regions Research and Engineering Laboratory. Work will be performed in McLean, Va., and various areas outside of the continental United States, with an estimated completion date of Sep. 30, 2012. One bid was solicited with one bid received. The U.S. Army Corps of Engineers, Research and Development Center Contracting Office, Vicksburg, Miss., is the contracting activity (W912HZ-11-C-0035).

Bell Helicopter Textron, Inc., Hurst, Texas, was awarded a $43,100,000 cost-plus-fixed-fee contract April 12, 2011. The award will provide for the modification of an existing contract to increase the ceiling amount to $91,000,000 for engineering services and technical support for the aircraft managed by the Armed Scout Helicopter Project Management Office. Work will be performed in Hurst, Texas, with an estimated completion date of Dec. 31, 2014. One bid was solicited with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-D-0049).

AIR FORCE

The Raytheon Company of McKinney, Tex. was awarded a $71,272,811 firm fixed price contract for the procurement of 54 Multi-Spectral Targeting Systems (MTS) Model B Turret and High Definition Electronic Units, one lot of Shop Replacement Units, Vendor Test Equipment and 54 Containers. The location of performance is McKinney, Tex. The contracting activity is ASC/WIIK, Wright-Patterson Air Force Base, Ohio. (FA8620-06-G-4010).

Exbon Development, Inc, of Garden Grove, Calif; and K&S/Ace A Joint Venture of La Verne, Calif.; have been awarded a maximum $40,000,000 indefinite delivery/indefinite quantity contract for Simplified Acquisition of Base Engineering Requirement (SABER) services in support of the 452

nd Air Mobility Wing mission. The Air Force intends to

award multiple ID/IQ type contracts that will support a range of SABER. Work to support this requirement will be located at March Air Reserve Base, Calif. (FA4664-11-D-004, FA4664-11-D-005).

DEFENSE LOGISTICS AGENCY

Y. Hata & Co., Ltd., Honolulu, Hawaii* was issued an eight month modified contract SPM300-09-D-3295/P00009. Award is a fixed price with economic price adjustment, C-1 Bridge contract for Land in Hawaii IAW with a maximum $36,000,000 for full line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. The date of performance completion is Dec. 15, 2011. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Medicor Imaging, Charlotte, N.C.* was awarded a contract SPM2D1-11-D-8382. Award is a five year base only, fixed price with economic price adjustment contract with a maximum $16,500,000 for dental software licenses, servers, technical support, maintenance and on-site installation and training of Electronic Catalog system. 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 April 14, 2016. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Y. Hata & Co., Ltd., Honolulu, Hawaii* was issued an eight month modified contract SPM300-09-D-3295/P00009.

Award is a fixed price with economic price adjustment, C-1 Bridge contract for Ships in Hawaii IAW with a maximum $9,000,000 for full line food distribution. There are no other locations of performance. Using service is Navy. The date of performance completion is Dec. 15, 2011. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Lockheed Martin Space Systems Company, Sunnyvale, Calif., is being awarded a $17,160,307 cost-plus-fixed-fee contract for United Kingdom technical services in support of the TRIDENT Strategic Weapons System. Work will be performed in Sunnyvale, Calif. (72 percent), various locations in the United States (18 percent), and various locations in the United Kingdom (10 percent), and work is expected to be completed March 31, 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-11-C-0024).

Northrop Grumman Systems Corp., Charlottesville, Va., is being awarded an $11,122,949 fixed-price contract for components and spares for the MK39 MOD 3A gyrocompass. This effort is for the Government of Taiwan (100 percent) under the Foreign Military Sale Program. Funding is provided by the Taipei Economic and Cultural Representative Office (Taiwan). Work will be performed in Charlottesville, Va., and work is to be completed by December 2013. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively awarded. The Fleet and Industrial Supply Center Norfolk, Va., is the contracting activity (N00244-11-C-0011).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $6,596,601 modification to a previously awarded firm-fixed-price delivery order issued against basic order agreement (N00019-10-G-0004) to exercise an option to provide spare consumables and spare repairables for the E-2D Advanced Hawkeye Low Rate Initial Production Lot 2 as well as the Hawkeye Integrated Training System Trainers. Work will be performed in El Segundo, Calif. (52 percent), Woodland Hills, Calif. (27 percent), Marlborough, Mass. (16 percent), Syracuse, N.Y. (4 percent) and Rolling Meadows, Ill. (1 percent), and work is expected to be completed in August 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.

*Small Business

Total value of contracts awarded this day: $530.04M

FOR RELEASE AT 5 p.m. ET

No. 310-11 April 18, 2011

CONTRACTS

ARMY

CBY Design Bulders, A Joint Venture of CDM, Brasfield & Gorrie, and Yates Construction, New Orleans, La., was awarded a $674,998,555 firm-fixed-price contract April 13, 2011. The award will provide for the permanent canal closures and pumps along the 17

th street, Orleans Avenue, and London Avenue Outfall Canals at or near Lake Pontchartrain, Orleans

and Jefferson Parishes, La. Work will be completed in Jefferson Parish, La., and Orleans Parish, La., with an estimated completion date of Sep. 30, 2014. The bid was solicited through the Internet with seven bids received. The U.S. Army Corps of Engineers, Contracting Division, New Orleans, La., is the contracting activity (W912P8-11-C-0035).

Ahtna Facility Services, Incorporated, Anchorage, Alaska, was awarded a $10,115,467 firm-fixed-price contract April 13, 2011. The award will provide for the continuation of hospital housekeeping services. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of Aug. 31, 2011. One bid was solicited with one bid received. The U.S. Army Medical Command, Southern Regional Contracting Office, Fort Sam Houston, Texas, is the contracting activity (W81K04-10-D-0006).

CACI-WGI, Incorporated, Chantilly, Va., was awarded a $9,044,000 cost-plus-fixed-fee contract April 13, 2011. The award will provide for the rapidly deployable expertise and support in all aspects of counter-improvised explosive device operations. Work will be performed in Arlington, Va.; Afghanistan; and Iraq; with an estimated completion date of April 21, 2013. Four bids were solicited with two bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0027).

General Dynamics Lands System, Sterling Heights, Mich., was awarded an $8,400,000 cost-plus-fixed-fee contract April 14, 2011. The award will provide for the technical support for the Abrams Tank program. Work will be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 19, 2011. One bid was solicited with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

NAVY

L-3 Communications, Norfolk, Va. (N00189-07-D-0029), and Perot Systems Government Services, Fairfax, Va. (N00189-07-D-0030), are each being awarded modifications under previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee pricing multiple award contracts to provide submarine mechanical/electronics system engineering, analytical, logistics and technical support services to Norfolk Ship Support Activity (NSSA). L-3 Communications will be awarded $75,000,000 and Perot Systems Government Services will also be awarded $75,000,000. Work will be performed in various locations in the continental U.S. (90 percent), and in various locations outside the continental U.S. (10 percent), and work is expected to be complete February 2012. Contract funds will not expire at the end of the fiscal year. The Fleet and Industrial Supply Center Norfolk, Va., is the contracting activity.

Lockheed Martin Corp., Manassas, Va., is being awarded a $23,827,559 firm-fixed-price order against a previously issued basic ordering agreement (N00019-09-G-0014) for the procurement of 76 acoustic processor and receiver tech refresh retrofit kits for the AN/USQ-78(V) acoustic processor for P-3C Update III Program. Work will be performed in Manassas, Va., 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.

Raytheon Co., Tucson, Ariz., is being awarded a $9,080,654 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0007) for the design, qualification, and production implementation of the digital scene matching area correlator (DSMAC) sensor assembly for the Tomahawk Block IV all-up-round missile. Work will be performed in Tucson, Ariz. (66 percent); Glenrothes, Scotland (27 percent); Midland Ontario, Canada (6 percent) and various locations within the United States (1 percent), and is expected to be completed in August 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.

Total value of contracts awarded this day: $885.47M

FOR RELEASE AT 5 p.m. ET

No. 312-11 April 19, 2011

CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

TASC, Inc., of Andover, Mass., is being awarded a $600,000,000 Indefinite Delivery Indefinite Quantity contract for advisory and assistance services for the Defense Threat Reduction Agency in support of the research and development enteprise. Bids were solicited and two (2) received. The contracting activity is Defense Threat Reduction Agency, Ft Belvoir, Va., (HDTRA1-11-D-0004). Work will be performed at Lorton, Va., and is expected to be completed April 2016.

ARMY

L-3 Communications Aerospace, LLC, Madison, Miss., was awarded a $51,847,145 labor-hour contract April 15, 2011. The award will provide for the mechanical support, quality control inspection and other services to aircraft production at Corpus Christi Army Depot. Work will be performed in Corpus Christi, Texas, with an estimated completion date of April 28, 2014. Sixteen bids were solicited with five bids received. The Corpus Christi Army Depot, Corpus Christi, Texas, is the contracting activity (GS-10F-0328N).

L-3 Communications Aerospace, LLC, Madison, Miss., was awarded a $32,303,071 labor-hour contract April 15, 2011. The award will provide for services including stock clerks, supply technicians, computer operators, clerks, site manager, production supervisor, in order to directly support aircraft production at the Corpus Christi Army Depot. Work will be performed in Corpus Christi, Texas, with an estimated completion date of April 28, 2014. Eighteen bids were solicited with eight bids received. The Corpus Christi Army Depot, Corpus Christi, Texas, is the contracting activity (GS-10F-0328N).

Sikorsky Aircraft Corporation, Stratford, Conn., was awarded a $29,592,758 firm-fixed-price contract April 15, 2011. The award will provide for the program management and sustainment services modified from an existing contract. Work will be performed in Stratford, Conn., with an estimated completion date of Dec. 31, 2012. One bid was solicited with one bid received. The U.S. Army Aviation & Missile Command, Army Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0003).

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) is announcing the award of a sole-source cost-plus- fixed-fee (CPFF) modification to The Boeing Company, Huntsville, Alabama under Contract HQ0147-09-C-0007 (P00028). The not-to-exceed value of the award is $27,242,000. Under this modification, The Boeing Company will provide support for the Sea Based X-Band Radar shipyard maintenance efforts. The work will be performed at Todd Pacific Shipyard in Seattle, WA. The period of performance is from March 2011 through September 2011. Fiscal year (FY) 2011 Research, Development, Test and Evaluation funds will be used to incrementally fund this effort in the amount of $10,400,000. The Missile Defense Agency is the contracting activity (HQ0147).

NAVY

HITT Contracting, Inc., Falls Church, Va., is being awarded an $11,174,545 modification under a previously awarded firm-fixed-price contract (N40080-10-C-0014) to exercise option 08 which provides for the purchase, delivery and installation of furniture, fixtures, and equipment at Naval Support Facility, Arlington, Va. The total contract amount after exercise of this option will be $63,301,881. Work will be performed in Arlington, Va., and is expected to be completed by Aug. 2011. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Total value of contracts awarded this day: $752.15M

FOR RELEASE AT 5 p.m. ET

No. 317-11 April 20, 2011

CONTRACTS

ARMY

Oshkosh Corp., Oshkosh, Wis., was awarded on April 18 a $71,837,142 firm-fixed-price contract. The award will provide for the procurement of 417 different Medium Tactical Vehicles. Work will be performed in Oshkosh, Wis., with an estimated completion date of March 31, 2012. The bid was solicited through the Internet with three bids received. The U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Buck Town Contractors & Co., Kenner, La., was awarded on April 18 a $26,736,831 firm-fixed-price contract. The award will provide for the construction of concrete canal flumes to provide an improved drainage system and flood protection to areas in southeast Louisiana. Work will be performed in Metairie, La., with an estimated completion date of Nov. 26, 2013. The bid was solicited through the Internet with three bids received. The U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-11-C-0039).

AIR FORCE

Information Innovators, Inc., Springfield, Va. is being awarded a $69,619,056 firm-fixed-price contract for personnel in support of one virtual enterprise IT services desk, with four physical locations operating 24 hours per day, seven days per week, including holidays and leap years. The 690th Network Support Squadron provides rapid, persistent incident management response for users and administrators of assigned air awareness of network availability and performance of Air Force Network (AFNet) command and control entities and prioritize response to incidents to ensure cyber combat support across the AFNet. At this point, $3,500,000 has been obligated. Work will be performed at Springfield, Va. The AF ISR Agency/A7KA, San Antonio, Texas, is the contracting activity (FA7037-11-F-0003).

University of Dayton Research Institute, Dayton, Ohio, is being awarded a maximum $48,600,000 indefinite-delivery/indefinite-quantity plus-fixed-fee contract for the High Speed Air and Responsive Space Vehicle Technologies Program to conduct basic, applied and advanced research and development by advancing state-of-art and scientific knowledge in operationally responsive launch systems, and high speed air vehicle technologies. At this time, $167,417 has been obligated. Work will be performed at the University of Dayton Research Institute, Dayton, Ohio. The AFRL/PKV, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-3134).

Lockheed Martin Corp., King of Prussia, Pa., is being awarded a $22,753,782 cost-plus-fixed-fee contract for the conversion, production, test and delivery of subassemblies to retrofit five low frequency instrument consoles and upgrade number three. At this time, $22,753,782 has been obligated. Work will be performed at King of Prussia, Pa. AFNWC/PKMA, Hill Air Force Base, Utah, is the contracting activity (FA8204-09-C-0005, P00004).

Chromalloy Component Services, Inc., San Antonio, Texas, is being awarded an estimated $11,316,625 modified firm-fixed-price contract to provide F108 Module 13/15 assemblies for KC135R aircraft. The assemblies are used at Tinker Air Force Base Depot to organically build the F108 engines. At this time, an estimated $11,316,625 has been obligated. Work will be performed at San Antonio, Texas. AFGLSC 848 SCMG/PKAB, Tinker Air Force Base, Ohio, is the contracting activity (FA8121-09-D-0012, P00007).

The Boeing Co., Wichita, Kan., is being awarded an $8,100,012 firm-fixed-price contract modification for thirty 640 gigabyte removable storage devices for test and development. At this point, $2,500,000 has been obligated. Work will be performed in Wichita, Kan. The ASC/WWV, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8107-05-C-

001, P00075).

NAVY

Northrop Grumman Technical Services, Inc., Herndon, Va., is being awarded a $55,704,295 modification to a previously awarded contract (N63394-10-C-5006) for operation and maintenance services for the combined tactical training ranges. Services will be required at shore sites, land-based test facilities, and aboard ships in ports and at sea. Work will be performed in Oceana, Va. (30 percent); Yuma, Ariz. (25 percent); Fallon, Nev. (20 percent); Cherry Point, N.C. (12 percent); Key West, Fla. (8 percent); and San Diego, Calif. (5 percent). Work is expected to be completed by April 2012. Contract funds in the amount of $7,372,694 will expire at the end of the current fiscal year. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Wyle Information Systems, LLC, McLean, Va., is being awarded a $14,022,433 cost-plus-fixed- fee contract (HR0011-11-C-0057). This contract is for the relocation of information technology (IT) equipment and for the purchase of new IT equipment during the relocation of Defense Advanced Research Projects Agency headquarters from 3701 North Fairfax Drive, Arlington, Va., to a more secure operating locale at 675 North Randolph Street, Arlington, Va. Work will be performed in McLean, Va. (96 percent), and Reston, Va. (4 percent). The work is expected to be completed July 31, 2012. The Defense Advanced Research Projects Agency is the contracting activity.

Northrop Grumman Space & Mission Systems, Redondo Beach, Calif., is being awarded a $12,523,315 modification to a cost-plus-fixed-fee contract (HR0011-09-C-0062). This award is for the Terahertz (THz) Electronics Program. The contractor shall develop critical device and integration technologies necessary to realize compact, high-performance electronic circuits that operate at a center frequency of 1.03 THz. Work will be performed in Redondo Beach, Calif. (82.58 percent); Charlottesville, Va. (1.84 percent); Pasadena, Calif. (9.38 percent); Charlottesville, Va. (3.51 percent); Tempe, Ariz. (1.73 percent); and University Park, Pa. (0.96 percent). The work is expected to be completed April 16, 2014. The Defense Advanced Research Projects Agency is the contracting activity.

Total value of contracts awarded this day: $341.21M

FOR RELEASE AT 5 p.m. ET

No. 325-11 April 21, 2011

NAVY

Raytheon Co., Space and Airborne Systems, Goleta, Calif., is being awarded an $84,763,767 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0052) to exercise an option for the procurement of 87 full rate production Lot 13 AN/ALR-67(V)3 radar warning receivers for the U.S. Navy (77) and the government of Switzerland (10). In addition, this option provides for the procurement of weapons replaceable assemblies for the governments of Canada and Australia. The AN/ALR-67(V)3 enhances pilot situational awareness by providing accurate identification, lethality, and azimuth displays of hostile and friendly emitters. It also controls the electronic warfare data bus and interfaces with electronic warfare systems, the onboard radar, airborne mission computer, and the F/A-18 weapon systems. Work will be performed in Goleta, Calif. (41 percent); Lansdale, Pa. (18 percent); Forest, Miss. (12 percent); Chatsworth, Calif. (11 percent); San Diego, Calif. (10 percent); Sydney, Australia (4 percent); Milwaukie, Ore. (2 percent); and McKinney, Texas (2 percent). Work is expected to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($72,099,001; 85 percent); and the governments of Switzerland ($9,359,600; 11 percent), Canada ($2,542,324; 3 percent), and Australia ($762,842; 1 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Oceaneering International, Inc., Hanover, Md., is being awarded a maximum value $12,100,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the advanced mooring system to improve vehicle, personnel and container transfer during skin to skin mooring within the sea base through sea state three (threshold), sea state four (objective). The total cumulative face value of this contract is $12,100,000. The action will be incrementally funded with this initial obligation of $643,983. The contract will be incrementally funded over a period of 36 months. Work will be performed in Hanover, Md., and is expected to be completed April 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under Broad Agency Announcement 10-016, with four proposals received. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-11-D-0327 and task order 0001).

ARMY

Chrysler Group International, LLC, Auburn Hills, Mich., was awarded on Apr. 19 a $17,977,169 firm-fixed-price contract. The award will provide for the procurement of 530 Jeep J8 kits, completely knocked down, and one lot of contractor furnished spare parts all under Foreign Military Sales to Israel. Work will be performed in Romulus, Mich., with an estimated completion date of Apr. 18, 2012. A sole-source bid was solicited with one bid received. The U.S. Army TACOM LCMC, Contracting Center, Warren, Mich., is the contracting activity (W56HZV-11-C-0273).

General Dynamics Armament and Technical Products, Inc., Charlotte, N.C., was awarded on Apr. 19 a $7,647,765 fixed-price-incentive contract. The award will provide for the procurement of 15 joint service general lightweight standoff chemical agent detectors; 15 scanner transit cases; and 15 operator display unit transit cases. Work will be performed in Charlotte, N.C., with an estimated completion date of Nov. 21, 2011. One bid was solicited with one bid received. The U.S. Army Contracting Command, Edgewood Contracting Division, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-08-D-0022).

Total value of contracts awarded this day: $122.49M

FOR RELEASE AT 5 p.m. ET

No. 331-11 April 22, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

Lockheed Martin Aeronautics Co., Johnston, Pa., was issued a modification exercising the second option year on the current contract SPM540-06-D-BP01/P00184. Award is a fixed-price with economic price adjustment, industrial product-support vendor contract with a maximum $500,000,000 providing broad supply chain management and logistical support of spare parts and industrial hardware relating to maintenance, overhaul, and repair missions. Other locations of performance are Georgia, Oklahoma, and Utah. Using service is Air Force. The date of performance completion is April 19, 2013. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity.

The Boeing Co., St. Louis, Mo., was awarded a firm-fixed-price contract with a maximum $28,254,131 for F-15 verticals. There are no other locations of performance. Using service is Air Force. The date of performance completion is December 2012. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SP0400-01-D-9406).

Reel Research*, Ben Lomand, Calif., was awarded a five-year base only, fixed-price with economic price adjustment contract with a maximum $10,500,000 for patient trauma immobilization reel splint system. 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 April 22, 2016. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-11-D-8207).

ARMY

SRCTec, Inc., Syracuse, N.Y., was awarded on April 20 a $78,000,000 firm-fixed-price, time-and-materials, cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to include primary Duke V3 system spares and increase the ordering ceiling to $278,000,000. Work will be performed in Syracuse, N.Y, with an estimated completion date of Aug. 24, 2014. One bid was solicited with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-09-D-M615).

Science Applications International Corp., McLean, Va., was awarded on April 15 a $31,868,429 firm-fixed-price, level-of-effort contract. The award will provide for the modification of an existing contract, to sustainment services for Mine Resistant Ambush Protected vehicles, to add 426,490 hours to the order in the amount of approximately $29,000,000. Work will be completed in McLean, Va., with an estimated completion date of Sept. 30, 2011. The bid was solicited through the Internet with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

General Electric Engine Services, Inc., Cincinnati, Ohio, was awarded on April 20 a $17,687,460 firm-fixed-price contract. The award will provide for the overhaul of 30 T700-GE-700 and 120 T700-ge-701C/D turbine engine cold section modules applicable to the UH-60 Black Hawk and AH-64 Apache helicopters. Work will be performed in Arkansas City, Kan., with an estimated completion date of March 31, 2015. Three bids were solicited with three bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-D-0047).

Swanberg Construction, Inc., Valley City, N.D., was awarded on April 20 a $17,003,815 firm-fixed-price contract. The award will provide for the construction of raised and extended embankments to provide flood protection to the city of Devils Lake. Work will be performed in Devils Lake, N.D., with an estimated completion date of Nov. 30, 2012. The bid was solicited through the Internet with three bids received. The U.S. Army Corps of Engineers, St. Paul District, St. Paul, Minn., is

the contracting activity (W912ES-11-D-0005).

Hensel Phelps Construction Co., Orlando, Fla., was awarded on April 20 a $14,724,989 firm-fixed-price contract. The award will provide for the construction of a 63,500-square-foot behavioral health clinic located on the Womack Medical Campus. Work will be performed in Fort Bragg, N.C., with an estimated completion date of Sept. 30, 2012. The bid was solicited through the Internet with 27 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-11-C-0002).

Science Applications International Corp., McLean, Va., was awarded on April 15 a $14,492,051 firm-fixed-price, level-of-effort contract. The award will provide for the modification of an existing contract, to sustainment services for Mine Resistant Ambush Protected vehicles, to add 204,581 hours to the order in the amount of approximately $13,800,000. Work will be completed in McLean, Va., with an estimated completion date of July 29, 2011. The bid was solicited through the Internet with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

BAE Systems Land & Armaments, LP, Anniston, Ala., was awarded on April 20 a $7,789,948 firm-fixed-price. The award will provide for all parts, kitting, joint technical inspection, labor, equipment and facilities required to provide mandatory replacement parts and parts identified during joint inspection by vehicle for 150 fully mission capable vehicles. Work will be completed in Anniston, Ala., with an estimated completion date of July 29, 2012. One bid was solicited with one bid received. The Anniston Army Depot, Anniston, Ala., is the contracting activity (W911KF-11-C-0003).

NAVY

Sierracin-Sylmar Corp., Sylmar, Calif., is being awarded a $17,340,969 delivery order #5000 issued against previously issued basic ordering agreement contract (N00383-11-G-011F) for manufacture of windshields for the V-22 Osprey aircraft. Work will be performed in Sylmar, Calif., and is expected to be completed by October 2012. Contract funds will not expire before the end of the current fiscal year. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.

Northrop Grumman Electronic Systems, Marine Systems, Linthicum, Md., is being awarded $16,510,592 for modification P00008 under a previously awarded cost-plus-fixed-fee completion contract (N00030-11-C-0004) for the Gas Generator Initiation System design and development, for common missile compartment. Work will be performed in Sunnyvale, Calif. (85 percent), and Redondo Beach, Calif. (15 percent), and is expected to be completed Sept. 30, 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Navy Strategic Systems Programs, Arlington, Va., is the contracting activity.

L-3 Communications Vertex Aerospace, LLC, Madison, Miss., is being awarded a $10,000,000 firm-fixed-price task order under General Services Administration (GSA) Federal Supply Schedule contract GS-10F-0328N for T/AV-8B aircraft maintenance and logistics support for Marine Attack Training Squadron 203 (VMAT-203) at Marine Corps Air Station (MCAS) Cherry Point, N.C. This task order includes options which, if exercised, would bring the cumulative value of this order to $10,009,858. Work will be performed at MCAS Cherry Point, N.C., and is expected to be completed by April 2016. Contract funds in the amount of $494,211 will expire at the end of the current fiscal year. In accordance with DFARS 208.405-70(c)(1), fair opportunity was provided to six GSA schedule contractors identified during market research, with four offers received. The Cherry Point Satellite Contracting Office at MCAS Cherry Point, N.C., is the contracting activity (M00146-11-F-9035).

DEFENSE INFORMATION SYSTEMS AGENCY

Americom Government Services, Inc., dba SES World Skies U.S. Government Solutions (SES USGS), McLean, Va., was awarded on April 20 a $10,112,924 firm-fixed-price contract for the Thule Tracking Station DS3 service. The contract provides the government a dedicated, full period DS3 (44.736 Mbps), full duplex, symmetrical, serial communications digital circuit between Thule Air Base and Schriever Air Force Base utilizing commercial satellite bandwidth, contractor-provided hub equipment, teleport services and contractor-provided antennas. The period of performance is a a one-year base with four one-year options from May 1, 2011 through April 30, 2016. Performance will be between Thule Air Base and Schriever Air Force Base. A request for information was posted to Government Point of Entry, the Federal Business Opportunities website, on Dec. 21, 2010. The government’s notice of intent to award the Thule Tracking Station DS3 contract on a sole-

source basis to SES USGS was posted to Government Point of Entry, the Federal Business Opportunities website, on March 2, 2011. Solicitation was issued to SES USGS. The statutory authority used for this other than full and open competition contract action is 10 U.S.C. §2304(c) (1) -- only one responsible source and no other supplies or service will satisfy agency requirement -- FAR Part 6.302-1. The Defense Information Technology Contracting Organization, Scott Air Force Base, Ill., is the contracting activity (HC1013-11-C-0101).

*Small business

Total value of contracts awarded this day: $ 774.27M

FOR RELEASE AT 5 p.m. ET

No. 339-11 April 25, 2011

CONTRACTS

ARMY

BAE Systems, US Combat Systems, York, Penn., was awarded on April 21 a $53,309,854 firm-fixed-price contract. The award will provide for the procurement of 3,034 Bradley Advanced Survivability Kits III to outfit the Bradley Fighting Vehicles to the BUSK III configuration. Work will be performed in York, Penn., with an estimated completion date of June 30, 2011. One bid was solicited with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-05-D-0005).

EOIR Technologies, Inc., Fredericksburg, Va., was awarded on April 21 a $46,412,849 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to continue operations and maintenance of four Constant Hawk air platforms in Afghanistan. Work performance location will be determined with each task order, with an estimated completion date of Oct. 21, 2011. One bid was solicited with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-10-D-A804).

Smith’s Detection, Edgewood, Md., was awarded on April 21 a $28,981,197 firm-fixed-price contract. The award will provide for the procurement of 4,801 joint chemical agent detectors with warranties, and 4,901 communication adapter kits. Work will be performed in Edgewood, Md., with an estimated completion date of Sept. 30, 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 (W911SR-07-C-0080).

Jacobs Technology, Inc., Tullahoma, Tenn., was awarded on April 21 a $16,620,528 time-and-material contract. The award will provide for the engineering and support services to the U.S. Army Aberdeen Test Center. Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion date of Jan. 31, 2013. 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 (W91CRB-08-D-0001).

Lakeshore Engineering Services, Inc., Detroit, Mich., was awarded on April 21 a $12,964,259 firm-fixed-price contract. The award will provide for the design and construction of barracks, admin space, training classrooms, and other utility infrastructure in Afghanistan. Work will be performed in Kabul Province, Afghanistan, with an estimated completion date of Feb. 4, 2012. The bid was solicited through the Internet with five bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4011).

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded on April 22 an $8,330,000 cost-plus-incentive-fee contract. The award will provide for the incremental funding for the system development and demonstration contract extension. Work will be performed in Poway, Calif., with an estimated completion date of Dec. 31, 2011. One bid was solicited with one bid received. The U.S. Army Contracting Command, AMCOM Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0069).

Raytheon Co., Tucson, Ariz., was awarded on April 21 an $8,255,265 firm-fixed-price contract. The award will provide for the procurement of the Block LA-2 M982 Excalibur Unitary 155mm precision engagement projectile for Canada. Work will be performed in Tucson, Ariz.; McAlester, Okla.; Farmington, N.M.; Niceville, Fla.; Healdsburg, Calif.; Anniston, Ala.; Cincinnati, Ohio; Anaheim, Calif.; Williamsport, Penn.; Joplin, Mo.; Lowell, Mass.; Baltimore, Md.; Kariskoga, Sweden; and the United Kingdom, with an estimated completion date of March 31, 2013. One bid was solicited with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-07-C-0100).

NAVY

Zenetex, LLC*, Herndon, Va., is being awarded a $16,279,888 indefinite-delivery/indefinite-quantity contract for logistics and technical services in support of the Fleet Readiness Center East (FRC East), Cherry Point, N.C., and will include planning, analysis, development, training, support equipment management, facilities, and execution. Work is anticipated to be performed at the FRC East, Cherry Point, N.C., and is expected to be completed in April 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, with three offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-11-D-0039).

General Dynamics, Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded a $14,253,258 firm-fixed-price delivery order, modification to previously awarded contract (M67854-05-D-6014) for the Production Lot 4 procurement of 24 prime movers and 12 M327 rifled towed mortars; together with their corresponding basic issue item kits, additional authorization list hardware, and initial mortar spares. These items are individual components of the Expeditionary Fire Support System (EFSS). The EFSS provides all-weather, ground-based, close supporting, accurate, immediately responsive, and lethal indirect fires. The EFSS is defined as a launcher, mobility platform (prime mover), ammunition (not included in this order), ammunition supply vehicle, and technical fire direction equipment necessary for orienting the weapon on to an azimuth of fire and accurately computing firing data. Work will be performed in St. Aubin, France (74 percent); Forest, Va. (14 percent); and Robbins, N.C. (12 percent). Work is expected to be completed by June 30, 2013. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

ARINC Engineering Services, LLC, Annapolis, Md., is being awarded a $9,361,056 cost-plus-fixed-fee contract to procure technical and engineering services in support of the Joint Precision Approach and Landing Systems and Navy Unmanned Combat Aerial Systems programs. Work will be performed in Lexington Park, Md. (80 percent), and St. Inigoes, Md. (20 percent), and is expected to be completed in October 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-11-C-0034).

DEFENSE LOGISTICS AGENCY

SRCTec, Inc., North Syracuse, N.Y., was awarded an undefinitized bridge contract with a maximum $14,141,500 to provide spare parts for the Lightweight Counter Mortar Radar System. There are no other locations of performance. Using service is Army. The date of performance completion is March 23, 2012. The Defense Logistics Agency Land and Maritime at Aberdeen, Aberdeen, Md., is the contracting activity (SPRBL1-11-C-0009).

*Small business

Total value of contracts awarded this day: $ 228.90M

FOR RELEASE AT 5 p.m. ET

No. 346-11 April 26, 2011

CONTRACTS

AIR FORCE

Boeing Co., S&IS Mission Systems, Springfield, Va., is being awarded an $14,370,000 indefinite-delivery/indefinite-quantity contract to continue sustainment of the Combat Track II (CTII) sustainment and support systems which include, but not limited to, deployments worldwide conducting site surveys; installations and integration; assembly and test; operator and maintainer training; software/hardware modifications; system integration and retrofits; and system performance assessments. It will also equip CTII units with a programmable Sierra II chip. At this point, $2,117,971 has been obligated. Work will be performed in Chantilly, Va. The Electronic Systems Center, ESC/HSJK, Hanscom Air Force Base, Mass., is the contracting activity (FA8707-11-D-0002).

ARMY

The Boeing Co,, Mesa, Ariz., was awarded on April 22 a $10,061,586 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the maintenance and overhaul of the main transmission. Work will be performed in Mesa, Ariz., with an estimated completion date of April 30, 2016. Three bids were solicited with three bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-D-0153).

Total value of contracts awarded this day: $ 24.43M

FOR RELEASE AT 5 p.m. ET

No. 351-11 April 27, 2011

CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Bechtel National, Inc., Frederick, Md. (HDTRA1-11-D-0010); Parsons Global Services, Inc., Pasadena, Calif. (HDTRA1-11-D-0008); Raytheon Technical Services Co., LLC, Dulles, Va. (HDTRA1-11-D-0007); and URS Federal Services International, Inc., Cleveland, Ohio (HDTRA1-11-D-0009) are each being awarded a multiple award indefinite-delivery/indefinite-quantity contract to provide integration services supporting the Defense Threat Reduction Agency’s Cooperative Threat Reduction Program. The maximum estimated combined total of all four contracts will not exceed $950,000,000. This contract consists of a five-year base ordering period with one one-year optional ordering period. Work will be performed at various locations overseas and is expected to be completed April 2020 (April 2021 if the option is exercised). Contract funds for the $500,000 minimum guarantee for each contract will not expire at the end of the current fiscal year. This requirement was competitively awarded through the Federal Business Opportunities website, with eight offers received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Intelsat General Corp., Bethesda, Md., was awarded a $142,921,374 firm-fixed-price contract for the American Forces Radio and Television Service Global Satellite Services Program on April 22. The contract, with a not-to-exceed ceiling of $167,500,000 million dollars, provides worldwide commercial telecommunications services to include: C- and Ku-band satellite resources; land earth stations; terrestrial backhauls; and bandwidth management services. The period of performance is April 22, 2011 through April 21, 2018 (a one-year base with six one-year options). Performance will be at various locations around the world. The solicitation was issued as a full and open competitive action with award to be made to the lowest priced technically acceptable offeror. The solicitation was posted to the Government Point of Entry Federal Business Opportunities website and two offers were received. Intelsat General is a large business. The Defense Information Technology Contracting Organization, Scott Air Force Bass, Ill., is the contracting activity (HC1013-11-C-0101).

NAVY

L-3 Communications Corp., Waco, Texas, is being awarded an $84,490,492 not-to-exceed modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00019-05-D-0008) for the continued airframe sustainment support necessary for the performance of phase depot maintenance, special structural inspections, special structural inspection kits and installations, and modification installations. Work will be performed in Waco, Texas (96 percent), and Greenville, Texas (4 percent), 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.

Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded an $18,235,100 not-to-exceed modification to previously awarded contract (N00024-10-C-5125) for command team trainer efforts to support the government of Australia (case AT-P-LCQ) under the Foreign Military Sales Program. The government of Australia selected the U.S. Navy/Lockheed Martin Aegis Combat System for its Australian Air Warfare Destroyer Program. These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services, technical manuals and staging support to design and build an Aegis Weapon System baseline to support the program. Work will be performed in Moorestown, N.J. (89 percent); Clearwater, Fla. (9 percent); and Adelaide, Australia (2 percent). Work is expected to be completed by December 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.

Kollmorgen Corp., Electro-Optical Division, Northampton, Mass., is being awarded a $16,200,000 modification to previously awarded contract (N00024-11-C-6293) to exercise cost-type options for the modification of materials and travel

associated with engineering services for the photonics mast program. The photonics mast is a non-hull penetrating electronic imaging subsystem of the command and control system. The photonics mast incorporates visible, infrared and electronic support measures sensors and stealth features that will provide new capabilities for attack submarines. The subsystem comprises the sensor group, the mast group, the data transmission group, and the control and display group. The AN/BVS-1 photonics mast system will be installed on the Virginia-class submarines (SSN 780 - SSN 783). Work will be performed in Northampton, Mass., and is expected to be completed by March 2016. 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.

Combined Systems, Inc. (CSI)*, Jamestown, Pa., was awarded on April 26 an $11,760,481 firm-fixed-price contract for the procurement and delivery of 225 40 mm, three bank Non-Lethal/Tube Launched Munitions Systems (NL/TLMS) that fire 30 rounds of non-lethal flash-bang primed munitions and corresponding shield mounting brackets which integrates the NL/TLMS to the Marine Corps transparent armored gun shield, gunner protection kit, objective gunner protection kit, and M3-tripod. In addition, CSI will provide the fabrication, production and delivery of 75,000 initial rounds of munitions, training, spares, and up to two years of contractor logistics support necessary to sustain the systems for the Marine Corps Systems Command at the highest levels of service. The NL/TLMS will provide the Marines the capability to deliver a high volume of non-lethal fire at designated ranges, both day and night, to enhance force protection during vehicle check points, entry control points, and convoy security operations. The high-capacity variable payload launching systems assist Marines with identifying vehicle operator’s intentions at a sufficient range to warn the innocent and to provide stand-off distance to ensure the Marines’ safety. This contract includes options which, if exercised, would bring the cumulative value of this contract to $13,812,268. Work will be performed in Jamestown, Pa., and is expected to be completed by April 2012. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-C-1069).

DEFENSE LOGISTICS AGENCY

Oshkosh Corp., Oshkosh, Wis., was awarded a firm-fixed-price, three year requirements type contract with a maximum $10,441,591 for medium tactical vehicles. Other location of performance is New Berlin, Wis. Using service is Defense Logistics Agency. The date of performance completion is April 7, 2014. The Defense Logistics Agency Warren, Warren, Mich., is the contracting activity (SPRDL1-11-D-0027).

Thomas Instrument*, Brookshire, Texas, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $9,018,151 for C-5 aircraft gearbox assemblies. There are no other locations of performance. Using service is Air Force. The date of performance completion is March 2015. The Defense Logistics Agency Aviation, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-D-0009).

*Small business

Total value of contracts awarded this day: $ 1,243.07M

FOR RELEASE AT 5 p.m. ET

No. 355-11 April 28, 2011

CONTRACTS

NAVY

Lockheed Martin Aeronautics Global Sustainment Services, Greenville, S.C., is being awarded a $64,403,268 not-to-exceed modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00019-05-D-0013) for continued airframe sustainment support necessary for the performance of phase depot maintenance, special structural inspections, special structural inspection kits and installations, and modification installations. Work will be performed in Greenville, S.C., 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.

Navistar Defense, LLC, Warrenville, Ill., is being awarded a $13,246,593 firm-fixed-priced delivery order #0017 under previously awarded contract (M67854-07-D-5032) for the procurement of outside the continental United States field service representatives (FSR), instructors and mechanics. The objective of the FSRs/instructors/mechanics is to sustain operation of the MaxxPro Dash Mine Resistant Ambush Protected vehicles in support of the Global War on Terrorism Operations in Afghanistan. Work will be performed in Kuwait, and is expected to be completed by the end of November 2011. Contract funds in the amount of $13,246,593 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Centurum Information Technology, Inc., Marlton, N.J., is being awarded a $9,062,699 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract for Command and Control Systems support for new integrated systems/networks. This contract includes options and award terms which, if exercised, would bring the cumulative value of this contract to an estimated $77,000,000. Work will be performed in Suffolk, Va., and is expected to be completed by April 2012. If all options are exercised and award terms earned, work could continue until April 2019. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured and posted to the Federal Business Opportunities website and the Space and Naval Warfare Systems e-Commerce Central website, with six offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-4800).

L-3 Services, Inc., Mount Laurel, N.J., is being awarded an $8,774,586 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 July 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.

Clark/Balfour Beatty, JV, Bethesda, Md., is being awarded a $7,500,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded firm-fixed-price design-build contract (N40080-08-C-0007) for the design and construction of an invitro fertilization clinic and stem cell laboratory at the National Naval Medical Center, Bethesda. After award of this modification, the total cumulative contract value will be $741,111,615. Work will be performed in Bethesda, Md., and is expected to be completed by July 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Exxon Mobil Fuels Marketing Co., Fairfax, Va. was issued a modification on the current contract SP0600-11-D-1255/P00001. Award is a fixed-price with economic price adjustment contract with a minimum $34,790,349 for diesel fuel. Other location of performance is Andros Island, Bahamas. Using service is Navy. The date of performance completion is

March 31, 2016. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity.

Dexter’s Farms*, Buford, Ga., was awarded a fixed-price with economic price adjustment contract with a maximum $15,987,070 for full-line fresh fruit and vegetable support. There are no other locations of performance. Using service is Army, Navy, Air Force, Marine Corps, and U.S. Department of Agriculture School Customers in Georgia. The date of performance completion is Oct. 27, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-11-D-P096).

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded on April 26 a $26,816,836 firm-fixed-price contract. The award will provide for the procurement of two UH-60L Black Hawk helicopters for Saudi Arabia under the Foreign Military Sales program. Work will be performed in Stratford, Conn., with an estimated completion date of Sept. 30, 2012. One bid was solicited with one bid received. The U.S. Army Aviation and Missile Command, Army Contracting Center, Redstone Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).

Raytheon Network Centric Systems, Dallas, Texas, was awarded on April 25 a $25,471,855 firm-fixed-price contract. The award will provide for the Foreign Military Sale of driver’s vision enhancer and commander vision enhancer for the Saudi Arabian National Guard. Work will be performed in Dallas, Texas, with an estimated completion date of April 30, 2014. One sole-source bid was solicited with one bid received. The U.S. Army Communications-Electronics Command, Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-H608).

General Dynamics Ordnance and Tactical System, Scranton Operations, Scranton, Penn., was awarded on April 25 a $23,065,641 firm-fixed-price contract. The award will provide for the facilities, personnel, and equipment for the manufacture of the 155mm M795 metal parts with flexible rotating band covers. Work will be performed in Scranton, Penn., with an estimated completion date of April 30, 2012. One bid was solicited with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0244).

Navistar Defense, LLC, Warrenville, Ill., was awarded on April 26 an $11,123,197 firm-fixed-price contract. The award will provide for the procurement of 30 general transport trucks and 27 water tanker trucks, each with spare parts, for Afghanistan and Iraq under foreign military sales. Work will be completed in West Point, Miss., Shepherdville, Ky., and Warrenville, Ill., with an estimated completion date of April 30, 2011. The bid was solicited through the Internet with one bid received. The U.S. Army TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-08-D-G097).

AIR FORCE

The Boeing Co., Long Beach, Calif., is being awarded a $7,276,990 fixed-price contract modification 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. This effort is for the procurement of fiscal 2011 C-17 Globemaster III sustainment partnership support for the United Arab Emirate Air Force and Air Defense fleet of six C-17 aircraft, which were purchased through a direct commercial sale with Boeing, to be delivered in fiscal 2011 and fiscal 2012. At this point, $7,276,990 has been obligated. Work will be performed in Long Beach, Calif., and the United Arab Emirates. ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, P00407).

*Small business

Total value of contracts awarded this day: $ 247.52M

FOR RELEASE AT 5 p.m. ET

No. 356-11 April 29, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

Fisher Scientific Co., LLC, Pittsburgh, Pa., was issued a modification exercising the second option year on the current contract SPM2DE-09-D-7340/P00004. Award is a fixed-price with economic price adjustment contract with a maximum $256,000,000 for selection of Laboratory Integrated Delivery System Program distributor. Other locations of performance are Massachusetts, Illinois, California, Kentucky, Delaware, Colorado, Texas, New Jersey, Puerto Rico, New York, New Mexico, Washington, Georgia, Maryland, and North Carolina. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is May 3, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Atlantic Aviation Oklahoma City, Inc., Oklahoma City, Okla., was awarded a fixed-price with economic price adjustment contract with a maximum $18,575,577 for fuel. Other location of performance is Will Rogers World Airport Oklahoma. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is March 31, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0081).

Talley Petroleum Enterprises, Inc.*, Grantville, Pa., was issued a modification on the current contract SP0600-11-D-8527/P00002. Award is a fixed-price with economic price adjustment contract with a maximum $7,278,640 for fuel oil burners. Other location of performance is Mechanicsburg, Pa. Using service is Navy. The date of performance completion is April 30, 2014. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity.

AIR FORCE

Science Applications International Corp., Company 117 Health, Energy 7 Civil Solutions, McLean, Va., is being awarded a maximum $85,000,000 indefinite-delivery/indefinite-quantity contract to provide engineering and technical services to support Air Force Operational Test and Evaluation Center in accomplishment of operational test and evaluation activities. At this time, $500,000 has been obligated. Work will be performed at Edwards Air Force Base, Calif., and Nellis Air Force Base, Nev. AFOTEC/A-7K, Kirtland Air Force Base, N.M., is the contracting activity (FA7046-11-D-0001).

Raytheon Co., McKinney, Texas, is being awarded a $22,654,214 firm-fixed-price contract for logistical support of the Multispectral Targeting Systems for the Predator/Reaper program. At this time, $22,654,214 has been obligated. Work will be performed in McKinney, Texas. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-06-G-4041, DO 0019).

L-3 Communications Corp., Systems Co., Camden, N.J., is being awarded a $10,700,000 contract for interim contractor support in the sustainment capability for the key translation element and central advance extremely high frequency key management station. At this time, $6,800,000 has been obligated. Work will be performed in Camden, N.J. ESC/HNCK, San Antonio, Texas, is the contracting activity (FA8307-11-C-1005).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Marietta, Ga., is being awarded a $6,553,613 cost-plus-award-fee contract modification to incorporate the operational flight program 3.5.3 Phase 2 into the C-5 Reliability Enhancement and Reengining Program contract. At this time, $6,553,613 has been obligated. Work will be performed in Marietta, Ga. ASC/WLSK, Wright Air Force Base, Ohio, is the contracting activity (F33657-02-C-2000, P00253).

NAVY

Force Protection Industries, Inc., Ladson, S.C., is being awarded an $18,835,484 firm-fixed-price modification under contract (M67854-07-D-5031) for procurement of 1,103 fuel tank protection modernization kits for the Cougar Mine Resistant Ambush Protected vehicle fleet supporting Operation Enduring Freedom. Work will be performed in Ladson, S.C., and is expected to be completed no later than Dec. 31, 2011. Contract funds will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Progeny Systems Corp.*, Manassas, Va., is being awarded a $14,842,973 cost-plus-fixed-fee contract to provide engineering services, include research and development, analyzing, design, fabrication and integration of hardware and/or software solutions that collectively provide C3I functionality for delivery to Navy submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $78,337,935. This effort is being awarded under the Small Business Innovative Research Program and is titled Topic No. N96-278, “Technology Infusion Methodology for COTS-based systems.” Work will be performed in Manassas, Va., and is expected to be completed in April 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-6296).

The Boeing Co., St. Louis, Mo., is being awarded a $10,416,308 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0020) to exercise an option for the procurement of hardware and support associated with the T-45 Required Avionics Modernization Program. This procurement of 30 T-45 retrofit kits will include one additional spare mission display processor and associated engineering support efforts. Work will be performed in St. Louis, Mo., and is expected to be completed in September 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.

BAE Systems Land & Armaments, LP, Ground Systems Division, York, Pa., is being awarded an $8,198,571 firm-fixed-priced modification to previously awarded delivery order #0011 under contract (M67854-07-D-5025) to purchase logistics support technical documentation, United States Special Operations Command (USSOCOM) A1 technical data maintenance; USSOCOM Armored Utility Variant (AUV) technical data maintenance; Independent Suspension System (ISS) engineering change proposal (ECP) kit replacement parts; USSOCOM A1 additional automotive test support; USSOCOM AUV additional automotive test support; and ISS ECP replacement kits. Work will be performed in York, Pa. (93 percent), and Yuma, Ariz. (7 percent), and is expected to be completed by December 2011. Contract funds in the amount of $8,111,000 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

*Small business

Total value of contracts awarded this day: $ 459.06M