All DoD Contracts Awarded - Aerospace & Defense Market ... · Bulltrack-Watts, (joint venture)*,...

98
All DoD Contracts Awarded in September 2011 A Compilation by Barr Group Aerospace © 2011 Free Aerospace Market data | All Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com All DoD Contracts Awarded September 2011 | By Barr Group Aerospace Visit us at: www.BGA-AeroWeb.com or www.BarrGroupAerospace.com

Transcript of All DoD Contracts Awarded - Aerospace & Defense Market ... · Bulltrack-Watts, (joint venture)*,...

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

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

All DoD Contracts Awarded

September 2011 | By Barr Group Aerospace

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

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

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

FOR RELEASE AT 5 p.m. ET

No. 754-11 September 01, 2011

CONTRACTS

AIR FORCE

Boeing Satellite Systems, Inc. of El Segundo, Calif. is being awarded a $1,099,800,000 firm fixed price contract modification to allow production of Satellite Vehicle 7 as well as advance procurement for Satellite Vehicle 8 and option to produce, process, and launch and activate on-orbit Satellite Vehicles 9. The contracting activity is SMC/PKJW, El Segundo, Calif. (FA8808-10-C-0001/P00006).

Millennium Engineering and Integration Company, Satellite Beach, Fla., is being awarded $29,151,404 cost plus fixed fee, firm fixed priced, and cost reimbursable contract for operational field support and safety technical analysis services that covers launch operations on the Eastern Range. The contracting activity is 45 CONS/LGCZR, Patrick Air Force Base, Calif. (FA2521-11-C-0026).

NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $23,068,954 cost-plus-fixed-fee order under previously awarded basic ordering agreement (N00024-10-G-4304) to support submarine repair work at Norfolk Naval Shipyard during ongoing availabilities. This contract is for uniquely skilled tradesmen support to two chief of naval operations submarine maintenance availabilities scheduled. Ships scheduled to undergo repairs include USS Newport News (SSN 750) and USS West Virginia (SSBN 736). Work will be performed in Norfolk, Va., and is scheduled to be completed by September 2012. Contract funds in the amount of $23,068,954 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Groton, Conn., is the contracting activity.

Bulltrack-Watts, (joint venture)*, Marysville, Calif., is being awarded for $16,875,681firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40192-10-D-2801) for construction of a new combined support maintenance shop at the Guam Army National Guard Barrigada Complex. The work to be performed provides for construction of a pre-engineered metal building with cast tilt-up concrete panels and masonry block interior partitions. The building will consist of a specially designed maintenance facility, maintenance work bays, plus administrative, personnel, and work areas. Work will be performed in Barrigada, Guam, and is expected to be completed by April 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.

Northrop Grumman Systems Corporation, McLean, Va., is being awarded an $8,322,248 indefinite-delivery/indefinite-quantity contract, with cost-plus-fixed-fee and firm-fixed-price provisions, for the deployment, enhancement, and operation and maintenance services in support of the Naval Criminal Investigative Service Law Enforcement Information Exchange System. This contract contains three, one-year options, which if exercised, will bring the contract value to $32,956,961. Work will be performed in McLean, Va. and at other locations to be determined, and work is expected to be completed Sept. 30, 2012. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated at the individual task order level. This contract was competitively procured via Navy Electronic Commerce Online website, with two offers received. The NAVSUP Fleet Logistics Support Center Norfolk Contracting Department, Philadelphia Office, is the contracting activity (N00189-11-D-Z041).

DEFENSE HUMAN RESOURCES ACTIVITY

Exhibit Arts, LLC, of Wichita, Kan., is being awarded a $14,156,545 firm-fixed price contract for Marketing, Advertising, and Fulfillment Services in support of the Employer Support of the Guard and Reserve and Yellow Ribbon

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

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

Program. Work will be performed at Wichita, Kansas, and is expected to be completed in April 2014. Contract funds will expire at the end of the current fiscal year. This requirement was solicited on the Federal Business Opportunities website under full and open competition. Nine bids were received. The contracting activity is the Defense Human Resources Activity (DHRA) Procurement Support Office (PSO), Alexandria, Virginia. The contract number for this requirement is: H98210-11-C-0033.

*Small Business

Total value of contracts awarded this day: $ 1,191.38M

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

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

FOR RELEASE AT 5 p.m. ET

No. 759-11 September 02, 2011

CONTRACTS

AIR FORCE

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $49,853,499 cost-plus-fixed-fee, indefinite-delivery requirements contract to identify emerging sensor capabilities, and assess new or innovative sensor concepts that could be utilized to satisfy emerging or existing requirements; utilize analyses, trade studies, and simulations to determine the best potential sensor solutions to satisfy particular operational requirements, and provide that information to acquisition decision makers; design, develop, and prototype new sensor concepts in order to evaluate their effectiveness and determine suitability for transition to fielded systems; provide technology assessments that quantify the readiness of particular sensor technologies for use by Army forces; perform testing and user evaluations in order to determine the performance of various sensor systems, often against vendor performance claims, and develop recommendations regarding initial or continued use; utilize subject matter expertise to provide technical guidance, assistance, and evaluations relative to specific sensor technology areas; disseminate information regarding sensor technology from other Department of Defense (DoD) and non-DoD sources, and conduct training for rapid equipping force and other government personnel regarding employment of those sensor technologies; and analyze existing and developing threat capabilities to determine future sensor requirements, and provide recommendations on how to address those threats. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000 0187).

MacAulay-Brown, Inc., Dayton, Ohio, is being awarded a $25,969,228 firm-fixed-price delivery order with estimated cost line items under General Services Administration multiple-award, indefinite-delivery/indefinite-quantity alliant government-wide acquisition contract for information technology and intelligence services. Specialized Contracting, HQ AFSOC/A7KQ, Hurlburt Field, Fla., is the contracting activity (GSOOQ09BGD0040 Delivery Order: FA0021-11-F-0005).

Dyron Murphy Architects, Albuquerque, N.M., is being awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract for construction services, simplified acquisition base engineering requirements at Cannon Air Force Base, N.M. The 27th Special Operations Contracting Squadron/BFLT, Cannon Air Force Base, N.M., is the contracting activity (FA4855-11-D-0003).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $14,863,384 cost-plus-fixed-fee, indefinite-delivery requirements contract for research and development in order to complete and deliver the Stakeholder Analysis and Strategic Communication Plan, Capabilities Based Assessment Report, and the Stakeholder Engagement Strategy Report to form a baseline for Air Force intelligence, surveillance, and surveillance analytic mission needs organized by key operational mission. The training-mission requirements assessment shall identify training gaps, as well as provide a strategic flight plan to improve intelligence analysis training to meet current and emergent training requirements to improve aircrew and ground forces survivability through improved analytical products. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0434).

Schafer Corp., Chelmsford, Mass., is being awarded an $8,156,018 cost-plus-fixed-fee contract modification for particle analysis services, non-personal services for the processing and analyzing of particle samples, for the purpose of nuclear test ban treaty verification for the Air Force Technical Applications Center in support of the U.S. Atomic Energy Detection System. This action is the exercise of the first contract option period. AF ISR Agency/A7KRB, Patrick Air Force Base, Fla., is the contracting activity (FA7022-11-C-0009 0004).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $6,784,337 cost-plus-fixed-fee, indefinite-delivery requirements contract for research and development in order to complete and deliver survivability and vulnerability reports including Weapons Materials Research Directorate Technology Information Report, Systems Integration Analysis and Scientific and Technology Roadmap for Warfighter Enterprise, and Experimental Tests and Test Planning and Reports.

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

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

These deliverables provide assessments of emerging technology needed to defeat specific threats such as improvised explosive devices and rocket propelled grenades. ESG/PKS, Offutt Air Force Base, Neb.. is the contracting activity (SP0700-03-D-1380 0425).

NAVY

TCOM, L.P., Columbia, Md., is being awarded a $38,614,787 firm-fixed-price contract for the procurement of 15 TCOM 22M+ aerostats, tether-up spares, line replaceable units, component kits, and field service representative services in support of Persistent Ground Surveillance Systems being fielded by the Army. Work will be performed in Elizabeth City, N.C. (90 percent); Columbia, Md. (9 percent); and Afghanistan (1 percent), and is expected to be completed in September 2014. Contract funds in the amount of $402,351 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0220).

Raytheon, Integrated Defense Systems, Portsmouth, R.I., is being awarded an $8,796,601 modification under previously awarded contract (N00024-10-C-6307) to fabricate, assemble, test and deliver five Airborne Mine Neutralization System (AMNS) low rate initial production systems. The AMNS will explosively neutralize bottom and moored mines using an expendable mine neutralize device. The system will be deployed from the MH-60 helicopter as part of the littoral combat ship mine countermeasures mission module. Work will be performed in Portsmouth, R.I., and is expected to be completed August 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Ball Aerospace Corp., Boulder, Colo., is being awarded a $36,928,217 cost-plus-fixed-fee contract (HR0011-10-C-0157). The work is for the Moire Program, which seeks to provide persistent, real-time, tactical video, and missile launch detection and tracking to the war fighter through the development of diffractive membrane optics may facilitate low-cost geosynchronous imaging. Work will be performed in Broomfield, Colo. (73.2 percent); Livermore, Calif. (7.2 percent); Goleta, Calif. (17.2 percent); and Huntsville, Ala. (2.4 percent). Work is expected to be completed by Feb. 10, 2013. The Defense Advanced Research Projects Agency is the contracting activity.

SiOnyx, Inc., Beverly, Mass., is being awarded a $6,952,551 cost-plus-fixed-fee contract (HR0011-10-C-0080). The work is for the Portable Photovoltaic Device Program, which seeks to develop technologies that reduce the mass and cost of portable photovoltaic devices while supporting high power conversion efficiency. Work will be performed in Beverly, Mass. (75 percent); Newark, Del. (20 percent); and Cambridge, Mass. (5 percent). Work is expected to be completed by March 10, 2013. The Defense Advanced Research Projects Agency is the contracting activity.

DEFENSE LOGISTICS AGENCY

Carter Industries, Inc.*, Olive Hill, Ky., was awarded a firm-fixed-price contract for a maximum $12,199,680 for flyer‟s coveralls. There are no other locations of performance. Using services are Navy and Air Force. The date of performance completion is Feb. 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-11-D-1067).

*Small business

Total value of contracts awarded this day: $ 234.11M

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

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

FOR RELEASE AT 5 p.m. ET

No. 762-11 September 06, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

SupplyCore, Inc.*, Rockford, Ill., was issued a nine-month bridge contract on the current contract SPM500-11-D-BP04/P00026. Award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $45,000,000 for maintenance, repair, and operations supplies, and related services for the U.S. Central Command region. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is May 31, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

NAVY

Oldenburg Group, Inc.*, Kingsford, Mich., is being awarded a $25,376,459 firm-fixed price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for manufacturing and installation support of slewing boat davits for LSD 41 and LSD 49 class Navy ships. Work will be performed in Kingsford, Mich. (93.4 percent); Norfolk, Va. (5.1 percent); San Diego, Calif. (1 percent); and Sasebo, Japan (0.5 percent). Work is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four offers received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-11-D-0010).

Teras BBC Ocean Navigation Enterprises Houston, L.L.C., Bellaire, Texas, is being awarded a one-year $11,037,080 firm-fixed-price contract for the charter of one U.S.-flagged, self-sustaining, non-cellular dry cargo ship. The ship will be employed in worldwide cargo delivery to support the Department of Defense. Most work will be to support re-supply operations between the United States and the Arabian Gulf. This contract includes three 12-month option periods and one 11-month option period, which, if exercised, would bring the cumulative firm-fixed value of this contract to $47,281,490. Work will be performed at sea worldwide, and is expected to be completed February 2013. If all option periods are exercised, the completion date will be by January 2017. Contract funds are subject to availability of fiscal 2012 funding, and funds will expire at the end of that fiscal year. This contract was competitively procured via solicitation on Military Sealift Command, Navy Electronic Commerce Online, and Federal Business Opportunities web pages, with more than 50 companies solicited and seven offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-5500).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $9,400,000 not-to-exceed modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0010) for Group A and Group B flight test instrumentation (FTI) for F-35 Joint Strike Fighter low rate initial production, lot four, aircraft for the Netherlands, including installation of Group A FTI. Work will be performed in Fort Worth, Texas (75 percent), and El Segundo, Calif. (25 percent), and is expected to be completed in February 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.

Stanley Consultants, Inc., Muscatine, Iowa, is being awarded a maximum $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). Task order 0001 is being awarded at $70,516 for replacement of boilers and water conservation at Building 1281 at Naval Air Station Corpus Christi, Texas. Work for this task order is expected to be completed by February 2012. All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southeast AOR including, but not limited to, Texas; and is expected to be completed by September 2016. Contract funds in the amount of $70,516 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the

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

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

contracting activity (N69450-11-D-0073).

Raytheon Technical Services Co., L.L.C., Indianapolis, Ind., is being awarded a $7,360,560 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 36 LAU-116B/A launchers in support of FA-18 E/F and EA-18G aircraft. Work will be performed in Indianapolis, Ind., and is expected to be completed in December 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

ITT Systems Corp., Colorado Springs, Colo., is being awarded a $19,082,151 cost-plus-incentive-fee contract modification to provide system engineering integration and sustainment of ground-based missile warning, missile defense, and space surveillance sensors. ESC/HSIK, Peterson Air Force Base, Colo., is the contracting activity (F19628-02-C-0010, PO 0317).

DEFENSE FINANCE AND ACCOUNTING SERVICE

Bank of America, N.A., Military Bank-Overseas Division, San Antonio, Texas, was awarded fiscal 2012 option of $7,000,000 as part of contract MDA210-02-D-0003-0011 ($55,464,050) to provide full banking services that are comparable, in scope and cost, to those available in the continental United States to authorized individuals that include active duty U.S. military personnel; DoD civilian employees who are U.S. citizens; U.S. citizens who are employees of all other U.S. government departments, agencies, private organizations and non-appropriated fund instrumentalities carrying on functions on a DoD installation overseas; as well as authorized family members of such military and civilian employees. The program management office is in San Antonio, Texas; however, the majority of the work is performed on U.S. military facilities in Germany, the Netherlands, the United Kingdom, Italy, Korea, Diego Garcia, Honduras, Cuba, Japan, Okinawa, and the Kwajalein Atoll. Under this option, work will be performed from Oct. 1, 2011 through Sept. 30, 2012. The DFAS Contract Services Directorate, Columbus, Ohio, is the contracting activity (MDA210-02-D-0003-0011).

*Small business

Total value of contracts awarded this day: $ 131.76M

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

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

FOR RELEASE AT 5 p.m. ET

No. 766-11 September 07, 2011

CONTRACTS

ARMY

The Boeing Co., St. Louis, Mo., was awarded an $181,663,400 cost-plus-fixed-fee contract. The award will provide for system engineering support and field service representatives for the Early-Infantry Brigade Combat Team low rate initial production. Work will be performed in St. Louis, Mo.; Bedford, Mass.; Bloomington, Minn.; and Vienna, Va., with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-C-0452).

Alliance Building Group and T.A. Loving Co., J.V., Charlotte, N.C. (W91247-11-D-0018); Alutiiq Manufacturing Contractors, L.L.C., Huntsville, Ala. (W91247-11-D-0024); Chavis, Inc., North Maxton, N.C. (W91247-11-D-0020); Contract & Purchasing Solutions, Inc., Lake Park, Ga. (W91247-11-D-0019); Diversified Mechanical, Ltd., Durham, N.C. (W91247-11-D-0021); FutureNet Group, Inc., Detroit, Mich. (W91247-11-D-0022); and OTAK Group, Inc., Yulee, Fla. (W91247-11-D-0023), were awarded a $100,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The award will provide for the maintenance, repair and minor construction projects at various installations in North Carolina. Work location will be determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited through the Internet, with 55 bids received. The Mission Contracting Office, Fort Bragg, N.C., is the contracting activity.

Odyssey-TCI, J.V., L.L.C., Alpharetta, Ga., was awarded a $100,000,000 firm-fixed-price, cost-reimbursable contract. The award will provide for the full range of non-personal financial and acquisition related services in support of the National Guard. Work location will be determined with each task order, with an estimated completion date of July 6, 2016. The bid was solicited through the Internet, with 15 bids received. The National Guard Bureau, Lansing, Mich., is the contracting activity (W912JB-11-D-4019).

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a $68,961,778 cost-plus-incentive-fee contract. The award will provide for the acquisition of universal ground control stations and universal ground data terminals. Work will be performed in Poway, Calif., with an estimated completion date of July 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0151).

Northrop Grumman Space & Missions Systems, Fairfax, Va., was awarded a $49,203,487 cost-plus-fixed-fee contract. The award will provide for the increased operations and additional certified technical services teams in Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of Feb. 14, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Center, Huntsville, Ala., is the contracting activity (W9113M-07-D-0007).

PAR Government Systems Corp., Rome, N.Y., was awarded a $42,500,000 firm-fixed-price, cost-plus-fixed-fee contract. The award will provide for the full-motion video, geospatial information systems, and surveillance and reconnaissance services. Work will be performed in Rome, N.Y., with an estimated completion date of Aug. 31, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0014).

WATTS/WEBCOR, J.V., Honolulu, Hawaii, was awarded a $34,801,408 firm-fixed-price contract. The award will provide for the construction of a satellite communications operations center, an administration support center, and a repair and utilities building. Work will be performed in Camp Roberts, Calif., with an estimated completion date of Sept. 10, 2013. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Sacramento, Calif.,

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

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

is the contracting activity (W91238-11-C-0010).

Forte-Fusco, J.V., St. Louis, Mo., was awarded a $33,880,000 firm-fixed-price contract. The award will provide for the design and construction of the armed forces training building, the unheated storage building, and the vehicle maintenance shop in Danbury, Conn. Work will be performed in Danbury, Conn., with an estimated completion date of July 31, 2013. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineering, Louisville, Ky., is the contracting activity (W912QR-11-C-0037).

SUMO-NAN, L.L.C., Honolulu, Hawaii, was awarded a $28,024,553 firm-fixed-price contract. The award will provide for the construction of an unaccompanied enlisted personnel barracks at Helemano Military Reservation, Oahu, Hawaii. Work will be performed in Helemano Military Reservation, Oahu, Hawaii, with an estimated completion date of Oct. 1, 2013. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-11-C-0014).

Walsh Construction Co., Chicago, Ill., was awarded a $27,588,000 firm-fixed-price contract. The award will provide for the construction of a new chiller plant upgrade at Fort Meade, Md. Work will be performed in Fort Meade, Md., with an estimated completion date of Aug. 30, 2013. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-C-0034).

Tetra Tech EC, Inc., Morris Plains, N.J. (W912DQ-11-D-3011); The Louis Berger Group, Inc., Morristown, N.J. (W912DQ-11-D-3009); HDR/OBG, J.V., Kansas City, Mo. (W912DQ-11-D-3007); Ecology & Environment, Inc., Lancaster, N.Y. (W912DQ-11-D-3006); CH2M Hill, Inc., Philadelphia, Pa. (W912DQ-11-D-3005); CDM Federal Program Corp., Kansas City, Mo. (W912DQ-11-D-3004); and Aecom Technical Services, Inc., Los Angeles, Calif. (W912DQ-11-D-3003), were awarded a $21,428,572 firm-fixed-price multiple-award-task-order contract. The award will provide for the engineering services conducted at a variety of hazardous, toxic, and radioactive waste environmental sites. Work location will be determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

Yerba Buena Engineering and Construction, Inc., San Francisco, Calif. (W912JV-11-D-0008); Performance Systems, Inc., Fruitland, Idaho (W912JV-11-D-0007); J.I. Garcia Construction, Inc., Fresno, Calif. (W912JV-11-D-0005); Ahtna Engineering Services, L.L.C., Anchorage, Alaska (W912JV-11-D-0004); S & B James Construction Management, White City, Ore. (W912JV-11-D-0003); C-2 Construction, Mountain Home, Idaho (W912JV-11-D-0002); and Bogatay Construction, Klamath Falls, Ore. (W912JV-11-D-0001), were awarded a $20,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The award will provide for the sustainment, repair and maintenance construction services of various sizes and value for the Kinsley Field Air National Guard Base, Klamath Falls, Ore. Work location will be determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited through the Internet, with 29 bids received. The National Guard Bureau, Salem, Ore., is the contracting activity.

Tidewater, Inc., Columbia, Md. was awarded a $20,000,000 firm-fixed-price contract. The award will provide for the remediation and environmental consulting services. Work will be determined with each task order, with an estimated completion date of July 14, 2014. The bid was solicited through the Internet, with 21 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-D-0060).

Contrack International, Inc., McLean, Va., was awarded a $17,083,117 firm-fixed-price contract. The award will provide for the construction of facilities for the 207th Corps, Afghan National Army, in Herat province, Afghanistan. Work will be performed in Kandahar province, Afghanistan, with an estimated completion date of April 29, 2013. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Kandahar, Afghanistan, is the contracting activity (W5J9LE-11-C-0049).

GARCO Construction, Spokane, Wash., was awarded a $16,479,600 firm-fixed-price contract. The award will provide for the services to replace JP-8 fuel storage tanks at Mountain Home Air Force Base, Idaho. Work will be performed in Elmore, Idaho, with an estimated completion date of March 18, 2014. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-C-0013).

AeroVironment, Inc., Monrovia, Calif., was awarded a $15,909,962 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to provide logistical support for the small unmanned aircraft system. Work

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

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

will be performed in Simi Valley, Calif., with an estimated completion date of Oct. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0338).

Jorge Scientific, Arlington, Va., was awarded a $15,584,893 cost-plus-fixed-fee contract. The award will provide for the counterinsurgency advisory and assistance team services throughout Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of March 14, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-11-C-0007).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $15,276,943 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure AH-64D Apache modernized target acquisition designation sight/pilot‟s night vision sensor visible near infrared sight for the kingdom of Saudi Arabia. Work will be performed in Orlando, Fla., with an estimated completion date of Nov. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0169).

MD Helicopters, Inc., Mesa, Ariz., was awarded a $14,237,169 firm-fixed-price contract. The award will provide for the modification of an existing contract to provide logistics support for operations of rotary wing primary training aircraft and flight training devices for the Afghan Air Force. Work will be performed in Shindand, Afghanistan, with an estimated completion date of March 31, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0070).

UCC-HBC, Mesa, Ariz., was awarded a $13,282,176 firm-fixed-price contract. The award will provide for the construction building for the Department of Emergency Services and Police. Work will be performed in White Sands, N.M., with an estimated completion date of Dec. 12, 2012. The bid was solicited through the Internet, with 17 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0056).

STG, Reston, Va., was awarded an $11,925,857 cost-plus-fixed-fee contract. The award will provide for the information technology support services required for operational test, data collection, and experimentation mission support. Work will be performed in Aberdeen Proving Ground, Md.; Fort Hood, Texas; and Fort Bragg, N.C., with an estimated completion date of Aug. 31, 2014. Seventeen bids were solicited, with two bids received. The U.S. Army Test and Evaluation Command, Mission Support Contracting Activity, Fort Hood, Texas, is the contracting activity (W91QUZ-06-D-0015).

BCI Construction USA, Inc., Belleville, Ill., was awarded a $10,000,000 firm-fixed-price contract. The award will provide for the maintenance services to the U.S. Army Corps of Engineers. Work location will be determined with each task order, with an estimated completion date of Aug. 31, 2013. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, St. Louis, Mo., is the contracting activity (W912P9-11-D-0529).

EADS North American Defense, Arlington, Va., was awarded a $9,910,183 firm-fixed-price contract. The award will provide for the modification of an existing contract to increase the funding for contractor logistics support flight hours. Work will be performed in Columbus, Miss., and Trumbull, Conn., with an estimated completion date of Aug. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06- C-0194).

URS Group, Inc., Dallas, Texas, was awarded a $9,500,000 firm-fixed-price contract. The award will provide for the risk management services in support of the National Dam Safety Program, the National Levee Safety Program, and the risk management center. Work location will be determined with each task order, with an estimated completion date of Aug. 30, 2014. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-D-0036).

Lakeview Center, Inc., Pensacola, Fla., was awarded a $9,059,357 labor-hour contract. The award will provide for the operational services of the dining facility at Joint Base Lewis-McChord, Wash. Work will be performed in Joint Base Lewis-McChord, Wash., with an estimated completion date of Aug. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Wash., is the contracting center (W9124D-11-C-0031).

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

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

NAVY

General Dynamics Information Technology, Fairfax, Va., is being awarded a $38,422,353 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-07-D-0024) to exercise an option for information technology/information management department support services for the Naval Air Warfare Center Aircraft Division. This modification provides for a wide range of services and products, including information engineering; business process improvement relative to automation; analytical and technical support for enterprise resource planning; consultation; hardware and software evaluation and selection; systems analysis; systems and applications sustainment, including configuration and maintenance of web sites and servers; integration of systems and applications; database administration; production support; information assurance; network support; firewall support; and imaging services. Funds are not being obligated at time of award. Work will be performed in Patuxent River, Md., 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 Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

K-W Construction*, San Marcos, Texas, is being awarded $23,550,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract for the restoration and modernization of Lakeside pre-commissioning unit Bachelors Quarters B and A project at Naval Construction Battalion Center Gulfport. The scope of the restoration to Bachelor Quarters B and A includes replacement of interior finishes, interior doors and hardware, exterior doors and frames, plumbing fixtures, piping, hot water tanks, domestic water heat exchangers, all distribution piping, backflow preventers and water treatment equipment, heating ventilation and air condition including direct digital control, and fire detection and alarm system. Work will be performed in Pascagoula, Miss., and is expected to be completed by October 2013. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-10-D-0774).

ViaSat, Carlsbad, Calif., is being awarded a $14,127,671 cost-plus-fixed-fee delivery order for the development, qualification, and delivery of the Multifunctional Information Distribution System Joint Tactical Radio System Block Cycle One cryptographic modernization update. Work will be performed in Carlsbad, Calif. (30 percent), and in various other sites worldwide (70 percent), and is expected to be completed by May 6, 2013. Contract funds in the amount of $1,595,716 will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The synopsis was released via the Federal Business Opportunities website on March 29, 2010. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0032).

Hightower Construction Co., Inc.*, Charleston, S.C., is being awarded a $12,894,000 firm-fixed-price contract for construction of a physical fitness center at Marine Corps Air Station Beaufort. The new multi-story physical fitness center will be Leadership in Energy and Environmental Design Gold-certified, steel-framed building, precast concrete exterior wall system; with a standing seam metal roof, gymnasium, utilities, parking, site improvements, built-in equipment requirements, access, asbestos abatement, demolition, and anti-terrorism/force protection. Work will be performed in Beaufort, S.C., and is expected to be completed by May 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-C-1760).

BAE Systems San Diego Ship Repair, San Diego, Calif., is being awarded a $12,124,464 modification to previously awarded contract (N00024-10-C-4407) for the USS Green Bay (LPD 20) fiscal 2011 non dry-docking phased maintenance availability (PMA). PMAs provide for an extensive renovation and modernization of an LPD class ship, including alterations and repairs as well as inspection and testing to all ships systems and components ensuring safe and dependable operation of the ship. Work will be performed in San Diego, Calif., and is expected to be completed by May 2012. Contract funds in the amount of $12,124,464 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Data Link Solutions, Cedar Rapids, Iowa, is being awarded an $8,042,356 cost-plus-fixed-fee delivery order for the development, qualification, and delivery of the Multifunctional Information Distribution System Joint Tactical Radio System Block Cycle One cryptographic modernization update. Work will be performed in Wayne, N.J. (90 percent), and Cedar Rapids, Iowa (10 percent), and is expected to be completed by May 6, 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The synopsis was released via the Federal Business Opportunities website on March 29, 2010. The Space and Naval Warfare Systems

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

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

Command in San Diego, Calif., is the contracting activity (N00039-10-D-0031).

AIR FORCE

Rockwell Colllins, Inc., Cedar Rapids, Iowa, is being awarded a $10,530,874 cost-plus-award-fee, time-and-material, and firm-fixed-price contract modification to exercise the KG-3X production options for the Air Force and Navy. The KG-3X modernization program provides replacement and cryptographic units used with the Minimum Essential Emergency Communication Network and fixed Submarine Broadcast System Network. CPSD/HNCK, Lackland Air Force, San Antonio, Texas, is the contracting activity (FA8722-04-C-0004, P00071).

WV Technology Group, Inc., Ellicott City, Md., is being awarded a maximum $24,900,900 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price orders to develop, enhance, test, and evaluate alpha and beta error detection isolation containment toolset technologies for the transition/transfer from the laboratory results to the warfighter environment. The Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity (FA8750-11-D-0099).

*Small business

Total value of contracts awarded this day: $ 1,015.59M

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

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

FOR RELEASE AT 5 p.m. ET

No. 768-11 September 08, 2011

CONTRACTS

MISSILE DEFENSE AGENCY

The Missile Defense Agency is announcing the award of a sole-source cost-plus-award-fee modification to Raytheon Missile Systems Co., Tucson, Ariz.,under the HQ0006-10-C-0005 contract, P00017. The total value of this award is $48,014,215, increasing the total contract value from $286,518,085 to $334,532,300. Under this modification, the contractor will continue to perform engineering services and material for systems engineering, design and development support, and initial hardware fabrication for the Standard Missile-3 Block IIA missile including continued divert and attitude control system development work. The work will be performed in Tucson, Ariz. The performance period is through Oct. 31, 2011. Fiscal 2011 research, development, test and evaluation funds will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

AIR FORCE

Aerospace Testing Alliance, Tullahoma, Tenn., is being awarded $208,496,322 cost-plus-award-fee contract modification for the operation, maintenance, information management, and support of Arnold Engineering Development Center. AEDC/PK, Arnold Air Force Base, Texas, is the contracting activity (F40600-03-C-0001).

CYE Enterprises, Inc., Jacksonville, Fla., is being awarded a $25,000,000 firm-fixed-price contract to furnish all plants, materials, labor, equipment, and all operations in connection with repairing and replacing roofs, Eglin Air Force Base, Fla., per the statement of work and roofing specifications. AAC/PKOA, Eglin Air Force Base, Fla., is the contracting activity (FA2823-11-D-0012).

Jacobs Technology, Inc., Tullahoma, Tenn., is being awarded a $20,255,460 indefinite-delivery, quantity cost-plus-award-fee, and cost-reimbursement contract modification to provide technical, engineering, and acquisition support at Eglin Air Force Base, Fla. AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA9200-07-C-0006, P00053).

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $14,738,940 cost-plus-fixed-fee, indefinite-delivery requirements contract to provide technical evaluations and technical assessments of the utility and or efficacy of hazard mitigation equipment. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180, delivery order 0716).

M1 Support Services, Denton, Texas, is being awarded a $10,039,809 firm-fixed-price with reimbursable line items contract modification to maintain mission-capable helicopters 24/7 at F.E. Warren Air Force Base, Wyo.; Malmstrom Air Force Base, Mont.; Minot Air Force Base, N.D.; and Yokota Air Force Base, Japan, as well as performing helicopter aircrew flight equipment support at F.E. Warren Air Force Base, Wyo., and Malmstrom Air Force Base, N.D. 21 CONS/LGCZB, Peterson Air Force Base, Colo., is the contracting activity (FA2517-10-C-8002, P00028).

Chromalloy Nevada, Carson City, Nev., is being awarded a $9,188,625 firm-fixed-price contract, one-year contract with four options to provide repair services for the high pressure turbine nozzle assembly. AFGLSC/848 SCMG/PKAB, Tinker Air Force Base, Okla., is the contracting activity (FA8122-11-D-0015).

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $166,808,999 modification to a previously awarded fixed-price-

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

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

incentive contract (N00019-09-C-0022) to provide funding for long lead materials in support of the low rate initial production, Lot 3, of 11 P-8A multi-mission maritime aircraft. Work will be performed in Seattle, Wash. (63.80 percent); Greenlawn, N.Y. (11.69 percent); Baltimore, Md. (10.98 percent); North Amityville, N.Y. (8.24 percent) and McKinney, Texas (5.29 percent). Work is expected to be completed in May 2015. Contract funds will not expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

BAE Systems Information Solutions, Inc., Herndon, Va. (N65236-11-D-3850); Booz Allen Hamilton, Inc., McLean, Va. (N65236-11-D-3851); Computer Sciences Corp., Falls Church, Va. (N65236-11-D-3852); Honeywell Technology Solutions, Inc., Columbia, Md. (N65236-11-D-3853); Science Applications International Corp., McLean, Va. (N65236-11-D-3854); and Scientific Research Corp., Atlanta, Ga. (N65236-11-D-3855), are each being awarded a $40,055,252 indefinite-delivery/indefinite-quantity, multiple-award, cost-plus-fixed-fee, performance-based contract to provide tactical and strategic and operations support services with the emphasis being on information assurance. These contracts will support the Navy and other Department of Defense and federal agencies. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $210,568,360. Work will be performed in Charleston, S.C. (90 percent), and Washington, D. C. (10 percent), and is expected to be completed by September 2012. If all options are exercised, work could continue until September 2016. Contract funds will not expire at the end of the current fiscal year. These multiple-award contracts were competitively procured via the Commerce Business Daily‟s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with 14 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

FOPCO, Inc.*, Kapolei, Hawaii, is being awarded $8,070,800 for firm-fixed-price task order #0016 under a previously awarded multiple award construction contract (N62748-10-D-4019) for repair of Building 1492, Bachelor Enlisted Quarters, at Naval Station Pearl Harbor. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by April 2013. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor Hickam-Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

DEFENSE MEDIA ACTIVITY

Omnitec Solutions, Inc., was issued a modification (subject to availability of fiscal 2012 funds) exercising the third option year on the current contract HQ0028-09-C-0017. Award is a firm-fixed-price commercial service contract in support of the Defense Media Activity Public Web Management System. Estimated value of modification is $9,927,492. The period of performance starts Oct. 1, 2011. Defense Media Activity-East Contracting Office, Fort George Meade, Md., is the contracting activity.

*Small business

Total value of contracts awarded this day: $ 760.91M

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

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

FOR RELEASE AT 5 p.m. ET

No. 773-11 September 09, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

Henry Schein Inc., Melville, N.Y., was issued a modification exercising the second option year on the current contract SPM2DE-09-D-7444/P00004. Award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $172,800,000 for distribution of a wide range of general dental supplies. 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 Sept. 30, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sea Box Inc., Cinnaminson, N.J.,* was awarded contract SPRDL1-11-D-0046. The award is a firm fixed price, indefinite delivery and indefinite quantity contract for a maximum $12,407,984 for various types of shipping and storage containers. Other location of performance is Hillsborough, New Jersey. Using service is Army. The date of performance completion is Sept. 10, 2012. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

Charleston Marine Containers, North Charleston, S.C., was awarded contract SPRDL1-11-D-0047. The award is a firm fixed price, indefinite delivery and indefinite quantity contract for a maximum $12,407,984 for various types of shipping and storage containers. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 10, 2012. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

Honeywell International Inc., Clearwater, Fl., was awarded contract SPRRA2-11-D-0032. The award is a fixed price with economic price adjustment contract for a maximum $9,315,925 for field artillery battalion surveying set. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 6, 2016. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

MISSILE DEFENSE AGENCY CONTRACT

The Missile Defense Agency (MDA) is announcing the award of a sole source cost-plus-award-fee/cost-plus-fixed-fee modification to Lockheed Martin Mission Systems and Sensors, Moorestown, New Jersey, under the HQ0276-10-C-0003 contract, P00019. The total value of this modification is $115,508,368, increasing the total contract value from $61,187,171 to $176,695,539. This modification accounts for the award of contract line item number (CLIN) 0001 for continued Aegis Ashore Combat System adaptation efforts, site planning, transportation planning, technology initiatives and studies. To support the efforts under CLIN 0001, this modification also increases CLINs 0011 (material) and 0012 (travel). The work will be performed in Moorestown, New Jersey. The performance period is through Sept. 30, 2012. Fiscal year 2011 research, development, test and evaluation funds will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The MDA, Dahlgren, Virginia, is the contracting activity.

NAVY

Integrity Consulting Solutions LLC*, Frederick, Md. (N62583-09-D-0164); Prevailance, Inc.*, Virginia Beach, Va. (N62583-09-D-0165); Quintech Security Consultants, Inc.*, Summerville, S.C. (N62583-09-D-0167); Risk Management Associates, Inc.*, Raleigh, N.C. (N62583-09-D-0168); and Trinity Applied Strategies Corporation*, Alexandria, Va. (N62583-09-D-0169) are being awarded option year two under a previously awarded firm-fixed-price multiple award contract for anti-terrorism task force protection at Naval Facilities Engineering Command, Engineering Service Center, Port Hueneme. The work to be performed provides for engineering services related to performing quantitative vulnerability and risk assessments

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

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

used to assess terrorist and other criminal threats and other anti-terrorism related studies including the development of new and innovative security countermeasures to mitigate those vulnerabilities and to conduct anti-terrorism training throughout the continental United States and its territories. The combined total value for all five contractors is $31,450,000. The total contract amount after exercise of this option will be $82,075,000. No task orders are being issued at this time. Work will be performed throughout the continental United States and its territories, and work is expected to be completed Sept. 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded a $15,464,426 firm-fixed-price contract for ship-based and/or vertical replenishment services in support of Commander, U.S. Pacific Fleet. AAR Airlift Group, Inc., will provide helicopters, personnel, and operational and technical support services in the Western Pacific and Indian Oceans and the Arabian Gulf. This contract includes three 12-month options periods and one 11-month option period, which if exercised, would bring the cumulative value of this contract to $76,887,580. Work will be performed in the Western Pacific and Indian Oceans and the Arabian Gulf, and is expected to be completed in September 2012. If all option periods are exercised the completion date will be by August 2016. Contract funds are subject to availability of fiscal year 2012 funding, and funds will expire at the end of that fiscal year. This contract was competitively procured via solicitations posted to Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and four offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-1003).

BAE Systems, Norfolk Ship Repair, Norfolk, Va., is being awarded a $14,074,420 modification to contract (N00024-11-C-4403) for the USS Leyte Gulf (CG 55) fiscal year 2012 Extended Selected Restricted Availability (ESRA). An ESRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by November 2012. Contract funds in the amount of $14,074,420 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Portsmouth, Va., is the contract activity.

PSI Sierra, LLC*, California, Md., is being awarded a $9,479,842 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N00421-08-D-0006) to exercise an option for technical services in support of the Information Technology/Information Management Department at Naval Air Systems Command/Naval Air Warfare Center Aircraft Division, Patuxent River, MD. The services to be provided include: video technology support, National Help Desk support, Navy Marine Corps Intranet Customer Technical Representative support. The estimated level of effort for this option year is 167,040 man-hours. Contract funds are not being obligated at time of award. Work will be performed at the Naval Air Warfare Center Aircraft Division, Patuxent River, Md., and is expected to be completed in September 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.

AIR FORCE

Alion Science and Technology Corporation of Chicago, Ill. is being awarded a $28,028,060 cost plus fixed fee, indefinite delivery, requirements contract to develop, implement, improve and execute new and existing methods and practices in systems architecting, systems engineering methodologies and tools, systems integration. Alion will also develop research expertise in systems engineering and architecting, and provide engineering research, testing, development, information analysis and expertise in all aspects of program coordination and guidance process for Armament Research, Development and Engineering Center directorates. The contracting activity is ESG/PKS, Offutt Air Force Base, Neb. (SP0700-99-D-0301, Delivery Order 0209).

Alion Science and Technology Corporation of Chicago, Ill. Is being awarded a $24,196,434 cost plus, fixed fee, indefinite delivery, requirements contract to collect, integrate, test, field and sustain promising communication technologies and capabilities that support SSC Pacific United States Marine Corp‟s command control communication on-the-move for Mine Resistant Ambush Protected combat vehicles and other joint service systems such as Command and Control Personal Computing, Command Post of the Future, and Advanced Field Artillery Tactical Data Systems. The contracting activity is ESG/PKS, Offutt Air Force Base, Neb. (SP0700-99-D-0301, Delivery Order 0212).

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

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

*Small Business

Total value of contracts awarded this day: $ 445.14M

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

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

FOR RELEASE AT 5 p.m. ET

No. 777-11 September 12, 2011

CONTRACTS

NAVY

Grace Pacific Corp., Honolulu, Hawaii (N62478-11-D-4036); Jas W. Glover, Ltd., Honolulu, Hawaii (N62478-11-D-4037); Road and Highway Builders, L.L.C., Sparks, Nev. (N62478-11-D-4038); and Road Builders Corp.*, Honolulu, Hawaii (N62478-11-D-4039), are each being awarded an indefinite-delivery/indefinite-quantity contract for paving and airfield paving projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The maximum dollar value, including the base period and two option years, is $60,000,000. No task orders are being issued at this time. The work will be performed at various locations on the island of Oahu. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities. It includes labor, supervision, tools, materials, and equipment necessary to perform asphaltic concrete pavement work, airfield asphalt concrete paving, and other incidental related work to include but not be limited to sidewalks and curbs, marking and striping of pavement. Work will be performed within the NAVFAC Hawaii AOR on the island of Oahu, and with an expected completion date of September 2014. Contract funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $40,228,805 firm-fixed-price contract for the design and construction of the Center for Naval Aviation Technical Training, Aviation Training Facility at Marine Corps Base Camp Pendleton. The work to be performed provides for instruction and administrative spaces. The contract also contains a planned modification, which, if issued, would increase cumulative contract value to $44,828,805. Work will be performed in Oceanside, Calif., and is expected to be completed by February 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-0434).

McLean Contracting Co., Glen Burnie, Md., is being awarded a $28,815,000 firm-fixed-price contract to replace Fuel Pier D at Craney Island Fuel Pier Terminal. The work to be performed provides for the removal of the existing Fuel Pier D in its entirety and replacement with a new pier structure. The new pier will be constructed within the footprint boundary of the existing pier. The project will not require dredging. The scope of work includes intricate construction phasing and coordination in order to maintain continuous facility operating capability throughout construction. The contract also contains one unexercised option, which, if exercised, would increase cumulative contract value to $28,890,000. Work will be performed in Portsmouth, Va., and is expected to be completed by June 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-11-C-0001).

Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded $12,878,061 for firm-fixed-price task order 0003 under a previously awarded multiple-award construction contract (N62473-09-D-1653) for relocation of the van pad complex at Marine Corps Air Station, Yuma. The work to be performed provides for the relocation of the existing Marine Air Logistics Squadron 13 van pad complex to accommodate construction of the pending Joint Strike Fighter F-35 simulation facility. The contractor shall provide all labor, equipment, and materials to perform all work described in the request for proposal. The task order also contains seven unexercised options and one planned modification, which, if exercised, would increase cumulative task order value to $14,855,473. Work will be performed in Yuma, Ariz., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order.

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

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

The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Marotta Controls, Inc.*, Montville, N.J., is being awarded a $9,820,062 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for supply services in support of the development of advanced fluid control systems for shipboard applications. Services will include system design and integration; test and evaluation; software development; life cycle maintenance; logistics; fleet installation; training; and component obsolescence support. Funding will be provided on individual delivery orders issued under the contract. Work will be performed in Montville, N.J., and is expected to be completed by September 2015. Contract funds in the amount of $2,689,200 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-11-D-0026).

P&S Construction, Inc.*, North Chelmsford, Mass., is being awarded $8,627,000 for firm-fixed-price task order 0004 under a previously awarded multiple-award construction contract (N40192-10-D-2804) for the design and alteration of the Guam Strike Ops Group and Tanker Task Force renovation at Andersen Air Force Base. The work to be performed provides for the design and alteration of Building 22026; partial demolition of Building 21000; an interior and exterior telecommunication system for Building 22026; and alteration of Building 25002. Alterations include, but are not limited to, the repair and renovation of existing architectural, structural, mechanical, electrical, fire alarm, and mass notification systems in the buildings. 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. Five proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

PrimeTech International, Inc., North Kansas City, Mo., is being awarded an estimated $6,526,330 time-and-material contract to support U.S. Marine Corps reset/retrograde at Marine Corps Logistics Command, Marine Corps Logistics Base, Albany, Ga. This contract contains options, which, if exercised, will bring the value of this contract to $19,118,182. Work will be performed in Albany, Ga., and is expected to be completed September 2012. If all options are exercised, the completion date is September 2014. This contract was competitively procured with over 74 prospective sources inquiring through the Federal Business Opportunities website, with six offers received. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-11-C-0029).

MISSILE DEFENSE AGENCY

The Missile Defense Agency is awarding Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., an unpriced change not-to-exceed $12,600,000 under contract HQ0276-10-C-0001. A cost-plus-incentive-fee/cost-plus-award-fee with technical schedule performance incentives modification is contemplated. The modification accounts for schedule and within scope adjustments to the Aegis Ballistic Missile Defense Baseline 4.0.1 development schedule, and accounts for the changes to the installation of the computer program aboard an Aegis cruiser. The performance period for this contract line item number under which this effort will be performed is from June 30, 2010 through March 31, 2012. Contract definitization is expected to be completed by Nov. 4, 2011. Fiscal 2011 research, development, test and evaluation funds will be used to fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a foreign military sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

*Small business

Total value of contracts awarded this day: $ 359.51M

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

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

FOR RELEASE AT 5 p.m. ET

No. 784-11 September 13, 2011

CONTRACTS

AIR FORCE

Lockheed Martin Corp., King of Prussia, Pa., is being awarded a $791,000,000 maximum firm-price-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract to provide a set of over 70 reusable, common services to Air Force combat support automated information systems based on integration of commercial-off-the-shelf, free and open source software, and government-off-the-shelf software components. ESC/HIIK, Maxwell Air Force Base, Ala., is the contracting activity (FA8771-11-D-1006).

Millennium Engineering and Integration Co., Satellite Beach, Fla., is being awarded a $5,633,738 cost-plus-fixed-fee, firm-fixed-price, and cost-reimbursable contract to exercise option one for Consolidated Safety Support Contract II, which provides technical engineering for pad safety and launch safety analysis support. The 45 CONS/LGCZR, Patrick Air Force Base, Fla., is the contracting activity (FA2511-11-0026).

DEFENSE LOGISTICS AGENCY

Raytheon Integrated Defense Systems, Portsmouth, R.I., was awarded a firm-fixed-price contract for a maximum $59,765,897 for aircraft equipment. There are no other locations of performance. Using service is Navy. The date of performance completion is Dec. 30, 2016. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity (SPRPA1-09-G-001Y-5010).

Hologic, L.P., Marlborough, Mass., is exercising the second option year on the current contract SPM2DE-09-D-7228. Award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $32,300,000 for medical test kits and related supplies. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 30, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Special T Hosiery Mills*, Burlington, N.C., was issued a modification exercising the second option year on the current contract SPM1C1-10-D-1033/P00005. Award is a firm-fixed-price contract with a maximum $7,192,800 for antimicrobial socks. There are no other locations of performance. Using services are Army and Air Force. The date of performance completion is Sept. 18, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

NAVY

The Boeing Co., St. Louis, Mo., is being awarded $46,700,000 for delivery order 0014 under a previously awarded cost-plus-fixed-fee contract (N00383-06-D-001J) for various quantities of new consumable parts to support the F/A-18E/F aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed in Dec. 30, 2013. Navy Working Capital Funds will not expire before the end of the current fiscal year. This was a non-competitive requirement and one offer was received in response to the solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

General Electric Aircraft Engines, Lynn, Mass., is being awarded a $38,803,342 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0088) to provide F414-GE-400 spare engines and modules for the Navy. The F414-GE-400 engine powers the F/A-18-E/F and EA-18G aircraft. This modification provides for the procurement of three F414-GE-400 spare engines; 15 combuster modules; 20 high pressure turbine modules; 15 high pressure compressor modules; and 10 low pressure turbine modules. Work will be performed in Lynn, Mass. (51.9 percent); Madisonville, Ky. (20.9 percent); Hooksett, N.H. (12 percent); Rutland, Vt. (4.6 percent); Dayton, Ohio (2.5 percent); Jacksonville, Fla. (1.8 percent);

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

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

Muskegon, Mich. (1.6 percent); Terre Haute, Ind. (1.6 percent); Bromont, Canada (1.3 percent); Asheville, N.C. (1.2 percent); and Evendale, Ohio (0.6 percent). Work is expected to be completed in March 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.

BAE Systems San Francisco Ship Repair, San Francisco, Calif., is being awarded a $7,346,286 firm-fixed-price contract for a 55-calendar day regular overhaul/dry-docking of Military Sealift Command fleet replenishment oiler USNS Henry J. Kaiser. This shipyard availability is primarily for ship maintenance and voyage repairs. Some of the major work items will include dry-docking and undocking the ship; painting and cleaning the hull; cargo tank preservation; cleaning, making safe for entry, and inspecting various tanks, cofferdams and voids; performing 54,000-hour engine maintenance; replacing the gyro system, fan room steel, and exhaust outlet pipe deck steel; and gauging ultrasonic thickness. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $8,760,491. Work will be performed in San Francisco, Calif., and is expected to be completed by Nov. 26, 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a solicitation posted to the Federal Business Opportunities website, with more than 50 companies solicited and two offers received. The U.S. Navy‟s Military Sealift Fleet Support Command, a field activity of Military Sealift Command, Washington, D.C., is the contracting activity (N40442-11-C-1024).

*Small business

Total value of contracts awarded this day: $ 988.74M

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

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

FOR RELEASE AT 5 p.m. ET

No. 785-11 September 14, 2011

CONTRACTS

ARMY

The Boeing Co., Mesa, Ariz., was awarded a $60,000,000 firm-fixed-price, cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to improve reliability, maintainability, and sustainability of the AH-64 aircraft. Work will be performed in Mesa, Ariz., with an estimated completion date of March 15, 2012. The bid was solicited through the Internet, with one bid received. The Aviation Applied Technology Directorate, Fort Eustis, Va., is the contracting activity (W911W6-07-D-0002).

Norfolk Dredging Co., Chesapeake, Va., was awarded a $31,539,350 firm-fixed-price contract. The award will provide for the services in support of the Beach Erosion Control Project. Work will be performed in Pinellas County, Fla., with an estimated completion date of June 25, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-11-C-0017).

Arrowpoint Corp., Alexandria, Va., was awarded a $30,984,055 firm-fixed-price contract. The award will provide for the services in support of the Army Civilian Personnel Human Resources Enterprise. Work will be performed in Chantilly, Va., with an estimated completion date of Sept. 8, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-11-C-0032).

UNICOR / Federal Prison Industries, Washington, D.C., was awarded a $29,060,409 firm-fixed-price contract. The award will provide for the procurement of installation kits and ancillary items for the Single Channel Ground and Airborne Radio System, Frequency Hopping Multiplexer, and Enhanced Position Location Reporting System. Work will be performed in Washington, D.C., with an estimated completion date of Aug. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-C208).

SRCTec, Inc., North Syracuse, N.Y., was awarded a $27,739,880 firm-fixed-price contract. The award will provide for the procurement of 64 AN/TPQ-50 Quick Reaction Capability Lightweight Counter Mortar Radar Systems with vehicle mounts and initial spare parts. Work will be performed in North Syracuse, N.Y., with an estimated completion date of Sept. 2, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-S008).

Tip Top Construction Corp., Christiansted, Virgin Islands, was awarded a $20,932,496 firm-fixed-price contract. The award will provide for the construction of Joint Forces Headquarters facility for the Virgin Islands National Guard. Work will be performed in St. Croix, Virgin Islands, with an estimated completion date of Nov. 1, 2013. The bid was solicited through the Internet, with five bids received. The National Guard Bureau, St. Croix, Virgin Islands, is the contracting activity (W9127P-11-C-0005).

FLIR Systems, Inc., Wilsonville, Ore., was awarded a $20,887,008 firm-fixed-price contract. The award will provide for the procurement of 48 infrared Star SAFIRE II night vision and infrared camera system. Work will be performed in Wilsonville, Ore., with an estimated completion date of Jan. 15, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-F-0007).

The Green-Simmons Co., Inc., Pensacola, Fla. (W912JA-11-D-0014); Islands Mechanical Contractor, Inc., Middleburg, Fla. (W912JA-11-D-0013); Webb Construction Group, Phenix City, Ala. (W912JA-11-D-0012); Southeast Cherokee Construction, L.L.C., Montgomery, Ala. (W912JA-11-D-0011); Blackhawk Ventures, L.L.C., New Orleans, La. (W912JA-11-D-0010); Jama Constructors, San Antonio, Texas (W912JA-11-D-0009); Coburn Contractors, L.L.C.,

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

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

Montgomery, Ala. (W912JA-11-D-0008); Warden Construction Corporation, Jacksonville, Fla. (W912JA-11-D-0007); Choice Concrete Construction, L.L.C., Statesboro, Ga. (W912JA-11-D-0006); Northwind Engineering, L.L.C., Shelocta, Fla. (W912JA-11-D-0005); Courseault Commercial, Inc., Tucker, Ga. (W912JA-11-D-0004); Honu‟ Apo I, L.L.C., Belton, Texas (W912JA-11-D-0003); Bear Brothers, Montgomery, Ala. (W912JA-11-D-0002); and American Contractor and Technology, Inc., Pensacola, Fla. (W912JA-11-D-0015), were awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award-task-order contract. The award will provide for the repair and maintenance services, and the construction projects of various size and value for the National Guard in the state of Alabama. Work location will be determined with each task order, with an estimated completion date of July 11, 2016. The bid was solicited through the Internet, with 26 bids received. The National Guard Bureau, Montgomery, Ala., is the contracting activity.

Federal Program Integrators, L.L.C., Indian Island, Maine, was awarded a $19,945,620 firm-fixed-price contract. The award will provide for the construction of a student activity center for the medical educational campus at Fort Sam Houston, Texas. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of May 31, 2013. Eight bids were solicited, with one bid received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0058).

Speegle Construction, Inc., Niceville, Fla., was awarded a $19,432,000 firm-fixed-price contract. The award will provide for the construction of a two-bay hangar/aircraft maintenance unit at Cannon Air Force Base, N.M. Work will be performed in Cannon Air Force Base, Curry County, N.M., with an estimated completion date of Nov. 14, 2013. The bid was solicited through the Internet, with 17 bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-11-C-0029).

Harding Security Associates, McLean, Va., was awarded a $17,948,020 cost-plus-fixed-fee contract. The award will provide for the analysis and forensic service support to the Biometrics Intelligence Program. Work will be performed in Iraq, Afghanistan, and Charlottesville, Va., with an estimated completion date of March 28, 2012. One bid was solicited, with one bid received. The U.S. Army Intelligence and Security Command, Charlottesville, Va., is the contracting activity (W911WS-11-C-0005).

Grove Resource Solutions, Frederick, Md., was awarded a $17,425,666 firm-fixed-price contract. The award will provide for the staffing support services to the U.S. Army Medical Materiel Activity. Work will be performed in Fort Detrick, Md., with an estimated completion date of Sept. 27, 2012. The bid was solicited through the Internet, with six bids received. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity (W81XWH-07-D-0064).

The Boeing Co., St. Louis, Mo., was awarded a $17,216,071 cost-no-fee contract. The award will provide for the procurement of sets two and three small, unmanned ground vehicle long lead items. Work will be performed in St. Louis, Mo., and Bedford, Mass., with an estimated completion date of Dec. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-C-0425).

Armtec Defense Products Co., Coachella, Calif., was awarded a $16,296,895 firm-fixed-price contract. The award will provide for the manufacture of the Modular Artillery Charge System combustible case M231/M232A1. Work will be performed in Coachella, Calif., with an estimated completion date of Dec. 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-0437).

Science and Technology Associates, Inc., Arlington, Va., was awarded a $14,999,999 firm-fixed-price contract. The award will provide for the technical services for medium to large caliber conventional and precision guided ammunition technology, and Net Centric Information Initiative. Work will be performed in Arlington, Va., with an estimated completion date of Aug. 30, 2016. One bid was solicited, with two bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-D-0206).

AAI Corp., Hunt Valley, Md., was awarded a $12,702,200 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to fund an overrun for the Tactical Common Data Link. Work will be performed in Hunt Valley, Md., with an estimated completion date of May 30, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0033).

Northrop Grumman Systems Corp., Herndon, Va., was awarded a $12,255,663 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to provide for the installation of sense and warn capabilities at

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

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

four sites, and the reconfiguration of sense and warn at five current sites. Work will be performed in Bagram, Afghanistan; Baghdad, Iraq; and Huntsville, Ala., with an estimated completion date of Sept. 30, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0088).

CACI-WGI Inc., Vienna, Va., was awarded a $12,037,279 time-and-materials, firm-fixed-price contract. The award will provide for the administration, security, operations, logistics, acquisition and technical management functions. Work will be performed in Fort Belvoir, Va., with an estimated completion date of March 31, 2012. 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 (W9124Q-06-C-0123).

HDR-URS, J.V., Pearl River, N.Y., was awarded a $12,000,000 firm-fixed-price contract. The award will provide for the engineering services in support of Mamaroneck and Sheldrake Rivers flood risk management. Work location will be determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-11-D-0008).

IAP World Services, Cape Canaveral, Fla., was awarded an $11,255,059 cost-plus-fixed-fee contract. The award will provide for the caretaker services after base realignment and closure of Walter Reed Army Medical Center on Sept. 15, 2011. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 15, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-3027).

Komada, San Antonio, Texas, was awarded a $10,739,245 firm-fixed-price contract. The award will provide for the construction of an academic support facility for the medical educational campus at Fort Sam Houston, Texas. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of May 31, 2013. Eight bids were solicited, with one bid received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0057).

Great Lakes Dredge & Dock Co., L.L.C., Oak Brook, Ill., was awarded a $10,708,000 firm-fixed-price contract. The award will provide for the dredging services for the Ambrose Channel 50-feet deepening project at New York and New Jersey Harbor. Work will be performed in Staten Island, N.Y., with an estimated completion date of Feb. 28, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-11-C-0012).

Skookum Educational Programs, Bremerton, Wash., was awarded an $8,995,502 firm-fixed-price contract. The award will provide for maintenance service on wheeled vehicles at Fort Lewis, Wash. Work will be performed in Joint Base Lewis McChord, Wash., with an estimated completion date of Aug. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Wash., is the contracting activity (W9124D-11-D-0029).

General Electric Co., Lynn, Mass., was awarded an $8,702,772 firm-fixed-price contract. The award will provide for the acquisition of 300 exhaust pipes for the UH-60 Blackhawk. Work will be performed in Lynn, Mass., with an estimated completion date of June 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0110).

Great Lakes Dredge & Dock Co., L.L.C., Oak Brook, Ill., was awarded an $8,320,000 firm-fixed-price contract. The award will provide for the beach nourishment in Cape May, N.J. Work will be performed in Cape May Inlet to Lower Township, N.J., with an estimated completion date of March 30, 2012. Eighteen bids were solicited, with three bids received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-11-C-0029).

John R. Jurgensen Co., Cincinnati, Ohio, was awarded a $7,853,409 firm-fixed-price contract. The award will provide for the repair services for the overlay Runway 23R at Wright Patterson Air Force Base, Ohio. Work will be performed in Wright Patterson Air Force Base, Ohio, with an estimated completion date of Sept. 10, 2012. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-11-C-0039).

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

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

Choctaw Professional Resources Enterprise, Durant, Okla., was awarded a $7,844,922 firm-fixed-price contract. The award will provide for the personal services of fee-based providers at 65 military entrance processing stations. Work location will be determined with each task order, with an estimated completion date of March 31, 2012. One bid was solicited, with one bid received. The Center for Health Care Contracting, Fort Sam Houston, Texas, is the contracting activity (W81K04-08-D-0008).

Services for the Blind - Washington State, Lacey, Wash., was awarded a $7,435,635 labor-hour contract. The award will provide for the operation and maintenance of full food services on Joint Base Lewis McChord, Wash. Work will be performed in Joint Base Lewis McChord, Wash., with an estimated completion date of Aug. 31, 2015. The bid was solicited through the Internet, with five bids received. The U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Wash., is the contracting activity (W9124D-11-D-0041).

Six 3 Systems, McLean, Va., was awarded a $6,778,464 firm-fixed-price contract. The award will provide for the single-source fusion center effort to support the security cooperation and security assistance programs, and other authorized efforts in Iraq. Work will be performed in Iraq, with an estimated completion date of Sept. 13, 2012. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-11-C-0006).

The Boeing Co., Ridley Park, Pa., was awarded a $6,753,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to support the CH-47F Chinook helicopter renew aircraft. Work will be performed in Ridley Park, Pa., with an estimated completion date of Dec. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0098).

Legends Construction, L.L.C., Union, Ky., was awarded a $6,677,260 firm-fixed-price contract. The award will provide for the construction of Veterans Administration Medical Center imaging center addition. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Jan. 7, 2013. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-11-C-0038).

DEFENSE LOGISTICS AGENCY

SupplyCore, Inc.*, Rockford, Ill., was issued a modification exercising the seventh option year on the current contract SPM500-02-D-0122/P00029. Award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $52,500,000 for maintenance, repair, and operation supplies, and related services for Zone 2 of the Southeast Region. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, the Defense Logistics Agency and federal civilian agencies. The date of performance completion is Sept. 17, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $32,988,378 cost-plus-fixed-fee modification under previously awarded contract (N00024-03-C-2101) for three back-up photonics masts. The contractor is responsible for the design and development of the photonics mast systems for installation aboard Virginia-class submarines. Work will be performed in Wake Forest, N.C. (79 percent); Westerly, R.I. (20 percent); and Quonset Point, R.I. (1 percent), and is expected to be completed by January 2013. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Surefire, L.L.C.*, Fountain Valley, Calif., is being awarded a $23,329,230 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the family of muzzle brakes. Work will be performed in Fountain Valley, Calif., and is expected to be completed by September 2016.Contract funds in the amount of $1,800,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce website, with seven proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN19).

BAE Systems Technologies, Solutions & Services, Inc., Rockville, Md., is being awarded a $17,999,247 cost-plus-fixed-fee contract to provide support services to the Integrated Communications and Information Systems Division of Naval Air Warfare Center Aircraft Divisionin the design, integration, testing, installation, training, and certification of shipboard C4I

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

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

electronic communication systems; of similar systems at shore sites associated with the deployment of fleet support to surface ships; and of mobile and airborne C4I electronic communication systems designed to interface with the C4I electronic architecture of surface ships. Work will be performed in St. Inigoes, Md., 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 not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-11-C-1058).

Compass Systems, Inc.*, Lexington Park, Md., is being awarded a $16,310,868 cost-plus-incentive-fee, firm-fixed-price contract for Persistent Ground Surveillance System (PGSS), phase three, for the Army. This contract includes two handheld apparatus for mobile mapping and expedited reporting systems, and up to 39 operators to outfit and enhance the capabilities of the existing PGSS systems currently fielded at locations outside the United States. Work will be performed in Iraq (34 percent); Afghanistan (33 percent); and Yuma, Ariz. (33 percent), and is expected to be completed in September 2014. Contract funds in the amount of $5,415,372 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0211).

L-3 Services, Inc., Reston, Va., is being awarded a $15,208,043 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering and technical support services for command, control, communications and computer (C4) exercise planning and evaluation, integration, systems integration, operational systems, fielding, training, certification, maintenance, logistics, configuration management, systems engineering, network engineering, software engineering, documentation/graphics support, program management, quality assurance and life-cycle sustainment management support. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $81,855,427. Work will be performed in Fayetteville, N.C. (53 percent); Charleston, S.C. (25 percent); and various locations outside the continental U.S., including Iraq/Afghanistan (22 percent). Work is expected to be completed by September 2012. If all options are exercised, work could continue until September 2016. Contract funds will not expire at the end of the current fiscal year.This contract was competitively procured by full and open competition via the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with three offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-4805).

Advanced Armament Corp., Lawrenceville, Ga., is being awarded a $14,201,731 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the family of muzzle brakes. Work will be performed in Lawrenceville, Ga., and is expected to be completed by September 2016. Contract funds in the amount of $200,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce website, with seven proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN18).

The Machine Lab*, Wellington, Colo., is being awarded an $11,859,484 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of MMP-30 robots and MMP-30 spare parts repair kits. The Naval Explosive Ordnance Disposal Technical Division has a requirement for a tracked mobile robot system with wireless control and multiple audio/video capability and replacement parts. The contract combines purchases for the Navy (24 percent), and the government of Afghanistan (76 percent) under the Foreign Military Sales Program. Work will be performed in Wellington, Colo., and is expected to be completed by September 2016. Contract funds will not expire at the end of current fiscal year. This requirement was synopsized via Federal Business Opportunities as a sole-source procurement, and was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0014).

The Boeing Co., St. Louis, Mo., is being awarded a $9,612,537 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract in support, to include engineering, training and technical services, of the Harpoon and Standoff Land Attack Missile–Expanded Response missile; the Encapsulated Harpoon Command and Launch Systems; encapsulated support; and the Harpoon Shipboard Command Launch Control System. Work will be performed in St. Charles, Mo., and is expected to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. No funds are being obligated at time of award. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-D-0041).

Reyes Construction, Inc., Pomona, Calif., is being awarded $9,427,757 for firm-fixed-price task order 0008 under a previously awarded multiple-award construction contract (N62473-09-D-1606) for the design and construction of the operations access points, Green Beach, at Marine Corps Base Camp Pendleton. The work to be performed provides for access by military tactical vehicles to San Onofre Beach for training exercises. The proposed new construction will include

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

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

demolition of the existing railroad trestle and replacement of the railway bridge. Work will be performed in Oceanside, Calif., and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Eyak Technology, L.L.C., Dulles, Va., is being awarded an $8,903,000 firm-fixed-priced delivery order MU65 against an existing U.S. Army Corps of Engineers Technology for infrastructure, geospatial, and environmental requirements indefinite-delivery/indefinite-quantity contract (W912HZ-09-D-0003) for the procurement, kitting, marking, and integration of different varieties of kits for the Marine Air Ground Taskforce (MAGTF) Secondary Imagery Dissemination System (MSIDS). MSIDS provides the only self-contained, hand-held, ground-prospective imagery capability for MAGTF reconnaissance units. Work will be performed in Colorado Springs, Colo., and is expected to be completed by Sept. 13, 2012. Contract funds in the amount of $33,372 will expire at the end of the current fiscal year. The delivery order was not competed. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

East Coast Repair and Fabrication, L.L.C.*, Norfolk, Va., is being awarded an $8,219,488 fixed-price contract for a drydocking phased maintenance availability on USS Tempest (PC 2). Contract will be for the accomplishment of miscellaneous structural, electrical, and mechanical repairs, including dry-docking. Work will be performed in Portsmouth, Va., and is expected to be completed by August 2012. Contract funds in the amount of $8,219,488 will expire at the end of the fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals solicited and three offers received. Norfolk Ship Support Activity Regional Maintenance Center, Portsmouth, Va., is the contracting activity (N50054-11-C-1108).

*Small business

Total value of contracts awarded this day: $ 749.55M

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

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

FOR RELEASE AT 5 p.m. ET

No. 790-11 September 15, 2011

CONTRACTS

NAVY

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $1,825,665,914 fixed-price-incentive contract for the construction of Zumwalt-class destroyers DDG 1001 and DDG 1002. These multi-mission surface combatants are the second and third ships of the Zumwalt-class program. The mission of the DDG 1000 destroyer is to provide credible independent forward presence and deterrence. DDG 1000 will provide advanced land attack capability in support of the ground campaign and contribute naval, joint, or combined battle-space dominance in littoral operations. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $2,002,000,000. Work will be performed in Bath, Maine (59.9 percent); Parsippany, N.J. (3.5 percent); Coatesville, Pa. (3.2 percent); Falls Church, Va. (2.6 percent); Pittsburgh, Pa. (1.3 percent); Augusta, Maine (1.3 percent); and other various locations (28.2 percent), each having less than 1 percent. Work is expected to be completed by February 2018. 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-2306).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $17,062,566 modification to previously awarded contract (N00024-10-C-4308) for the USS Mason (DDG 87) fiscal 2012 drydocking selected restricted availability (DSRA). A DSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by April 2012. Contract funds in the amount of $17,062,566 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Portsmouth, Va., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $17,013,557 modification to previously awarded contract (N00024-10-C-4308) for the USS Bainbridge (DDG 96) fiscal 2012 drydocking selected restricted availability. A DSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by April 2012. Contract funds in the amount of $17,013,557 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Portsmouth, Va., is the contracting activity.

BAE Systems Mayport, Jacksonville, Fla., is being awarded a $13,315,732 modification to contract (N40024-10-C-4406) for USS Philippine Sea (CG-58) selected restricted availability. The selected restricted availability includes dry dock, hull, machinery, electrical, electronics, ship alterations, and piping repair work. Work will be performed in Jacksonville, Fla., and is expected to be completed by June 2012. Contract funds in the amount of $13,315,732 will expire at the end of the current fiscal year. Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $8,713,282 modification to a previously awarded cost-plus-fixed-fee contract (N00019-08-C-0025) for non-recurring efforts associated with increment three of the CV-22 aircraft Block 20 upgrade program. Efforts to be provided include concept definition, non-recurring engineering, drawings, and installation/integration to design, develop, and test the enhanced helmet mounted display upgrade. Work will be performed in Philadelphia, Pa., and is expected to be completed in December 2015. Contract funds in the amount of $21,544 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $7,671,795 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) for the procurement of F/A-18 E/F and EA-18G aircraft armament equipment, to include: 174 station control units; 22 aerial refueling store (ARS) suspension lugs; 12 centerline feed through plates; 11 ARS air probes; 11 ARS fuel probes, six ALE-50 dispensers towed decoys; six ALE-50 chassis towed decoys; six ALE-50 protector towed

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

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

decoys; four ALR-67 mounting base radar warning receivers; and four ALR-67 mounting retainers radar warning receivers. Work will be performed in St. Louis, Mo., and is expected to be completed in December 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.

The Boeing Co., St. Louis, Mo., is being awarded a $7,331,483 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) to continue development of the new Advanced Mission Computer (AMC) Type 4 System for the F/A-18E/F and EA-18G aircraft. This modification will also begin the necessary customization of the AMC for use in Navy F-18 aircraft. Work will be performed in Bloomington, Minn. (66.5 percent); St. Louis, Mo. (25 percent); and Linthicum, Md. (8.5 percent), and is expected to be completed in October 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.

AIR FORCE

Chavez Contracting, Inc., Wichita Falls, Texas; Cothran Construction, Wichita Falls, Texas; Choctaw Contractors, Inc., Wichita Falls, Texas; B.W. Strayhorn Co., Inc., Wichita Falls, Texas; and Marvin Groves Electric Co., Wichita Falls, Texas, are being awarded an indefinite-delivery/indefinite-quantity contract modification totaling $81,400,000 for construction services at Sheppard Air Force Base, Texas. Chavez Contracting is being awarded $18,305,349; Cothran Construction is being awarded $14,382,741; Choctaw Contractors is being awarded $11,080,645; B.W. Strayhorn is being awarded $7,461,956; and Marvin Groves Electric is being awarded $5,940,295. The 82nd Contracting Squadron/LGCB, Sheppard Air Force Base, Texas, is the contracting activity (FA3003-08-C-0007, P00058).

CSC Applied Technologies, L.L.C., Fort Worth, Texas, is being awarded a $70,615,109 contract modification for base operating support and aircraft maintenance for Vance Air Force Base, Okla., in support of T-38C, T-1A, and T-6 undergraduate pilot training. The AETC CONS/LGCK of Randolph Air Force Base, Texas, is the contracting activity (FA3002-08-C-P00058).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $46,568,216 firm-fixed-price contract modification for the order of 20,322 Defense Advanced Global Positioning System receivers and assorted accessories. The GPSW/PK, El Segundo, Calif., is the contracting activity (FA8807-09-C-0002).

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $41,689,162 fixed-price incentive with an award fee and award term with cost-reimbursable line items contract modification to manage, operate, maintain, and logistically support the solid state phase array radar system at Cape Cod Air Force Station, Mass.; Beale Air Force Base, Calif.; Thule Air Force Base, Greenland; Clear Air Force Station, Alaska; and Royal Air Force Flyingdales, United Kingdom. The 21 CONS/LGCZB, Peterson Air Force Base, Colo., is the contracting activity (FA2517-06-C-8001, P00268).

Battelle Memorial Institute, Columbus, Ohio, is being awarded $39,432,909 cost-plus-fixed-fee, indefinite-delivery requirements contract to assess chemical, biological, radiological, and nuclear equipment, conduct research, author and execute test plans, and conduct chemical agent and physical properties testing. The ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180).

ARTEC Alaska, J.V., Joint Base Elmendorf-Richardson, Alaska, is being awarded a $37,527,617 firm-fixed-price award fee with cost-reimbursable and labor hour line items for the operation and maintenance of the Alaska Radar System, consisting of 15 remote radar sites for a 12-month period. The 673rd Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (FA5000-04-C-0011).

Alion Science and Technology Corp., Chicago, Ill., is being awarded a $30,159,607 cost-plus-fixed-fee, indefinite-delivery requirements contract to provide subject matter expertise to the U.S. Rapid Equipping Force in order to perform design engineering, systems engineering, reliability/availability/maintainability assessments, quality assurance, producibili ty engineering, risk assessment, and test evaluation. The ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-99-D-0301).

Booz Allen Hamilton, Inc., Herdon, Va., is being awarded a $23,747,897 cost-plus-fixed-fee, indefinite-delivery requirements contract to complete/deliver the Asymmetric Warfare/Counter-Improvised Explosive Device Equipment

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

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

Capability Report; Electronic Warfare and Counter Remote-Controlled Improvised Explosive Device Electronic Warfare Analysis of Processes and Procedures Report; and Search Policy Procedures Document Review and Analysis Report. The ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380).

CNI Aviation, L.L.C., Oklahoma City, Okla., is being awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for potential work at offsite locations when required, short-term specialties, materials, manufacturing, research and development, prototyping, quality assurance, aircraft modification, and test support. The Aeronautical Systems Center, Special Operations Force and Personnel Recovery Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-11-D-2319).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $8,904,942 cost-plus-fixed-fee, indefinite-delivery requirements contract to perform research and development in order to complete/deliver U.S. Northern Command-Mexican Military Operational Engagement Approach Report; joint technology and joint concept technology demonstrations reports; and knowledge management analysis reports. The ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380).

Rehabilitation Services, Mississippi, Madison, Miss., is being awarded an $8,113,168 firm-fixed-price contract modification to provide full food services at Keesler, Air Force Base, Miss. The 81st Contracting Squadron, Keesler Air Force Base, Miss., is the contracting activity (FA3010-08-C-0002-P00055).

DEFENSE LOGISTICS AGENCY

Raytheon Co., Andover, Mass., was awarded a firm-fixed-price contract for a maximum $9,180,000 for high power traveling wave tube. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 30, 2016. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA2-11-C-0069).

Limco Airepair, Inc., Tulsa, Okla., was awarded a fixed-price with economic price adjustment contract for a maximum $8,513,770 for fluid electrical cooler. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 30, 2016. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA2-11-D-0036).

Total value of contracts awarded this day: $ 2,322.62M

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

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

FOR RELEASE AT 5 p.m. ET

No. 798-11 September 16, 2011

CONTRACTS

NAVY

Alutiiq 3SG, L.L.C., Anchorage, Alaska, is being awarded a $289,851,239 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract for the global business support. This award is part of a previously announced multiple contract award for the global business support effort. The estimated dollar value for this program, including the base period and two option years, for all 24 contracts combined is $730,000,000. Funding will be provided at the task order level. The work performed in the program is for a wide range of temporary support services that will provide direct labor, supervision, management, and materials, to perform non-personal services as defined in individual task orders. Services will encompass the following 15 functional areas: administrative support and clerical services; quarters management services; healthcare services (excluding doctors, nurses, and physician assistants); information and arts; information technology; instructional and training services; maritime material handling; mechanics and maintenance and repair; plant and system operation; engineering/technical support; mobile equipment operation; financial management; specialized technology; industrial services; and general services and support. Work will be performed in the Alaska, Arizona, California, Colorado, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming. Work is expected to be completed in August 2012. With options exercised, the completion date could continue until August 2014. Contract funds in the amount of $1,200,000 will expire at the end of the current fiscal year. Contracts were competitively procured via the World Wide Web, with 57 offers received in response to the 100-percent small business set aside solicitation. The Fleet Logistics Center San Diego, Regional Contracts Department, San Diego, Calif., is the contracting activity (N00244-11-D-0045).

Eagle Industries Unlimited, Inc., Fenton, Mo., is being awarded a $50,184,913 delivery order, 0001, under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-11-D-3071) for Marine Corps packs, training materials, and data reports. Work will be performed in Mayaguez, Puerto Rico (52 percent), and Lares, Puerto Rico (48 percent), and is expected to be completed Sept. 15, 2012. Contract funds in the amount of $50,184,913 will expire at the end of the current fiscal year. This contract resulted from an unrestricted competition. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Propper International, Inc., Mayaguez, Puerto Rico, is being awarded a $47,527,535 delivery order, 0001, under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-11-D-3070) for Marine Corps packs, training materials, and data reports. Work will be performed in Puerto Rico (81.5 percent), and Bozeman, Mont. (18.5 percent), and is expected to be completed Sept. 15, 2012. Contract funds in the amount of $47,527,535 will expire at the end of the current fiscal year. This contract resulted from an unrestricted competition. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Surface Technologies Corp. (STC)*, Atlantic Beach, Fla. (N55236-11-D-0007), and South Bay Sand Blasting & Tank Cleaning (SBSB)*, San Diego, Calif. (N55236-11-D-0008), are each being awarded firm-fixed price, multiple-award, indefinite-delivery/indefinite-quantity contracts with a maximum value of $33,787,500 for STC, and $33,003,990 for SBSB, for non-skid decking removal and replacement. The non-skid removal work will be performed on frigates, destroyers, and cruisers. Work will be performed in Mayport/Jacksonville, Fla., and is expected to be completed by September 2012 for the base year. Funds in the amount of $50,000 will be obligated at this time and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website as a total small business set-aside, with three proposals solicited and three offers received. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded a $45,184,057 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for the procurement of

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

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

the following engineering change proposal upgrades: independent suspension axle systems; transfer case component kits; hydraulics upgrade kits; auxiliary power harness kits; battery harness kits; modular ammunition restraint system brackets; crew cooling kits; automated fire extinguisher system kits; and storage bin hardware. Work will be performed in Benoni, South Africa (91 percent); Halifax, Canada (5 percent); Goleta, Calif. (3 percent); and Irving, Texas (1 percent), and is expected to be completed no later than June 2012. Fiscal 2009 Other Procurement Appropriation contract funds in the amount of $45,184,057 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Sauer, Inc., Jacksonville, Fla., is being awarded $18,161,000 for firm-fixed-price task order 0005 under a previously awarded multiple-award construction contract (N69450-09-D-1277) for construction of a paint and blast facility at Marine Corps Support Facility Blount Island. The work to be performed also provides for administrative areas and high bay areas with supporting systems. Work will be performed in Jacksonville, Fla., and is expected to be completed by May 2013. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

SOLPAC Construction, Inc., doing business as SOLTEK Pacific Construction Co., San Diego, Calif., is being awarded $15,232,841 for firm-fixed-price task order 0009 under a previously awarded multiple-award construction contract (N62473-06-D-1058) for repair and renovation to Bachelor Officer Quarters Wing B, Buildings 801and 804, and Senior Enlisted Barracks, Buildings 908 and 909, at Naval Air Station Lemoore. The work to be performed provides for the design and construction in order to upgrade and repair the existing bachelor housing buildings to meet current building codes; unified facilities criteria standards; Leadership in Energy and Environmental Design and energy code requirements; Architectural Barriers Act/Americans with Disabilities Act standards; Federal Emergency Management Agency and Tri-Service Seismic design criteria; installation requirements; and antiterrorism force protection standards. The task order also contains one planned modification and one unexercised option, which, if exercised, would increase cumulative task order value to $16,944,591. Work will be performed in Lemoore, Calif., and is expected to be completed by March 2013. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Rolls Royce Corp., Indianapolis, Ind., is being awarded a $14,978,534 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-09-D-0020) to increase the ceiling on contract line items for power by the hour, per engine flight hours, and spares in support of the KC-130J aircraft. Work will be performed in Cherry Point, N.C., and is expected to be completed in February 2012. Contract funds will not expire at the end of the current fiscal year. No funding is being obligated at time of award. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Rolls Royce, plc, Bristol, England, is being awarded a $12,232,537 firm-fixed-priced delivery order 5107 under the existing basic ordering agreement (N00383-08-G-003M) for the procurement of 8,436 turbine blades, HP ST2 used in support of the F-402 engine. Work will be performed in Bristol, England, and is expected to be completed by September 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. NAVSUP Weapon System Support, Philadelphia, Pa., is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, is being awarded a $9,988,882 modification to a previously awarded fixed-price contract (N68335-11-C-0072) to exercise an option for the procurement of two recovery assist, securing and traversing systems in support of the Aircraft Launch and Recovery Equipment Program. Work will be performed in Mississauga, Ontario, and is expected to be completed in December 2013. 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.

Marotta Control of Montville*, Montville, N.J., is being awarded a $9,865,747 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the design, testing, and production of motor-operated pilot valves (MOPV) for shipboard firefighting systems. The MOPV will provide two control functions, as a four-port master MOPV and a three-port service MOPV. The four-port master MOPV will be used to initiate aqueous film forming foam (AFFF) concentrate flow, and fire main flow for mixing and disbursement to AFFF systems aboard the Navy fleet. The three-port MOPV serves as the local disbursement valve for either fire main flow or the AFFF mixture. Work will be conducted in Montville, N.J., and is expected to be completed by September 2016. Contract funds in the amount of $33,747 will expire at the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online and Federal Business Opportunities websites, with three offers received. The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the

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

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

contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $9,112,698 fixed-price incentive-fee and firm-fixed-price modification to previously awarded contract (N00024-09-C-5305) for low rate initial production of fiscal 2011 Standard Missile-6 Block I all-up rounds. Work will be performed in Tucson, Ariz. (50 percent); Camden, Ark. (23 percent); Boston, Mass. (5 percent); Dallas, Texas (4 percent); Hanahan, S.C. (3 percent); Anniston, Ala. (2 percent); San Jose, Calif. (2 percent); and other areas (11 percent), each having less than 1 percent. Work is expected to be completed by March 2014. 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.

MISSILE DEFENSE AGENCY

The Missile Defense Agency is announcing the award of a sole-source undefinitized contract action to Raytheon Missile Systems Co., Tucson, Ariz., under contract N00024-07-C-6119, modification P00068. A cost-plus-incentive-fee modification is contemplated. The total not-to-exceed value of this effort is $285,800,000, increasing the total contract value from $1,269,128,730 to $1,554,928,730. Under this modification, the contractor will manufacture an additional 23 Standard Missile-3 Block IA missiles. The work will be performed in Tucson, Ariz. The performance period is from date of award through April 30, 2014. Fiscal 2011 defense-wide procurement funds in the amount of $60,000,000 will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

ARMY

IMT Defense Corp., Westerville, Ohio (W52P1J-11-D-0094), and Medico Industries, Inc., Wilkes-Barre, Pa. (W52P1J-11-D-0095), were awarded a $141,300,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The award will provide for the procurement of the M1 projectile metal parts. Work will be performed in Ingersoll, Ontario, Canada; Port Colborne, Ontario, Canada; and Wilkes-Barre, Pa., with an estimated completion date of Sept. 11, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W51P1J-11-D-0095).

Boh Bros. Construction Co., L.L.C., New Orleans, La., was awarded a $54,164,916 firm-fixed-price contract. The award will provide for the construction services in support of the Southeast Louisiana Urban Drainage Project. Work will be performed in Orleans Parish, La., with an estimated completion date of Oct. 19, 2014. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-C-0058).

Sierra Nevada Corp., Sparks, Nev., was awarded a $42,250,000 cost-plus-fixed-fee contract. The award will provide for the research and development services in the area of innovative centric, data fusion, network integration concepts and technologies. Work will be performed in Herndon, Va., with an estimated completion date of Sept. 14, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-11-D-0005).

Native American Services Corp., Kellogg, Idaho, was awarded a $27,829,194 firm-fixed-price contract. The award will provide for the construction of the Battle Command Training Center, Fort Carson, Colo. Work will be performed in Fort Carson, Colo., with an estimated completion date of March 7, 2013. The bid was solicited through the Internet, with 20 bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-C-0061).

Ultimate Concrete, L.L.C., El Paso, Texas, was awarded a $21,232,736 firm-fixed-price contract. The award will provide for the repair services of the aircraft parking apron at Rickenbacker Air National Guard Base, Columbus, Ohio. Work will be performed in Rickenbacker Air National Guard Base, Columbus, Ohio, with an estimated completion date of Jan. 31, 2013. Thirty bids were solicited, with three bids received. The National Guard Bureau, Columbus, Ohio, is the contracting activity (W91364-11-C-0010).

Great Lakes Dredge & Dock Company, L.L.C., Oak Brook, Ill., was awarded a $20,400,000 firm-fixed-price contract. The award will provide for the labor, equipment, and clean-up services to provide placement of additional beach fill material

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

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

on beach in Delaware. Work will be performed in several beaches throughout Delaware, with an estimated completion date of May 14, 2012. Sixteen bids were solicited, with three bids received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-11-C-0005).

NISH, Vienna, Va., was awarded a $19,508,283 firm-fixed-price contract. The award will provide for the facilities maintenance services in support of the Directorate of Public Works. Work will be performed in Fort Knox, Ky., with an estimated completion date of July 31, 2012. One bid was solicited, with one bid received. The U.S. Army Mission and Installation Contracting Command, Fort Knox, Ky., is the contracting activity (W9124D-11-C-0019).

ATK Launch Systems, Inc., Corinne, Utah, was awarded a $16,044,680 firm-fixed-price contract. The award will provide for the procurement of 7,400 LUU-2D/B illumination flares and 6,760 LUU-19B/B infrared flares for foreign military sales. Work will be performed in Corinne, Utah, with an estimated completion date of June 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0058).

Ma-Chis Kawv III, L.L.C., Kinston, Ala., was awarded a $14,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the construction activities for use within the Tulsa district boundaries of the U.S. Army Corps of Engineers. Work location will be determined with each task order, with an estimated completion date of Sept. 13, 2016. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-D-0022).

Advanced American Construction, Inc., Portland, Ore., was awarded a $10,246,900 firm-fixed-price contract. The award will provide for the installation of a new river release pipe for the existing fish facility at McNarry Dam. Work will be performed in Umatilla, Ore., with an estimated completion date of May 30, 2012. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-11-C-0017).

Bowhead Science and Technology, L.L.C., Alexandria, Va., was awarded a $9,600,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the support services for the engineering, research and development centers. Work will be performed in Hanover, N.H., Champaign, Ill., and Vicksburg, Miss., with an estimated completion date of Sept. 30, 2015. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912HZ-10-D-0004).

Bay West, St. Paul, Minn., was awarded a $9,400,000 firm-fixed-price indefinite-delivery/indefinite-quantity task-order contract. The award will provide for the services for the Military Munitions Response Program in support of the U.S. Army Corps of Engineers, Northwestern Division, and existing customers. Work location will be determined with each task order, with an estimated completion date of Sept. 13, 2016. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-D-0033).

NSR Solutions, Inc., Rockville, Md., was awarded a $7,425,051 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the nursing services in support of Tripler Army Medical Center. Work will be performed in Tripler Army Medical Center, Hawaii, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with eight bids received. The U.S. Medical Command, Tripler Army Medical Center, Hawaii, is the contracting activity (W81K02-10-D-0004).

Charpie Korte Group, L.L.C., Chicago, Ill., was awarded a $7,230,248 firm-fixed-price contract. The award will provide for the construction of a preventive medicine service facility at Joint Base Lewis McChord, Wash. Work will be performed in Joint Base Lewis McChord, Wash., with an estimated completion date of Jan. 30, 2013. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-C-0015).

Agentase, L.L.C., Pittsburgh, Pa., was awarded a $7,000,000 cost-plus-fixed-fee contract. The award will provide for the research and development services in support of chemical detection technology. Work will be performed in Pittsburgh, Pa., and West Lafayette, Ind., with an estimated completion date of Feb. 10, 2013. The bid was solicited through the Internet, with 2,334 bids received. The U.S. Army Contracting Command, Durham, N.C., is the contracting activity (W911NF-08-D-

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

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

0002).

DEFENSE LOGISTICS AGENCY

Northrop Grumman Technical Services, Herndon, Va., was awarded a firm-fixed-price contract for a maximum $76,591,506 for aircraft parts. Other locations of performance are California, Michigan, and Utah. Using service is Air Force. The date of performance completion is Aug. 31, 2018. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-11-C-0108).

Valero Marketing and Supply Co., San Antonio, Texas, was issued a modification on the current contract SP0600-11-D-0450/P00009. Award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $37,046,676 for aviation turbine fuel. Other location of performance is Corpus Christi, Texas. Using service is the Foreign Military Sales Program. The date of performance completion is Nov. 30, 2011. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity.

Allied Healthcare Products*, St. Louis, Mo., was awarded a fixed-price with economic price adjustment contract for a maximum $12,000,000 for various respiratory items such as ventilators, aspirators, and oxygen cylinders, with parts and accessories for patient care. 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 Sept. 13, 2016. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-11-D-8202).

AIR FORCE

Alion Science and Technology Corp., Chicago, Ill., is being awarded an estimated $47,595,013 cost-plus-fixed-fee, indefinite-delivery requirements contract to continue research and development of ballistic missile defense technologies including the upgrade of training systems to meet advanced ballistic missile defense weapon and combat system requirements to enhance the operation of distributed experimentation, evaluation, and training environment. Work will be performed at Alion Science and Technology in Chicago, Ill. The Air Force Materiel Command‟s Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-99-D-0301, Delivery Order 0214).

Space Coast Launch Services, Patrick Air Force Base, Fla., is being awarded a $26,212,703 cost-plus-award-fee, award term contract for launch operations support, including operations maintenance and engineering support to critical launch, spacecraft and ordnance facilities, and support systems, owned by the 45th Space Wing. Work will be performed at Patrick Air Force Base, Fla. The 45th Contracting Squadron, Patrick Air Force Base, Fla., is the contracting activity (FA2521-05-C-0008, Modification P00121).

L3 Communications Corp., Salt Lake City, Utah, is being awarded a $23,782,872 firm-fixed-price and cost-reimbursable contract for eight fixed installation satellite communications terminals to be installed at Europe Relay Site 2 in Germany. Work will be performed at Salt Lake City, Utah, and Ramstein Air Force Base, Germany. The Aeronautical Systems Center/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-08-G-0460 0007).

Harris Corp., Government Communications Systems, Palm Bay, Fla., is being awarded an $8,567,994.34 cost-plus-award-fee, cost-plus-fixed-fee, cost contract for overseas contingency operations tasks for continued sustainment repair of systems within the space control mission area under space control depot support. Work will be performed at Palm Bay, Fla. The Space and Missile Systems Center, Space Superior Systems Directorate, El Segundo, Calif., is the contracting activity (FA8819-08-C-0001, P00090).

Flash Tech, Inc., Kansas City, Mo., is being awarded a $7,717,000 firm-fixed-price contract for the purchase, installation, and training for new coatings removal system and upgrade of existing removal system for the 402nd Maintenance Group at Warner-Robins Air Logistics Center, Ga. The Warner-Robins Air Logistics Center/PKOA, Robins Air Force Base, Ga., is the contracting activity (FA8501-11-C-0049).

Crew Training International, Inc., Memphis, Tenn., is being awarded a $6,864,843 fixed-price with cost-reimbursable line items contract modification for increased workload for MQ-1 and MQ-9 academic, simulator, and flying training requirements at Holloman Air Force Base, N.M., and March Air Force Base, Calif.; and initial MQ-9 support for Hancock

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

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

Field, N.Y. Work will be performed at Creech Air Force Base, Nev.; Holloman Air Force Base, N.M.; March Air Reserve Base, Calif.; and Hancock Field, N.Y. The Air Combat Command Acquisition Management and Integration Center Contracting Division, Newport News, Va., is the contracting activity (FA4890-08-C-0006 and P00059).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Global Training & Logistics, Orlando, Fla., is being awarded a $10,778,746 cost-plus-fixed-fee contract. The work is for Phase II-B of the National Cyber Range Program. Work will be performed in Orlando, Fla. (79.07 percent); Cherry Hill, N.J. (10.27 percent); North Chelmsford, Mass. (4.64 percent); Piscataway, N.J. (2.34 percent); San Antonio, Texas (1.48 percent); Princeton, N.J. (1.30 percent); and Salt Lake City, Utah (0.91 percent). The work is expected to be completed by Sept. 30, 2012. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0148).

WASHINGTON HEADQUARTERS SERVICE

All World Language Consultants, Inc., Rockville, Md., is being awarded a $6,815,361 modification under previously awarded contract (HQ0034-08-F-1058) to provide Arabic-speaking interpreters/linguists to assist defense counsel with interviews of Arabic-speaking detainees and witnesses, and to translate documents. Work will be performed in Arlington, Va., with an estimated completion date of Feb. 22, 2012. The bid was solicited through the Internet, ith one bid received. Washington Headquarters Service is the contracting activity.

Science Applications International Corp., McLean, Va., is being awarded a $1,486,942 modification, which brings the total of all prior modifications/increments to $6,858,689, under previously awarded contract (HQ0034-11-F-0080) to provide mission support services for court room and case preparation. Work will be performed in Washington, D.C., with an estimated completion date of April 14, 2016. The bid was solicited through the Internet, with one bid received. Washington Headquarters Service is the contracting activity.

*Small business

Total value of contracts awarded this day: $ 1,547.28M

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

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

FOR RELEASE AT 5 p.m. ET

No. 800-11 September 19, 2011

CONTRACTS

ARMY

Compton Construction, Bumpus Mills, Tenn. (W9126G-11-D-0064); Au Authum Ki, Chandler, Ariz. (W9126G-11-D-0063); Small Business Group, Inc., Summerville, S.C. (W9126G-11-D-0062); and GSC Construction, Augusta, Ga. (W9126G-11-D-0061), were awarded a $263,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction of warehouses in states west of the Mississippi River. Work location will be determined with each task order, with an estimated completion date of Sept. 23, 2016. The bid was solicited through the Internet, with 41 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Zieson Construction Co., L.L.C., Riverside, Mo. (W912DQ-11-D-4009); Sealaska Constructor, L.L.C., Bellevue, Wash. (W912DQ-11-D-4010); Greenleaf Construction, Kansas City, Mo. (W912DQ-11-D-4011); and Alexander-Weitz, Kansas City, Mo. (W912DQ-11-D-4012), were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the design-build services to support military construction projects within the Kansas City district. Work location will be determined with each task order, with an estimated completion date of Nov. 25, 2012. The bid was solicited through the Internet, with 32 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

Mass Service and Supply, L.L.C., Pueblo, Colo., was awarded a $39,700,000 firm-fixed-price contract. The award will provide for the construction of the Regional Training Institute at Fort Carson, Colo. Work will be performed in Fort Carson, Colo., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with eight bids received. The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-11-C-0008).

Airborne Systems North America of N.J., Inc., Pennsauken, N.J., was awarded a $27,627,306 firm-fixed-price contract. The award will provide for the procurement of 3,500 Military Free Fall Advanced Ram Air Parachute Systems, including logistics and training data deliverables. Work will be performed in Pennsauken, N.J., with an estimated completion date of Sept. 14, 2016. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-11-D-0073).

Longbow, L.L.C., Orlando, Fla., was awarded a $26,049,000 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to add engineering service house for the Hellfire and Longbow missile requirements. Work will be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0256).

Raytheon Co., Huntsville, Ala., was awarded a $19,501,469 cost-plus-fixed-fee contract. The award will provide for the procurement of the Integrated Air and Missile Defense Plug and Flight A-kit design definition. Work will be performed in Huntsville, Ala., with an estimated completion date of Jan. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0167).

VSE Corp., Alexandria, Va., was awarded a $17,811,936 firm-fixed-price, level-of-effort contract. The award will provide for the technical manual updating services in support of Army Two Level Maintenance Program. Work will be performed in Alexandria, Va., with an estimated completion date of Sept. 15, 2012. Sixteen bids were solicited, with five bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-A906).

KDH Defense Systems, Inc., Eden, N.C., was awarded a $13,821,775 firm-fixed-price contract. The award will

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

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

provide for the procurement of 16,798 Operation Enduring Freedom Camouflage Pattern Soldier Plate Carrier Systems with soft ballistics and cummerbund; 42,000 OCP component kits; and several other various components. Work will be performed in Eden, N.C., with an estimated completion date of Sept. 9, 2012. 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-11-C-0167).

AJAC Enterprises, Inc., Albuquerque, N.M., was awarded a $13,093,523 firm-fixed-price contract. The award will provide for the restoration services in support of the Middle Rio Grande Restoration Project. Work will be performed in Bernalillo, N.M., and Albuquerque, N.M., with an estimated completion date of April 15, 2014. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-11-C-0026).

DRC Emergency Services, L.L.C., was awarded an $11,872,911 firm-fixed-price contract. The award will provide for the construction of a site for temporary housing in Minot, N.D. Work will be performed in Minot, N.D., with an estimated completion date of Oct. 28, 2011. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, St. Paul, Minn., is the contracting activity (W912ES-11-C-0026).

Inland Construction & Equipment, Inc., was awarded a $9,849,926 firm-fixed-price contract. The award will provide for the pile and deck repair services for the Center Wharf, Military Ocean Terminal Sunny Point, Brunswick, N.C. Work will be performed in Brunswick County, N.C., with an estimated completion date of April 30, 2013. Eight bids were solicited, with five bids received. The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912HN-11-C-0008).

Raytheon Co., Andover, Mass., was awarded an $8,393,659 cost-plus-fixed-fee contract. The award will provide for the repair and recapitalization services of Patriot missile systems assemblies and sub-assemblies. Work will be performed in Andover, Mass., with an estimated completion date of Oct. 14, 2012. One bid was solicited, with one bid received. The Directorate of Contracting, Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity (W911N2-09-D-0001).

NAVY

Raytheon, Integrated Defense Systems, Portsmouth, R.I., is being awarded a $42,640,122 fixed-price incentive, firm-fixed price, cost-plus-fixed fee, cost-type contract for MK 54, Mod 0 lightweight torpedo kit production. This contract procures kits, test equipment, spares, engineering, and repair services related to upgrades of Navy lightweight torpedoes. The MK54 Mod 0 lightweight torpedo is primarily intended as an anti-submarine torpedo in littoral scenarios. Its basic capabilities include operation in both shallow- and deep-water acoustic environmental conditions, using MK46 anti-submarine warfare capabilities in deep-water scenarios. The MK54 Mod 0 lightweight torpedo is an effective defense in the presence of threat countermeasures. Contract includes options, which, if exercised, would bring the cumulative value of this contract to $558,382,473. Work will be performed in Portsmouth, R.I. (80 percent), and Keyport, Wash. (20 percent), and is expected to completed by October 2015. Contract was competitively procured via Navy Electronic Business Opportunities website, with four offers received. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-11-C-6410).

The TEC-AECOM Pacific, J.V., Charlottesville, Va., is being awarded $26,200,000 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity architect-engineering contract (N62742-11-D-1801) for preparation of National Environmental Policy Act documents, environmental planning services, environmental studies, and related technical services at various Navy and Marine Corps activities within the Pacific Basin and Indian Ocean areas. Work will be performed in Honolulu, Hawaii, and is expected to be completed by September 2016. Contract funds will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Alpha Marine Services, L.L.C., Galliano, La., is being awarded a $25,266,636 firm-fixed-price contract for the time charter of M/V Dove, a U.S.-flagged, anchor-handling, towing supply vessel that will be used to support the Sea-Based X-Band Radar Platform, also called SBX-1. M/V Dove will transfer fuel, supplies, and offshore workers to and from SBX-1, and will function as the oil spill response vessel for SBX-1. Alpha Marine Services will operate and maintain M/V Dove for the duration of the charter. This contract includes four one-year option periods, which, if exercised, would bring the cumulative value of this contract to $146,986,164. Work will be provided in the Pacific Ocean, and is expected to be completed by September 2012. Contract funds are subject to availability in fiscal 2012 and will expire at the end of that fiscal year, or fiscal

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

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

2013. This contract was competitively procured via a solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online, and Federal Business Opportunities websites with more than 100 companies having access to the solicitation, four offers were received. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-2006).

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $18,389,065 modification to previously awarded contract (N00024-08-C-2300) for the accomplishment of the post-shakedown availability (PSA) for the DDG 51-class guided-missile destroyers USS William P. Lawrence (DDG 110) and USS Spruance (DDG 111). The effort to be performed includes services and material for the PSA. Specific efforts include: engineering and management support; labor and procurement of material to correct government responsible deficiencies and accomplish system upgrades; and performance of specific PSA work items inclusive of tests and post repair sea trials. Work will be performed in San Diego, Calif., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Kollsman, Inc., Merrimack, N.H., is being awarded a $12,500,000 modification to existing contract (N00164-10-D-JQ24) for 28 Night Targeting Systems (NTS). The NTS upgrades incorporate a third-generation electro-optics sensor. The scope of the proposed contract modification includes NTS modification. The upgraded configuration will incorporate a third-generation forward-looking infrared sensor; a color charged coupled device camera on the gimbal; a color multi-functional display; laser rangefinder; and a target designator that improves the boresight capability of the NTS. Work will be performed in a Merrimack, N.H., and is expected to be completed by September 2016. Contract funds in the amount of $12,500,000 will expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

Olin Corp., Winchester Ammunition, East Alton, Ill., is being awarded a $9,999,786 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of .40 caliber frangible ammunition in support of the Coast Guard and Naval Criminal Investigative Service. Frangible ammunition is primarily used for training. Frangible, or “soft” rounds are designed to break apart when they hit walls or other hard surfaces to prevent ricochets during close-quarters combat. Work will be performed in Oxford, Miss., and is expected to be completed by September 2016. Contract funds in the amount of $41,278 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN08).

W.M. Robots, L.L.C.*, Colmar, Pa, is being awarded a $9,599,879 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Vallon mine detectors and consumable spares supporting the government of Afghanistan under the Foreign Military Sales Program. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $12,390,063. Work will be performed in Colmar, Pa., and is expected to be completed by September 2012. Contract funds in the amount of $7,928,618 will expire at the end of the current fiscal year. This contract was synopsized via Federal Business Opportunities as a sole-source procurement, and was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0015).

EFW, Inc., Fort Worth, Texas, is being awarded a $9,449,387 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0057) to provide hardware, installations, non-recurring engineering, technical data, and installation support of the Helmet Display Tracking System in AH-1W helicopters. Work will be performed in Haifa, Israel (51 percent), Fort Worth, Texas (25 percent), and Melbourne, Fla. (24 percent), and is expected to be completed in January 2013. Contract funds in the amount of $4,524,734 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Alion Science and Technology Corp., Washington, D.C., is being awarded an $8,256,758 undefinitized contract modification to previously awarded contract (N00024-10-C-5119) for professional support services for Program Executive Office Integrated Warfare Systems and Integrated Warfare Systems Deputy Assistant Secretary of the Navy Ships. This contract will provide subject matter experts, critical budget and finance support, and systems engineering support. Additionally, the contractor will provide direct support of the preparation of the Quarterly Execution Review; data analysis; preparation and review of information to be included in decision briefings; and preparation and review of issue papers, white papers, technical reports, study reports, and requirements documentation. Support services include program management, business financial management, and acquisition management at the Washington Navy Yard; as well as financial management, project management, and systems engineering support at the Pentagon. Work will be performed in the Washington, D.C., and is expected to be completed by September 2012. Contract funds in the amount of $766,077 will

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

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

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

American Contractor and Technology, Inc.*, Pensacola, Fla., is being awarded $6,843,316 firm-fixed-price task order 0002 under a previously awarded multiple-award construction contract (N69450-08-D-1295) for hangar repair and paraloft relocation at Naval Air Station Meridian. The work to be performed provides for architectural, mechanical, and electrical repairs to Aircraft Hangar 2 that will consolidate various maintenance shops and demolish vacated associated shop buildings. Work will be performed in Meridian, Miss., and is expected to be completed by November 2013. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

AIR FORCE

DynCorp International, L.L.C., Fort Worth, Texas, is being awarded a $36,041,734 firm-fixed-price contract for aircraft maintenance and related services in support of Euro-NATO joint jet pilot training; maintaining T-38 undergraduate pilot training, T-38 introduction to fighter fundamentals, and T-6A aircraft at Sheppard Air Force Base, Texas. The 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA-3002-09-C-0024, Modification Number A00026).

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $25,135,974 cost-plus-fixed-fee, indefinite-delivery, requirements contract for electro-optical, ultraviolet, infrared, and radio frequency sensors and system engineering and testing, to include reconnaissance systems and equipment, and other platform survivability systems and equipment. Work will be performed at Atlanta, Ga. The Air Force Materiel Command‟s Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000, Delivery Order: 0190).

Work Services Corp., Wichita Falls, Texas, is being awarded a $17,410,276 firm-fixed-price contract modification for full food service, consisting of four main dining facilities, the central preparation kitchen, and meals delivered to the Sheppard Training Annex. Work will be performed at Sheppard Air Force Base, Texas. The 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA3020-07-F-0079, Modification Number P00039).

DEFENSE LOGISTICS AGENCY

Technology Research Corp.*, Clearwater, Fla., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test consoles. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0033).

United Support Solutions, Inc.*, Cedar Grove, N.J., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test consoles. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0034).

SYSCO Connecticut, Rocky Hill, Conn., was issued a modification exercising the first option year on the current contract SPM300-08-D-3238/P00029. Award is a fixed-price with economic price adjustment, prime vendor contract with a maximum $11,636,100 for food and beverage support for the Department of Defense and non-DoD customers in the Connecticut, Rhode Island, and Massachusetts area. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

*Small business

Total value of contracts awarded this day: $ 822.13M

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

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

FOR RELEASE AT 5 p.m. ET

No. 803-11 September 20, 2011

CONTRACTS

NAVY

Hensel Phelps Granite Hangar, J.V., Irvine, Calif., is being awarded a $97,222,000 firm-fixed-price contract for the design and construction of an MV-22 aircraft parking apron/taxiway expansion; an Aircraft Maintenance Hangar 4 addition; and Aircraft Maintenance Hangar 7 construction at Marine Corps Air Station Miramar. The work to be performed provides for the construction and/or renovation of airfield facilities to enable the operation of both the MV-22 (medium lift) aircraft as well as the CH-53 (heavy-lift) helicopter. Specifically, the facilities will accommodate and maintain the MV-22 squadrons; conduct readiness and training operations; and conduct special exercise operations to attain and maintain proficiency in the operational employment of the MV-22. The contract also contains two planned modifications, which, if issued, would increase cumulative contract value to $103,602,000. Work will be performed in San Diego, Calif., and is expected to be completed by September 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-0401).

General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded an estimated $64,590,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee and cost-plus-fixed-fee contract for software in-service support for maintenance, upgrades, and enhancements to the Wideband Networking Waveform software. Work will be performed in Scottsdale, Ariz., and is expected to be completed by September 2016. Contract funds will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website and the Space and Naval Warfare Systems Command E-commerce website, with two offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-4806).

Science Applications International Corp., Virginia Beach, Va., is being awarded $42,800,000 firm-fixed-price General Services Administration task order contract for integrated training support and execution by U.S. Fleet Forces Command. Work will be performed in Hampton Roads (30 percent); Bremerton, Wash. (28 percent); Newport, R.I. (6 percent); Groton, Conn. (6 percent); Ingleside, Texas (6 percent); San Diego, Calif. (6 percent); Pearl Harbor, Hawaii (6 percent); Yokosuka, Japan (6 percent); and Sasebo, Japan (6 percent). Work is to be completed by July 2012. Contract funds will not expire before the end of the fiscal year. This contract was not competitively procured. NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-F-QT60).

Architects Hawaii, Ltd., Honolulu, Hawaii, is being awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for preparation of plans and specifications for bachelor quarters and other architectural projects in the Naval Facilities Engineering Command (NAVFAC), Hawaii area of responsibility (AOR). The work to be performed provides for preparation of plans, specifications, cost estimates, design analysis and/or preparation of design-build request for proposal contract documents, field investigation, engineering study, geotechnical investigation, topographic survey, interior design, post construction award services, and other related services. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR, and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 15 proposals received. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-11-D-5012).

Marine Hydraulics International, Inc., Norfolk, Va., is being awarded a $9,290,644 modification to previously awarded contract (N00024-10-C-4405) for USS Mahan (DDG 72) fiscal 2012 selective restricted availability for ship maintenance and repair. The contract will provide expert design, planning, and material support services for both DDG class ship construction and modernization. Work will be performed in Norfolk, Va., and is expected to be completed by February 2012. Contract funds in the amount of $8,790,907 will expire at the end of the current fiscal year. The Naval Ship Support Activity, Norfolk, Va., is the contracting activity.

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

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

Marine Hydraulics International, Norfolk, Va., is being awarded a $7,780,629 modification to previously awarded contract (N00024-10-C-4405) to exercise options for the accomplishment of the USS Ross (DDG 71) fiscal 2012 selective restricted availability. The contract will provide expert design, planning, and material support services for both DDG non-dockers ship construction and modernization. Work will be performed in Norfolk, Va., and is expected to be completed by March 2012. Contract funds in the amount of $7,780,629 will expire at the end of the current fiscal year. The Naval Ship Support Activity, Norfolk, Va., is the contracting activity.

EMR, Inc., Infrastructure and Environment*, Niceville, Fla., is being awarded $6,665,177 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-10-D-0787) for the Hangar 57 repair and modernization project at Naval Air Station Corpus Christi. The work to be performed provides for necessary repairs and modernization to a World War II-era hangar. The work includes selective demolition, and repairs and upgrades to architectural, structural, heating ventilation and air conditioning, plumbing, electrical, fire protection, and civil engineering systems. The task order also contains two unexercised options, which, if exercised, would increase cumulative task order value to $7,751,086. Work will be performed in Corpus Christi, Texas, and is expected to be completed by December 2012. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Western Diesel Services, Inc.*, St. Louis, Mo., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for a maximum $23,127,146 for procurement of engine parts. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 20, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0030).

NAVCOM Defense Electronics, Inc.*, Corona, Calif., was awarded a firm-fixed-price, sole-source contract for a maximum $22,442,598 for aircraft parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is Aug. 31, 2014. The Defense Logistics Agency Aviation, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-C-0026).

Pocono Produce Co.*, Stroudsburg, Pa., was issued a modification exercising the second option year on the current contract SPM300-08-D-3248/P00030. Award is a fixed-price with economic price adjustment, prime vendor contract with a maximum $15,000,000 for food and beverage support. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 19, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

U.S. TRANSPORTATION COMMAND

Maersk Line, Ltd., Norfolk, Va., is being awarded a $9,802,426 fixed-price delivery order for container purchases and detention in support of Operation Enduring Freedom. Contract funds will expire at the end of the current fiscal year. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-0040).

*Small business

Total value of contracts awarded this day: $ 308.72M

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

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

FOR RELEASE AT 5 p.m. ET

No. 808-11 September 21, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

City Light & Power*, Long Beach, Calif., was awarded a fixed-price with prospective price redetermination contract for

a maximum $180,501,821 for ownership, operation and maintenance of the electric distribution system at Travis Air Force Base, Calif. Another location of performance is Travis Air Force Base, Calif. Using service is Air Force. The date of performance completion is January 2062. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-C-8270).

Northrop Grumman Aerospace Systems, Palmdale, Calif., was awarded a firm-fixed-price contract for a maximum

$109,635,061 for aft decks applicable to B-2 aircrafts. Another location of performance is St. Augustine, Fla. Using service is Air Force. The date of performance completion is April 19, 2016. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-11-C-0112).

Dallas Lighthouse for the Blind, Dallas, Texas, was issued a modification exercising the fourth option year on the

current contract SPM200-08-D-7537/P00005. Award is a firm-fixed-price, indefinite-delivery/quantity contract with a maximum $10,240,000 for spectacle cases. 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 Sept. 30, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $174,486,588 cost-plus-fixed-fee option under existing contract

(N00024-10-C-2118) for additional lead-yard services, development studies, and design efforts related to Virginia-class submarines. The contract provides lead, lead-yard services for Virginia-class submarines that will maintain, update, and support the Virginia-class design and related drawings and data for each Virginia-class submarine, including technology insertion, throughout its construction and post-shakedown availability period. The contractor will also provide all engineering and related lead-yard services necessary for direct maintenance and support of Virginia-class ship specifications. In addition, the contract provides development studies and design efforts related to the Virginia-class submarine design and design improvements; preliminary and detail component and system design; and integration of system engineering, design engineering, test engineering, logistics engineering, and production engineering. The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks and prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding Virginia-class submarines. Work will be performed in Groton, Conn. (91.1 percent); Newport, R.I. (1.4 percent); Quonset, R.I. (3.5 percent); and Newport News, Va. (4 percent). Work is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Del-Jen, Inc., Clarksville, Tenn., is being awarded a $24,640,037 modification under a previously awarded firm-fixed-

price, indefinite-delivery/indefinite-quantity contract (N69450-07-D-0770) to exercise option four, for base operations support services at Naval Air Station Pensacola and surrounding areas (Saufley Field, Corry Station, and Bronson Field). The work to be performed provides for public works administration including labor, management, supervision, materials, supplies, and tools for facilities management, facilities investment, facility maintenance services (non-family housing and Navy family housing), pest control, street sweeping, utility plant and distribution operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, centrally managed safety services, and base support vehicles and equipment. The total contract amount after exercise of this option will be $118,523,007. Work will be performed in Pensacola, Fla., and is expected to be completed by September 2012. Contract funds in the amount of $18,269,142 are obligated on this

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

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

award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $17,000,000

modification to a previously awarded advance acquisition contract (N00019-11-C-0083) to procure long lead items in support of the Italian Air Force F-35 Lightning II Joint Strike Fighter aircraft (conventional takeoff and landing) for the government of Italy. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent). Work is expected to be completed in 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.

Shaw Environmental and Infrastructure, Inc., Norfolk, Va., is being awarded a $12,500,000 cost-plus-award-fee

modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for environmental remedial action services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command Atlantic area of responsibility. After award of this modification, the total cumulative contract value will be $162,500,000. Work will be performed primarily in Virginia (25 percent); Maryland (15 percent); North Carolina (15 percent); Vieques, Puerto Rico (15 percent); Connecticut (5 percent); Maine (5 percent); Massachusetts (5 percent); Washington, D.C. (5 percent); Africa (5 percent), Pennsylvania (4 percent); and West Virginia (1 percent). Work is expected to be completed by April 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-08-D-1007).

Harris Corp., Lynchburg, Va., is being awarded an estimated $9,805,509 commercial, indefinite-delivery/indefinite-

quantity, firm-fixed-price contract for the acquisition of land mobile radio systems and equipment for the Hierarchical Yet Dynamically Reprogrammable Architecture Wireless Interior Communications Program. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $49,025,409. Work will be performed in Lynchburg, Va., and is expected to be completed by September 2012. If all options are exercised, work could continue until September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a sole-source basis. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-3215).

Cadence Design Systems, Inc., San Jose, Calif., is being awarded a $7,399,348 firm-fixed price, basic ordering

agreement for the purchase of commercial electronic design automation software tool license and maintenance agreements. The required design tools are used to support Strategic Systems Programs work for the Trident II (D5) MK6 Life Extension Guidance System. This contract was sole-sourced, via Navy Electronic Commerce Online website, because the supplies and related maintenance efforts are only available from one source. The supplies are a suite of legacy software compatible with collected historical data and utilized for present efforts. Work will be performed in San Jose, Calif., and is expected to be completed by September 2016. This contract was non-competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-G-GM23).

AIR FORCE

Northrop Grumman Systems Corp., Defense Systems Division, Herndon, Va., is being awarded a $42,999,820 cost-

plus-fixed-fee, firm-fixed-price contract for a five-month extension of the operation and support of the aircraft E-11A, serial numbers 11-9355 and 11-9358, modified to carry the Battlefield Airborne Communications Node (BACN) payload. This contract also provides for the operation and maintenance of the BACN payload by Northrop Grumman, and for the maintenance of modified aircraft. It also provides an option to re-paint the two aircraft to Air Force specifications. Electronic Systems Center, Airborne Networks Division, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-09-C-0010 P00035).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Forth Worth, Texas, is being awarded a $7,668,445 cost-

plus-fixed-fee contract modification for F-22 software maintenance based on root cause analysis. Work will be performed at Marietta, Ga. The Aeronautical Systems Center/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA-8611-08-C-2897 P00099).

Northrop Grumman Systems Corp., Linthicum Heights, Md., is being awarded a $6,881,978 maximum cost-plus-fixed-

fee contract to assist the AFRL/RXM in bridging the gap between military manufacturing needs and industry capabilities. This

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

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

will be accomplished by research, experiments, analysis, demonstrations, and process validations in a variety of manufacturing technologies. The Air Force Research Laboratory, Det 1 AFRL/PKMT, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-SS09).

*Small business

Total value of contracts awarded this day: $ 604.77M

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

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

FOR RELEASE AT 5 p.m. ET

No. 813-11 September 22, 2011

CONTRACTS

NAVY

Kellogg Brown & Root Services, Inc., Houston, Texas (N62742-11-D-3511); IAP-ECC, L.L.C., Cape Canaveral, Fla. (N62742-11-D-3512); Global Response Services, L.L.C., Fort Worth, Texas (N62742-11-D-3513); and Pacific Contingency Services, L.L.C., Fort Worth, Texas (N62742-11-D-3514), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for the purchase of short-term facility support services with incidental construction in support of natural disasters; humanitarian efforts; the full range of military actions; and incumbent breaks in service at various locations throughout the world. The maximum dollar value, including the base period and four option years, for all four contracts combined is $900,000,000. Support services with incidental construction are to include airfield operations; port operations; ship charter; supply; emergency management; fire and emergency services; force protection; safety; environmental (compliance, conservation, cultural, and pollution prevention); facility support (base support vehicle and equipment, collateral equipment, facility investment, facility management, facility services, and utilities); fleet and family readiness (bachelor housing and dormitories, fisher house, galley lodging, morale welfare and recreation, child development, family housing, fleet and family support, and other community support); command; information technology services; resource management; total force management; and training and readiness. No task orders are being issued at this time. All work on this contract will be performed at various locations throughout the world, including remote and overseas locations. The term of the contract is not to exceed 60 months, with an expected completion date of September 2016. Contract funds in the amount of $400,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Patricia I. Romero, d.b.a. Pacific West Builders*, National City, Calif. (N62473-11-D-0065); I.E.-Pacific, Inc.*, San Diego, Calif. (N62473-11-D-0066); NEI Contracting and Engineering, Inc.*, San Diego, Calif. (N62473-11-D-0067); Dimensions Construction, Inc.*, San Diego, Calif. (N62473-11-D-0068); and Bilbro Construction Co., Inc.*, Escondido, Calif. (N62473-11-D-0069), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, revitalization, alteration and repair of various facilities at locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value for all five contracts combined is $500,000,000. The work to be performed provides for projects which may include, but are not limited to, commercial, institutional, and industrial type buildings, such as: administrative, armory, athletic court, swimming pool, dining, dormitory/barrack, theater, educational, fire station, hangar, retail complex, club house, child care centers, recreational, religious building, warehouse, laboratory, medical building, animal shelter, and other similar facilities. No task orders are being issued at this time. Work will be performed at various federal sites within the NAVFAC Southwest AOR; including, but not limited to, California (87 percent), Arizona (7 percent), Nevada (3 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2016. Contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 65 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

L-3 Communications Systems Field Support, Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $48,797,627 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity requirements contract (N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 66 C-12 aircraft for the Navy (55) and the Marine Corps (11). Services to be provided include scheduled/unscheduled organizational maintenance, aircraft servicing, depot-level maintenance, support equipment maintenance, modifications, engineering, and engineering support. Funding will not be obligated at the time of award. Work will be performed in Corpus Christi, Texas (12 percent);

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

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

Lincoln, Neb. (34 percent); and Winnipeg, Canada (34 percent). Work will also be performed in various locations both inside and outside the continental United States (20 percent), including: Yuma, Ariz.; Washington, D.C.; New Orleans, La.; Dallas/Fort Worth, Texas; Jacksonville, Fla.; Miramar, Calif.; New River, N.C.; Norfolk, Va.; Patuxent River, Md.; Andrews Air Force Base, Md.; Manassas, Va.; Japan; Cuba; and Bahrain. Work is expected to be completed in September 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 activities.

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded a $47,336,308 firm-fixed-priced modification under a previously awarded contract (M67854-07-D-5028) for procurement of 425 of the following engineering change proposal upgrades: power pack upgrade kit; heater guard assembly kit; and bracket door actuator kit. These upgrades are supporting the Mine Resistant Ambush Protected vehicles. Work will be performed in Benoni, South Africa, and is expected to be completed no later than June 2012. Contract funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Straub-Driver, J.V., Fallbrook, Calif., is being awarded a $46,575,000 firm-fixed-price contract for the design and construction of the truck company operations complex at Marine Corps Base Camp Pendleton. The work to be performed provides for the design and construction of a dining facility, a multi-story headquarters facility, administrative facilities, a warehouse, an armory, a single marine facility, a dispatch facility, and a vehicle maintenance bay addition. The project also includes renovation to a vehicle maintenance facility and the demolition of four buildings. The contract also contains a planned modification, which, if issued, would increase cumulative contract value to $53,856,738. Work will be performed in Oceanside, Calif., and is expected to be completed by September 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 17 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473 11 C 0405).

Communications and Power Industries, Palo Alto, Calif., is being awarded a $35,860,730 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for traveling wave tubes and associated data supporting the MK-99 Fire Control System. This contract combines purchases for the U.S. Navy (85 percent); the Missile Defense Agency (6 percent); and under the Foreign Military Sales Program, the governments of Spain (3 percent), Australia (3 percent), and South Korea (3 percent). Work will be performed in Palo Alto, Calif., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-11-D-GR75).

URS Group, Inc., San Antonio, Texas, is being awarded $29,992,802 for fixed-price-award-fee task order HC01 under a previously awarded multiple award construction contract (N62742-09-D-1174) for the design and repair of Red Hill fuel tunnel at Naval Supply Fleet Logistics Center Pearl Harbor. The work to be performed provides for design and repair of approximately 3.5 miles of tunnel in Pearl Harbor to ensure proper structural integrity. Structural repairs include repairing cracks, installing rock bolts, steel “I” beams, and backfilling grout in the voids behind the formed gunite liner, all in accordance with the Federal Highway Administration Tunnel Rehabilitation guidelines. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by April 2014. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $17,098,027 cost-plus-fixed-fee contract for the Rapid Deployment Capability Weaponization Program in support of the Vertical Takeoff and Landing Tactical Unmanned Aerial Vehicle MQ-8B Fire Scout System. This contract includes the installation, engineering, manufacturing, and data development of the weapons systems, which include 12 Stores Management Systems. Work will be performed in San Diego, Calif. (75 percent), and Grand Rapids, Mich. (25 percent), and is expected to be completed in March 2013. Contract funds in the amount of $14,752,952 will expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0087).

Sechan Electronics, Inc.*, Lititz, Pa., is being awarded a $16,233,167 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for up to 350 electronic payload interface boxes; one engineering development model; engineering services not to exceed $50,000; and an optional final technical data package in support of Marine Corps Ground Based Operation Surveillance Systems. Work will be performed in Lititz, Pa., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities with two offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting

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

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

activity (N00064-11-D-JT36).

The Boeing Co., St. Louis, Mo., is being awarded $14,480,278 for firm-fixed-price delivery order 0006 under a previously awarded performance based logistics contract (N00383-07-D-001J) for spare parts in support of the AV-8 aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed by September 2014. Contract funds will not expire before the end of the current fiscal year. This contract was not awarded through full and open competition. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

3 Phoenix, Inc.*, Chantilly, Va., is being awarded a $12,315,777 modification to previously awarded contract (N00024-07-C-6274) to exercise an option to provide engineering services to support software development, procurement of commercial-off-the-shelf products, and hardware/software integration required to provide improved technology for Navy open architecture and network centric operations and warfare systems in support of Virginia-class submarines and other submarine/surface ship systems. This requirement includes system engineering, architecture design, software engineering, prototyping, integration, and test activities. This effort is for phase three of a Small Business Innovative Research, topic N04-138, “Real-time Data Fusion and Visualization Interface for Environmental Research Data.” These services will be rendered as needed to support the Navy‟s initiative to maintain the pace of performance improvement through judicious use of lower power electronics, advanced algorithm design, and innovative applications of open software and hardware. Work will be performed in Chantilly, Va. (35 percent); Wake Forest, N.C. (35 percent); and Hanover, Md. (30 percent). Work is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Hawk Protection, Inc., Pembroke Pines, Fla., is being awarded a $10,801,076 firm-fixed-price contract for the production of 45,155 protective overgarments. Work will be performed in Vonore, Tenn. (52 percent); Pembroke Pines, Fla. (27 percent); and Hialeah, Fla., (21 percent). Work is expected to be completed by Dec. 31, 2011. Contract funds 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-3052).

Bell Helicopter Textron, Fort Worth, Texas, is being awarded a $10,047,265 cost-plus-fixed-fee order against a previously issued basic ordering agreement (N00019-11-G-0003) for design and development activities in support of the cuff and yoke redesign of the H-1 helicopter upgrades. This delivery order will include initiating the design-build-buy activities, part/drawing release, and support analysis for detailed design, preparation, execution, and follow up for preliminary design review; process development for yoke full-scale process and drive system center; complete tooling conceptual designs and initiate tooling preliminary design; structural qualification; and flight test plans requirements. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 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.

Ames & Whitaker Architects, P.C.*, Southington, Conn., is being awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for civil/structural/architectural/mechanical/electrical and fire protection services in support of projects at military installations throughout the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $327,469 to provide design services for Building 1 renovations at Naval Station Newport, Newport, R.I. Work for this task order is expected to be completed by September 2012. Work will be performed in the Mid-Atlantic Northeast AOR including, but not limited to, Rhode Island (20 percent); Maine (20 percent); Connecticut (15 percent); New Jersey (15 percent); Pennsylvania (10 percent); New York (5 percent); New Hampshire (5 percent); Massachusetts (5 percent); Vermont (3 percent); and Delaware (2 percent). Work is expected to be completed by September 2016. Contract funds in the amount of $327,469 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 65 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-11-D-7205).

Lockheed Martin Maritime Systems and Sensors, Baltimore Md., is being awarded an $8,785,494 contract modification to previously awarded contract (N00024-10-C-5347) for electrical design agent for the MK 41 Vertical Launching System (VLS). The MK 41 VLS provides a missile launching system for CG-47 and DDG-51 class surface combatants of the U.S. Navy, as well as surface combatants of allied navies. This effort includes design agent services to support the MK 41 VLS program and the life cycle support facility through efforts such as the integration of new missiles into VLS; integration of VLS into new ships; technical refresh; systems engineering; computer program engineering; and failure analyses. Work will be performed in Baltimore, Md. (82 percent), and Ventura, Calif. (18 percent), and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington,

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

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

D.C., is the contracting activity.

CMS Toltest, Inc.*, Bargersville, Ind., is being awarded $6,698,380 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N69450-10-D-1271) for construction of repair Trident Refit Facility dry dock at Naval Submarine Station Kings Bay. This project repairs or replaces pump motors, pumps, check valves, flow meters, actuators, heating, ventilation and air conditioning equipment, control panel annunciators, trench grating, and concrete coating basin. Work will be performed in Kings Bay, Ga., and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

AIR FORCE

Teletronics Technology Corp., Newton, Pa., is being awarded a $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial supplies and services in sustainment of high-speed data acquisition systems specifically designed for flight test users. Work will be performed at Newtown, Pa. The Air Force Flight Test Center Directorate of Contracting, Edwards Air Force Base, Calif., is the contracting activity (FA9302-11-D-0004).

Boeing Co., Long Beach, Calif., is being awarded a $52,457,622 fixed-price-award-fee, cost-plus-incentive-fee modification to the C-17 Globemaster III sustainment partnership contract. The contract modification implements the equitable adjustment outlined in the annual flying hour/engine cycle clause of the contract. Work will be performed at Long Beach, Calif. The Oklahoma City Air Logistics Center/GKSKH, Tinker Air Force Base, Okla., is the contracting activity (FA8106-05-C-0001 P00194).

Lockheed Martin Corp., Lockheed Martin Simulator, Training and Support, Orlando, Fla., is being awarded a $28,515,000 firm-fixed-price contract for fiscal 2012 operations and maintenance for Air Mobility Command. The work will be performed at Little Rock Air Force Base, Ark. The Aeronautical Systems Center/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-06-C-6300).

Boeing Co., Huntington, Calif., is being awarded a $20,087,191 cost-plus-fixed-fee, firm-fixed-price contract for labor-only installation of two C-17 Globemaster III On-Board Inert Gas Generating Systems (OBIGGS) II kits, and two C-17 Globemaster III Extended Range OBIGGS kits. The work will be performed at San Antonio, Texas, and Warner-Robins Air Logistics Center, Robins Air Force Base, Ga. The Aeronautical Systems Center/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, P00378).

Merrick & Co., Aurora, Colo., is being awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for architecture-engineering services. Work will be performed at Aurora, Colo. The 10th Contracting Squadron, U.S. Air Force Academy, Colo, is the contracting activity (FA7000-11-D-0006).

Intelligent Decision, Inc., Ashburn, Va., is being awarded a $9,513,513 firm-fixed-price contract for technical refresh of laptop computers in support of the Air Force Reserve Command mission. Work will be performed at Ashburn, Va. The Headquarters Air Force Reserve Command/A7KA, Robins Air Force Base, Ga., is the contracting activity (FA8771-10-A-0603-5Y02)

DEFENSE LOGISTICS AGENCY

Lockheed Martin MS2, Owego, N.Y., was awarded a firm-fixed-price, basic ordering agreement contract for a maximum $46,503,900 for radar equipment. There are no other locations of performance. Using service is Navy. The date of performance completion is Jan. 30, 2017. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-002Y-5015).

Tiffin Metal Products Co.*, Tiffin, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $12,330,000 for metal fence posts. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0009).

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

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

American Posts, L.L.C.*, Toledo, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $12,010,000 for metal fence posts. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0010).

CFM International, Cincinnati, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $11,605,680 for compressor rotors. There are no other locations of performance. Using service is Air Force. The date of performance completion is Aug. 1, 2012. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-11-G-0001-00C6).

Seiler Instrument and Manufacturing Co., Inc., St. Louis, Mo., was awarded a firm-fixed-price contract for a maximum $11,191,160 for mortar telescope mounts. There are no other locations of performance. Using services is Army. The date of performance completion is Sept. 22, 2015. The Defense Logistics Agency Land, Warren, Mich., is the contracting activity (SPRDL1-11-D-0041).

GE Aviation Systems, Vandalia, Ohio, was awarded a firm-fixed-price contract for a maximum $10,860,696 for generator control units. There are no other locations of performance. Using service is Navy. The date of performance completion is September 2014. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPM4A1-09-G-0003-TH03).

Excel Manufacturing, Inc.*, El Paso, Texas, was issued a modification exercising the fourth option year on the current contract SPM1C1-07-D-1501. Award is firm-fixed-price with a maximum $8,483,580 for men‟s and women‟s airmen battle uniform coats and trousers. There are no other locations of performance. Using service is Air Force. The date of performance completion is Sept. 24, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Signature Flight Support Corp., Corpus Christi, Texas, was awarded a fixed-price with economic price adjustment contract for a maximum $7,017,851 for fuel. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is March 31 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0142).

*Small business

Total value of contracts awarded this day: $ 1,992.11M

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

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

FOR RELEASE AT 5 p.m. ET

No. 817-11 September 23, 2011

CONTRACTS

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $319,905,801 modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0022) for spares, support equipment and tools, logistics support, trainers, and courseware in support of the low rate initial production, lot two, P-8A multi-mission maritime aircraft. Work will be performed in McKinney, Texas (35 percent); Hazelwood, Mo. (35 percent); Seattle, Wash. (14 percent); Jacksonville, Fla. (4 percent); Anaheim, Calif. (4 percent); Baltimore, Md. (3 percent); Camden, N.J. (3 percent); and Greenlawn, N.Y. (2 percent). Work is expected to be completed in March 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $142,565,902 not-to-exceed cost-only contract for fiscal 2011 Standard Missile-2 (SM-2) production of all-up-rounds, section level components and spares, shipping containers, and associated data. This contract will provide for the procurement of 60 SM-2 Block IIIB all-up-rounds, and SM-2 Block IIIB components and spares. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $146,227,686. This contract combines purchases for the U.S. Navy (17.8 percent); and, under the Foreign Military Sales Program, the governments of Korea (32.4 percent), Japan (26.5 percent), Australia (21.9 percent), Germany (0.7 percent), Taiwan (0.5 percent), and Canada (0.2 percent). Work will be performed in Andover, Mass. (37 percent); Camden, Ark. (36 percent); The Netherlands (7 percent); Anniston, Ala. (5 percent); Joplin, Mo. (4 percent); San Diego, Calif. (3 percent); Middleton, Conn. (3 percent); El Segundo, Calif. (3 percent); and Reisterstown, Md. (2 percent). Work is expected to be completed by June 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-11-C-5300).

AMSEC, L.L.C., Virginia Beach, Va. (N65540-11-D-0022); Delphinus Engineering, Eddystone, Pa. (N65540-11-D-0020); General Dynamics Information Technology, Fairfax, Va. (N65540-11-D-0019); and NDI Engineering, Thorofare, N.J. (N65540-11-D-0021), are each being awarded indefinite-delivery/indefinite quantity, cost-plus-fixed-fee, multiple award contracts in the amount of $91,474,687 for services to support hull, mechanical, and electrical machinery and systems on Navy vessels, other federal agency vessels, federally contracted vessels and platforms, selected maritime agency vessels, and select land based sites. This contract will include prototype engineering; design, development, build, and testing; technology insertion; performance specifications; performance and data analysis; system fault tree analysis; system safety analysis; system integration; installation support; computer programming and software engineering; software verification and validation; integrated logistics support document preparation and system training development; and on-site technical support, alteration services, integrated logistics, and staging. The work is to be performed in Norfolk, Va. (45 percent), San Diego, Calif. (40 percent), and Mayport, Fla. (15 percent), and is expected to complete in September 2016. Contract funds in the amount of $880,363 will expire at the end of the current fiscal year. This contract was competitively procured through the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity.

Jacobs Technology, Inc., Fort Walton Beach, Fla., is being awarded $42,442,430 for task order 0039 under previously awarded firm-fixed-priced contract (M67854-02-A-9017). This effort is for the continuity of services contract to continue information technology services until the transition to the next generation Enterprise Network is accomplished. Work will be performed in Quantico, Va., and is expected to be completed in June 2014. 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 two offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Superior Electric, Farmington, Conn., is being awarded a $35,801,255 firm-fixed-price, indefinite-delivery/indefinite-

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

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

quantity contract for the design and production of automatic bus transfer switches. Automatic bus transfer switches procured under this contract are intended for use on all Navy ship and submarine classes. Work will be performed in Farmington, Conn., and is expected to be completed by September 2016. Contract funds in the amount of $149,230 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with three offers received. The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-11-D-0015).

Sauer, Inc., Jacksonville, Fla., is being awarded $28,126,400 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N69450-09-D-1277) for design and construction of corrosion control repairs to Explosive Handling Wharf 2 cover and structure at Naval Submarine Base Kings Bay. Work will be performed in Kings Bay, Ga., and is expected to be completed by June 2013. Contract funds will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

3Phoenix, Inc.*, Chantilly, Va., is being awarded a $20,452,418 sole source cost-plus-fixed-fee contract for the design and development of four Torpedo Warning System engineering development models. This effort is for phase three of Small Business Innovative Research topic N07-070, Distributed Sensor System Innovations. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $45,009,130. Work will be performed in Fairfax, Va. (40 percent), Wake Forest, N.C. (30 percent), and Hanover, Md. (30 percent). Work is expected to be completed by September 2012. 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 (N00024-11-C-6287).

Force Protection Industries, Inc., Ladson, S.C., is being awarded a $16,941,232 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5031) for the procurement of 961 fuel protection kits, and eight sets of capability insertion enhanced and inspect or repair only as necessary tools, for Mine Resistant Ambush Protected vehicles. Work will be performed in Charleston, S.C., and is expected to be completed no later than March 30, 2012. Contract funds in the amount of $5,289,902 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Harris Corp., Rochester, N.Y., is being awarded a $14,898,576 firm-fixed-price contract modification for support to the Air Force Tactical Air Control Party Modernization Program. The equipment being purchased includes the AN/PRC-117G man-pack radio and accessories. Work will be performed in Rochester, N.Y., and is expected to completed by December 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the e-Buy website, with one offer received. Naval Surface Warfare Center Crane Division, Crane, Ind., is the contracting activity. (N00164-11-F-0142)

Allen Vanguard, Inc.*, Ogdensburg, N.Y., is being awarded a $10,291,862 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of operations search kits and protective equipment in support of the government of Chile under the Foreign Military Sales Program (100 percent). At the time of contract award, $2,553,532 is being obligated. Work will be performed in Ogdensburg, N.Y., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. This contract was synopsized via the Federal Business Opportunities website as a sole-source procurement, and was not competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0019).

Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded $9,966,104 for delivery order 5458 under an existing basic ordering agreement (N00383-08-G-001J) to repair 530 parts kits for the loss of lube prevention initiative used in support of the V-22 aircraft for the constant frequency generator. Work will be performed in Rockford, Ill. (37.79 percent); York, Neb. (47.67 percent); and Singapore (14.54 percent). Work is expected to be completed by May 2017. Contract funds will not expire at the end of the current fiscal year. This effort is a sole-source solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

Spectrum Laser and Technologies, Inc.*, Colorado Springs, Colo., is being awarded a $8,704,839 firm-fixed price, indefinite-delivery/indefinite-quantity contract for the purchase of circuit card assemblies in support of the Naval Air Systems Command. The circuit card assemblies are integrated into the MH-60R and MH-60S armed helicopter weapon system projects. The circuit cards contribute to the MH-60s ability to perform surface warfare, force protection, maritime interdiction operations, combat search and rescue, and vertical replenishment support missions. Work will be performed in Colorado

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

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

Springs, Colo., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Navy Electronic Commerce Online, with five proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN89).

Stuart Manufacturing*, Fort Wayne, Ind. (N00164-11-D-JN15); Integrated Consulting Services*, Louisville, Ky. (N00164-11-D-JN28); JKM Manufacturing*, Eufaula, Ala. (N00164-11-D-JN29); Ridge Instruments*, South, Decatur, Ala. (N00164-11-D-JN30); PALCO Telecom Service*, Huntsville, Ala. (N00164-11-D-JN31); and CRISTEK Interconnect*, Lowell, Mass. (N00164-11-D-JN27), are each being awarded $8,500,000 firm-fixed price, indefinite-delivery/indefinite-quantity contracts for the purchase of cable assemblies and wiring harnesses to be used to support various weapons systems in support of the Naval Air Systems Command, the Naval Sea Systems Command, and U.S. Special Operations Command. Work will be performed at the sites identified above depending on which contractor receives each competitive delivery order. Work is expected to be completed by September 2016. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

GeoEye Analytics, Inc., McLean, Va., is being awarded a $6,871,826 cost-plus-fixed-fee contract for geospatial analysis, research, and studies. GeoEye Analytics will be performing threat, counter insurgency, and counter terrorism analysis to support intelligence analysis programs and operational organizations. The contract includes options, which, if exercised, will bring the cumulative contract value to $22,178,709. Work will be performed in Washington, D.C., and is expected to be completed by September 2014. This contract will be incrementally funded, and funds in the amount of $5,878,768 will expire at the end of the current fiscal year. This procurement was procured on a sole source basis via direct solicitation. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Ceradyne, Inc., Costa Mesa, Calif., was awarded a firm-fixed-price contract for a maximum $127,349,100 for enhanced small arms protective inserts. Other locations of performance are California and Kentucky. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is March 31, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-11-D-1061).

Foster Fuels, Inc.*, Brookneal, Va., was awarded a fixed-price with economic price adjustment contract for a maximum $80,929,596 for fuel support. Other locations of performance are Texas, Louisiana, Mississippi, Florida, North Carolina, South Carolina, Georgia, and Alabama. Using service is federal civilian agencies. The date of performance completion is Sept. 19, 2012. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-4012).

United Technologies Corp., East Hartford, Conn., was awarded a fixed-price with economic price adjustment contract for a minimum $13,062,784 for aircraft engine parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is August 2013. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-09-G-0001-0267).

Seiler Instrument and Manufacturing Co., Inc.*, St. Louis, Mo., was awarded a firm-fixed-price contract for a maximum $11,191,160 for mortar telescope mounts. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 22, 2015. The Defense Logistics Agency Land, Warren, Mich., is the contracting activity (SPRDL1-11-D-0041).

Hardigg Industries, Inc., South Deerfield, Mass., was awarded a firm-fixed-price contract for a maximum $9,998,100 for plastic trunk lockers. Other location of performance is Indiana. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is March 31, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-11-D-1070).

AIR FORCE

Northrup Grumman Space and Mission Systems, Redondo Beach, Calif., is being awarded a $39,501,564 cost-plus-award-fee contract modification to exercise the option for the defense on-orbit support and sustainment contract providing

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

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

fiscal 2012 on-orbit sustainment for both the Defense Support Program sensor and spacecraft bus. Work will be performed at Redondo Beach, Calif. The Space and Missile Systems Center/ISK, Los Angeles Air Force Base, Calif., is the contracting activity (FA8810-09-C-0001, P00047)

MacAulay-Brown, Inc., Dayton, Ohio, is being awarded a $24,891,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to design, develop, and test innovation involving apertures, receivers, exciters, signal processing, and algorithms for signal intelligence, threat warning, direction finding, information operations, electronic attack, electronic support, and electronic protection applications. Work will be performed at Wright-Patterson Air Force Base, Ohio. The Air Force Research Laboratory/PKSR, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-1004 and Task Orders 0001 and 0002).

Lockheed Martin Corp., Lockheed Martin Simulator, Training and Support, Orlando, Fla., is being awarded a $23,990,000 firm-fixed-price contract modification for the C-130 Aircrew Training Systems visual system replacement. Work will be performed at Little Rock Air Force Base, Ark.; Dobbins Air Force Base, Ga.; Dyess Air Force Base, Texas; McChord Air Force Base, Wash.; and Minneapolis Air National Guard, Minn. The Aeronautical Systems Center/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-11-C-0001 P00014).

InDyne, Inc., Reston, Va., is being awarded a $11,453,051 cost-plus-incentive-fee/award-fee contract to provide for the Western Range operations and maintenance; support services; testing, modifying and installing communications, information and computer system services; and testing, modifying and installing communications, electronic and security systems at launch facilities, launch control centers and test facilities. The contract is a two-month interim extension. Work will be performed at Vandenberg Air Force Base, Calif., and California coastal sites Pillar Point, Anderson Peak, and Santa Barbara. The Air Force Space Commands 30th Contracting Squadron/LGCZG, Vandenberg Air Force Base, Calif., is the contracting activity (F04684-03-C-0050; Modification P003).

SERE Solutions, Inc., Spokane, Wash., is being awarded a $9,188,179 firm-fixed-price contract for survival, evasion, resistance, and escape services. Work will be performed at Fairchild Air Force Base, Wash., and Lackland Air Force Base, Texas. The Air Education and Training Command CONS/LGCU, Randolph Air Force Base, Texas, is the contracting activity (FA3002-06-D-0008-P00026).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The RN Armor Vax Consortium, Orlando, Fla., is being awarded a $17,300,230 technology investment agreement. The award is for a research and development program designed to identify, investigate, and develop candidate RNA vaccines against infectious disease. Work will be performed in Orlando, Fla. (19.59 percent); Lyon, France (11.93 percent); Tubingen, Germany (56.62 percent); and Nantes, France (11.86 percent). The work is expected to be completed by September 2015. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-3-0001).

DEFENSE THREAT REDUCTION AGENCY

Achaogen, Inc., South San Francisco, Calif., is being awarded a $8,919,538 cost-plus-fixed-fee contract modification for novel broad spectrum therapeutics against gram-negative bacterial threat agents, research and development effort for the Defense Threat Reduction Agency in support of the research and development enteprise. Work will be performed at South San Francisco, Calif., and is expected to be completed June 2012. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-07-C-0079).

*Small business

Total value of contracts awarded this day: $ 1,177.22M

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

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

FOR RELEASE AT 5 p.m. ET

No. 822-11 September 26, 2011

CONTRACTS

NAVY

Huntington Ingalls, Inc., Pascagoula, Miss., is being awarded a $697,629,899 fixed-price-incentive contract for DDG 114 construction. On June 15, 2011, Huntington Ingalls was awarded a $783,572,487 fixed-price-incentive contract for DDG 113 construction. At the time of contract award, the Navy did not release the contract award amount because it was considered source selection information. For DDG 114 construction, significant amounts of work will be performed in Pascagoula, Miss.; Cincinnati, Ohio; Walpole, Mass.; York, Pa.; Charlottesville, Va.; Erie, Pa.; and Burns Harbor, Ind. Work is expected to be completed by July 2018. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls and Bath Iron Works. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-2305).

Bath Iron Works, Bath, Maine, is being awarded a $679,600,348fixed-price-incentive contract for DDG 115 construction. This contract includes options for DDG 116 construction valued at $665,016,688. Significant amounts of work will be performed in Bath/Brunswick, Maine; Cincinnati, Ohio; Walpole, Mass.; Brunswick, Ga.; Coatesville, Pa.; Falls Church, Va.; Indianapolis, Ind.; York, Pa.; South Portland, Maine; Charlottesville, Va.; Tulsa, Okla.; Anaheim, Calif.; and Portland, Maine. Work is expected to be completed by August 2017. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Bath Iron Works and Huntington Ingalls. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-2305).

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $92,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical, and manufacturing services to support various aging aircraft. Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), and is expected to be completed in September 2012. No funds will be obligated at time of award. 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.

S.T. Wooten, Wilson, N.C., is being awarded a $65,787,840 firm-fixed-price contract for roadwork and utilities expansion for the Hadnot Point and French Creek areas at Marine Corps Base Camp Lejeune. The work to be performed provides for the expansion and upgrade of the water, sanitary sewer, steam, electrical, telephone, communication systems, and roadway networks. This also includes future growth impacting the existing utility systems and road networks serving the French Creek area. The contract also contains 10 unexercised options, which, if exercised, would increase cumulative contract value to $83,779,094. Work will be performed in Jacksonville, N.C., and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (contract number N40085-11-C-4030).

Northrop Grumman Systems Corp., Information System Sector, Defense Technologies Division, Herndon, Va., is being awarded a $49,900,000 indefinite-delivery/indefinite-quantity contract forthe design, development, and installation of PC-based open-architecture for reconfigurable training systems applications for the naval surface training community to be run in automated electronic classrooms and team training system environments with networked PCs running under the Windows operating system. Work will be performed in Newport, R.I. (85 percent); Orlando, Fla. (5 percent); Mayport, Fla. (5 percent); and San Diego, Calif. (5 percent). Work is expected to be completed in September 2016. Contract funds in the amount of $1,000,000 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, with one offer received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-D-0005).

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

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

The Boeing Co., Seattle, Wash., is being awarded a $32,769,084 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for one operational flight trainer and one weapons tactics trainer in support of the low rate initial production, lot two, P-8A multi-mission maritime aircraft. Work will be performed in St. Louis, Mo. (75 percent), and Seattle, Wash. (25 percent), and is expected to be completed in April 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

Archer Western Contractors, Ltd., Atlanta, Ga., is being awarded $29,650,047for firm-fixed-price task order 0005 under a previously awarded multiple-award construction contract (N40085-08-D-9739) for the design and construction to relocate personnel to vacated buildings and spaces of the disestablished Joint Forces Command at Naval Station Norfolk and Naval Support Activity. It involves relocating Naval Air Force Atlantic, United States Fleet Forces, Naval Surface Force Atlantic, and Naval Submarine Force Command to 13 buildings at Naval Support Activity and Naval Station Norfolk. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $29,725,047. Work will be performed in Norfolk, Va., and is expected to be completed by August 2014. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

MWH Americas, Inc., Arcadia, Calif., is being awarded a maximum amount $28,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architectural/engineering services for various projects involving civil engineering for water and wastewater system projects at various Marine Corps facilities within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of design plans and specifications for a multiple-year, multiple-phased design of a comprehensive water and wastewater treatment system program specifically for the Marine Corps Base Camp Pendleton, and also other Marine Corps bases within the California and Arizona geographical areas. Task order 0001 is being awarded at $4,408,495 for studies for a new potable water conveyance system and wastewater conveyance and recycled water distribution at Marine Corps Base Camp Pendleton, Oceanside, Calif. Work for this task order is expected to be completed by June 2012. All work will be performed at Marine Corps bases within the NAVFAC Southwest AOR including, but not limited to, California (90 percent) and Arizona (10 percent). Work is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (contract number N62473-11-D-0443).

Tompco-Triton, Inc., Bremerton, Wash., is being awarded $19,541,449 for firm-fixed-price task order 0006 under a previously awarded multiple-award construction contract (N44255-08-D-3018) for maintenance construction for the renovation of two bachelor enlisted quarters at Naval Base Kitsap-Bangor. The work to be performed provides for the repair and modernization of a three-story concrete structure, Building 2302; and the repair and modernization of a second concrete structure, Building 2102. The effort requires correcting building deficiencies, including upgrades to mechanical systems, electrical systems, roofing structural components, seismic upgrades, interior finishes, and life safety issues. Work will be performed in Silverdale, Wash., and is expected to be completed by March 2014. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Manson-Nan Hawaii, J.V., Honolulu, Hawaii, is being awarded $18,781,182 for firm-fixed-price task order 0005 under a previously awarded multiple-award construction contract (N62478-09-D-4016) for the repair and renovation of Building 9 at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor. The work to be performed provides for repairing portion of the first floor, and all of the second and third floors. The project includes architectural, structural, mechanical and electrical work, and will include offices, conference rooms, equipment rooms, bathrooms, and other areas required to meet current design standards and safety standards and codes. Repair work includes, but is not limited to, the repair of interior and exterior walls, ceilings, lighting, electrical power systems, air conditioning, bathrooms, fire alarm system, and fire sprinkler systems. The building will be structurally reviewed and modified as required to meet current seismic requirements. Supporting facility work includes replacing electrical substation/transformer, fresh water distribution system, fire sprinkler water lateral, and sanitary sewer laterals. Anti-terrorism/force protection measures for the site include standoff distances, access control gates, and signage. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $22,385,832. Work will be performed in Oahu, Hawaii, and is expected to be completed by November 2013. Contract funds will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

ARMTEC Countermeasures Co., Coachella, Calif., is being awarded a $14,700,000 indefinite-delivery/indefinite-

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

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

quantity, firm-fixed-price contract to manufacture the SM-875B/ALE simulator flare. The SM-875B/ALE is a flare used by the Navy to train aircrew on the use of airborne expendable infrared countermeasures. Work will be performed in Milan, Tenn., and is expected to be completed by September 2014. Contract funds will not expire before the end of the current fiscal year. This contract was competitively procured, with two firms solicited and two offers received in response to the solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-D-K095).

K.O.O. Construction, Inc., Sacramento, Calif., is being awarded $12,161,316 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-09-D-1655) for the renovation of bachelor enlisted quarters (BEQ) Buildings 57 and 59 at San Nicholas Island, Naval Base Ventura County. The work to be performed provides for the renovation of two, two-story, multi-unit BEQ structures completed in 1990 on San Nicholas Island. BEQ Building 57 contains 26 rooms; BEQ Building 59 contains 42 rooms. Work will be performed in Ventura, Calif., and is expected to be completed by April 2013. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BE Meyers & Co., Inc., Redmond, Wash., is being awarded a $9,099,026 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for handheld high-power infrared lasers, high-power crew-served weapon mount infrared pointer/illuminator lasers, aircraft-mounted infrared lasers, spare parts, engineering services, and travel in support of the Marine Corps and Navy. Work will be performed in Redmond, Wash., and is expected to be complete by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JQ76).

Syn-Tech Systems, Inc., Tallahassee Fla., is being awarded an estimated $8,169,882 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee/firm-fixed-price, performance-based contract to provide technical support, standardization, installation, real-time control of fuel operations, and maintenance capabilities for FuelMaster automated fuel service stations and automated data collection equipment at more than 525 sites, worldwide, operated by the Navy, Air Force, Army, and Marine Corps. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $35,222,637. Work will be performed in the continental United States (75 percent), with varied locations dependent upon work requirements, and outside the continental United States (25 percent). Work is expected to be completed by September 2012. If all options are exercised, work could continue until September 2015. Contract funds will not expire at the end of the current fiscal year.This contract was not competitively procured because it is sole-source. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-3231)

Ehresmann Engineering, Inc.*, Yankton, S.D., is being awarded an $8,148,810 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide telecommunication monopole towers for the Force Training Assessment Department at the Naval Surface Warfare Center, Corona Division, Corona, Calif. Work will be performed in Yankton, S.D., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities, with four offers received. Naval Surface Warfare Center, Port Hueneme Division, Hueneme, Calif., is the contracting activity (N63394-11-D-5080).

Raass Brothers, Inc.*, Provo, Utah, is being awarded $7,970,811 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N62748-10-D-4022) to repair and renovate Warehouse Buildings 490 and 491 at the Defense Logistics Agency Disposition Services, Joint Base Pearl Harbor-Hickam. The existing asphaltic concrete and reinforced concrete interior slabs-on-grade floors shall be removed and replaced with a new reinforced concrete slab, vapor barrier, soil termite treatment, and fill material. The building structure work will include repair and replacement existing wood roof decking, roof trusses, roof and wall framing, columns and reinforced concrete bases and perimeter concrete curbs. The roofing system on Building 491 shall be removed and replaced with fluid applied roofing system, including replacement of all skylights. The building interior work shall include the demolition of the existing offices, restrooms and storage room areas and the installation of new offices, restrooms, conference and utility rooms in both warehouses, and upgrades to the existing fire sprinkler system and fire alarm system will be made. The electrical systems work shall include replacement and new installation of the building electrical distribution system, power systems, lighting systems, and voice and data communication services. The exterior site work includes constructing accessible parking stalls, building entry concrete landings and re-grading, swale and motorized chain link entrance gates installation, and termite fumigation. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2012. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Stan Palmer Construction, Bremerton, Wash., is being awarded a $6,891,100 firm-fixed-price contract for the

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

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

installation and supply of four “turn key” Dry Dock Wastewater Treatment Systems. This contract contains options, which, if exercised, will bring the contract value to $13,445,100. Work will be performed at the Puget Sound Naval Shipyard, Bremerton, Wash., and is expected to be completed by September 2012. If options are exercised, the work will continue through May 2013. The fiscal 2009 OPN contract funds in the amount of $3,557,600 will expire at the end of the current fiscal year. This contract was competitively procured, with seven offers received. The NAVSUP Fleet Logistics Center, Puget Sound, Wash., is the contracting activity (N00406-11-C-003).

GE Aviation Systems, L.L.C., doing business as Dowty Propellers, Sterling, Va., is being awarded a not-to-exceed $6,699,060 undefinitized contractual action against an existing basic ordering agreement (N00104-11-G-A004) to repair marine propellers used onboard landing craft air cushion vessels. Work will be performed in Sterling Va. (85 percent), and in the United Kingdom (15 percent), and is expected to be completed by February 2014. Contract funds will not expire before the end of the current fiscal year. The obligated funds used on this action will be $3,349,530. One company was solicited for the non-competitive requirement and one offer was received in response to the solicitation. NAVSUP Weapons System Support, Mechanicsburg, Pa., is the contracting activity.

Northrop Grumman Guidance and Electronics Co., Inc., Apopka, Fla., is being awarded a $6,555,395 firm-fixed-price, basic ordering agreement for the procurement of lasertransmitters, failure analysis, repairs, test equipment, provisioned item order spares, and related technical services and documentation for the laser transmitter used in the support of the multispectral targeting system family of systems. The purchase of the laser transmitter as spare/replacement items, failure analysis and repair/revision/upgrade of failed units received from field users of the multispectral targeting system (MTS), and organic depot training/specialized test equipment, will facilitate shortened repair turnaround time for return of the MTSs to operational use. Only one responsible source and no other supplies or services will satisfy agency requirements. Work will be performed in Apopka, Fla., and is expected to be completed by September 2016. Contract funds in the amount of $311,305 will expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-G-JQ01).

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., Fairfield, N.J., was issued a modification exercising the seventh option year on the current contract SPM500-02-D-0121/P00029. Award is an indefinite-delivery/indefinite-quantity, prime vendor contract with a maximum $105,000,000 for maintenance, repair, and operations for the Southeast region, zone one. 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 Sept. 17, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

The Goodyear Tire and Rubber Co., Akron, Ohio, was awarded a fixed-price with economic price adjustment contract for a maximum $61,409,317 for pneumatic tires. Other locations of performance are Virginia, Kansas, and Alabama. Using services are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0166).

Michelin North America, Inc., Greenville, S.C., was awarded a fixed-price with economic price adjustment contract for a maximum $35,987,004 for pneumatic tires. Other locations of performance are Italy, France, and Canada. Using services are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0165).

Zoll Medical Corp., Chelmsford, Mass., was issued a modification exercising the second option year on the current contract SPM2D1-09-D-8017/P00002. Award is a firm-fixed-price contract with a maximum $10,170,000 for airworthy M-series CCT defibrillators. 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 Sept. 27, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Bell Helicopter Textron, Inc., Fort Worth, Texas, was awarded a firm-fixed-price contract for a maximum $8,622,105 for cuff assemblies. There are no other locations of performance. Using service is Navy. The date of performance completion is Dec. 31, 2016. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (W58RGZ-06-G-0003-THLN).

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

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

Philips Healthcare, Andover, Mass., was issued a modification exercising the second option year on the current contract SPM2D1-09-D-8018/P00005. Award is a firm-fixed-price contract with a maximum $8,353,887 for airworthy HeartStart MRx defibrillators and related accessories. 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 Sept. 27, 2012. The \ Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Impact Instrumentation, Inc.*, West Caldwell, N.J., was issued a modification exercising the fourth option year on the current contract SPM2D0-07-D-0007/P00007. Award is a firm-fixed-price contract with a maximum $7,089,398 for airworthy ventilators. 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 Sept. 27, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $94,770,783 cost-plus-award-fee contract modification to the existing engineering, manufacturing, and development contract for the Space Based Infrared System high component. This action will exercise two options that deliver logistics and sustainment support in fiscal 2012. Work will be performed in Boulder, Colo. Space and Missile Systems Center, Space Based Infrared Systems Directorate, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-95-C-0017 P00710).

The Boeing Co., Defense, Space & Security, Long Beach, Calif., is being awarded a $39,855,050 firm-fixed-price contract modification for 17 landing gear overhauls for C-17 aircraft. Work will be performed in Long Beach, Calif. ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004 P00401).

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $36,887,906 cost-plus-fixed-fee, indefinite-delivery and requirements contract to collect, analyze, interpret, and evaluate data from several external and internal pandemic influenza project activities that are designed as Center for Disease Control and Preventions‟ primary responsibility in the overall national response to a potential influenza pandemic. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180, Delivery Order 0730).

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $24,363,993 cost-plus-fixed-fee contract modification for the F-22 Program to provide sustaining engineering and depot partnering task associated with non-destructive inspection organic capability, hypoxia root cause analysis, titanium crack growth, site activation, slider seals, and radar cross section turntable. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 P00098).

DOSS Aviation, Inc., Colorado Springs, Colo., is being awarded an estimated $23,903,598 contract modification to provide flight screening for Air Force pilot candidates. Work will be performed at Pueblo, Colo. Air Education and Training Command Contracting Squadron/LGCU, Randolph Air Force Base, Texas, is the contracting activity (FA3002-06-D-0010 PO0029).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $15,149,310 cost-plus-fixed-fee contract perform research and development in order to complete and deliver survivability and vulnerability reports such as the Weapon System Gap and Deficiency Analysis Study; the Weapon System Requirements Lifecycle Analysis Study; the Weapon System Requirements Lifecycle Analysis Study; and the Weapon System Office Cost Benefit Analysis Study. Air Force Intelligence, Surveillance, Reconnaissance Agency Weapon System‟s Office will use these reports to enhance the enterprise‟s ability to improve the effectiveness of technology assessments, developments, and evaluations. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 DO 0441).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an estimated $12,200,000 cost-plus-award-fee contract to upgrade the two existing highly elliptical orbit (HEO) strings to be capable of operating two or three HEO satellites while maintaining the health and safety of the offline HEO-using software based on geosynchronous orbit initial operations software baseline that is in use at the Interim Test Center. SMC/ISK, Los Angeles Air Force Base, Calif., is the contracting activity (FA8810-08-C-0002 PO0033).

Chicka-Tay, Inc., doing business as US Aviation Groups, Denton, Texas, is being awarded an $11,775,432 indefinite-

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

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

delivery/indefinite-quantity contract for Type 1 Special training (flight training) for multiple countries. This contract is 100-percent foreign military sales. Air Education and Training Command Contracting Squadron/LGCI, Randolph Air Force Base, Texas, is the contracting activity (FA3002-11-D-0010).

L-3 Communications Vertex Aerospace, Madison, Miss., is being awarded an $11,345,639 firm-fixed-price contract modification for trainer maintenance at Sheppard Air Force-Base, Texas, and satellite site at Naval Air Station Pensacola, Fla. This action is to exercise option period one, Oct. 1, 2011 through Sept. 30, 2012. 82nd Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-ll-C-0001 A00009).

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $6,930,630 cost-plus-fixed-fee, indefinite-delivery, requirements contract to further enhance the knowledge base supporting EPA‟s risk-informed approach to preparing for, and responding to, releases of chemical, biological, radiological and nuclear materials. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180, Delivery Order 0729).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Vision Systems, Goleta, Calif., is being awarded a $13,488,582 cost-plus-fixed-fee contract. The award is for development of a manufacturing process for low-cost, high-performance, ultra-low form factor thermal cameras. Raytheon‟s effort aims to reduce the cost of uncooled infrared sensors by 10 times, to enable widespread use of this technology in the modern battlefield. Work will be performed in Goleta, Calif., and is expected to be completed by March 24, 2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0125).

BAE Systems, Arlington, Va., is being awarded a $13,773,910 cost-plus-fixed-fee contract. This work seeks to develop a wafer-scale integrated thermal imager manufacturing capability to produce very low-cost and hig-throughput thermal camera components. Also, the performer will facilitate technology transition of a very compact fully integrated thermal camera interfaced to a small handheld platform, such as a cell phone. Work will be performed in Columbia, Md. (48 percent); Newport Beach, Calif. (22 percent); Yorktown Heights, N.Y. (14 percent); San Jose, Calif. (11 percent); Santa Barbara, Calif. (2 percent); Manchester, N.H. (2 percent); and Atlanta, Ga. (1 percent). Work is expected to be completed by Sept. 23, 2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0126).

DEFENSE HUMAN RESOURCE ACTIVITY

Data Recognition Corp., Maple Grove, Minn., is being awarded an estimated $7,630,127 firm-fixed-price, requirements contract for 2011 Operational Survey support for the Defense Manpower Data Center Human Resources Strategic Assessment Program. Work will be performed at Maple Grove, Minn., and is expected to be completed in September 2012. Contract funds will be obligated on individual delivery orders that will be placed in fiscal 2011 and fiscal 2012. This requirement was solicited on the Federal Business Opportunities website on a sole-source basis. One bid was received. The Defense Human Resources Activity Procurement Support Office, Alexandria, Va., is the contracting activity (H98210-11-D-0006).

*Small business

Total value of contracts awarded this day: $ 2,315.12M

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

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

FOR RELEASE AT 5 p.m. ET

No. 825-11 September 27, 2011

CONTRACTS

AIR FORCE

The Boeing Co., Huntington Beach, Calif., is being awarded a not-to-exceed $469,000,000 firm-fixed-price, cost-plus-fixed-fee contract modification for a foreign military sales requirement for the Indian Air Force (IAF) C-17 Globemaster III Sustainment Partnership Program. This action incorporates support of the IAF aircraft into the “virtual fleet” which includes aircraft maintenance, upgrades, and sustainment. ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004, PO0436).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $49,181,949 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide research and analysis to replace existing handheld biometrics, which currently lack the required reliability, quality, and supportability. Research will provide biometric system assessments, technology, and architecture enhancements, and prototype development to enable information fusion. Specific deliverables include: analysis of alternatives, configuration analysis, sensitive site exploitation, and tagging/tracking location reports. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0190).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $47,595,440 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide for reliability, maintainability, quality, supportability, and interoperability to develop and enhance the U.S. Army Criminal Investigation Laboratory. Research results will be used to enhance efficiencies, reliability, and interoperability of systems, equipment, and information technologies. Research will support exploitation capability requirements and apply those requirements to other geographic combatant commands to establish long-term programmatic responsibilities and identify gaps and vulnerabilities between expeditionary entities. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0208).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $44,953,376 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide development of reliability improvement processes and successful implementation to enhance readiness while reducing life-cycle costs for unmanned aerial systems programs utilizing reliability, maintainability, quality, supporting ability, and interoperability best practices. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0211).

G.B. Johnson Construction Co., Colorado Springs, Colo., is being awarded a $27,826,000 firm-fixed-price contract for Vandenberg Hall renovation, Phases 7 and 8, at the U.S. Air Force Academy, Colo. 10 CONS/LGCA, U.S. Air Force Academy, Colo., is the contracting activity (FA7000-11-C0035).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $24,966,507 cost-plus-fixed-fee, indefinite-delivery requirements contract to perform research and development in order to complete and deliver the “Emerging Leading-Edge Technological Advancement of Intelligence Surveillance Recon Capabilities Report”, “Tactics, Techniques, and Procedures Report” and wargame/exercise lessons learned reports. These deliverables will be used to ultimately increase the situational awareness and survivability of the warfighter by helping them to better identify battlefield threats. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0449).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $24,590,971 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide engineering expertise to the Science and Technology Office to achieve the initiatives and goals of Defense Intelligence Agency in the area of measurement and signature intelligence. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0205).

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

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

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $24,116,927 cost-plus-fixed-fee, indefinite-delivery requirements contract to perform research and development in order to complete and deliver the capability evolution description document; the system prototype report; and the test and evaluation master plan. The Navy will use these reports for investment decisions regarding potential technologies that can best protect warfighters from threats posed by technological warfare, natural disaster, biochemical warfare, and terrorism/insurgency. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0444).

Booz Allen Hamilton, Inc., Herndon, Va., is being awarded a $20,768,477 cost-plus-fixed-fee, indefinite-delivery requirements contract to perform research and development in order to complete/deliver critical infrastructure facilities assessments; strategic planning technical reports; and experimentation, war gaming and exercise technical reports. The III Marine Expeditionary Force will use these deliverables to analyze and recommend methods to limit terrorist and enemy threats in a permanently deployed, overseas environment consisting of III Marine Expeditionary Force and Marine Corps personnel, equipment, facilities and staff. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0439).

Wyle Laboratories, Inc., Ridgecrest, Calif., is being awarded an $11,756,257 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract for engineering expertise for aircraft and related resource test, countermeasure, protection programs, and projects to refine and improve the emerging mission capabilities, processes, and portfolio of programs/projects and training including in-service systems and equipment. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0219).

Amherst Systems, Inc., Buffalo, N.Y., is being awarded an $11,400,000 maximum firm-fixed-price contract to provide sustaining engineering services support (SESS) on government-owned B-1, B-2, B-52, and fighter test facilities‟ threat simulations. SESS will consist of recurring and non-recurring engineering tasks in support of the combat electromagnetic environment simulators and the advanced multiple environment simulators threat simulators located in various test facilities. AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA9200-11-D-0373).

University of Oklahoma, Norman, Okla., is being awarded a $10,773,593 cost-plus-fixed-fee contract to create experimental serious games to train participants and measure their proficiency in recognizing and mitigating the cognitive biases that commonly affect all types of intelligence analysis. The research objective is to experimentally manipulate variables in serious games and to determine whether and how such variables enable player-participant recognition and persistent mitigation of cognitive biases. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7178).

HRL Laboratories, L.L.C., Malibu, Calif., is being awarded a $10,618,875 cost-plus-fixed-fee contract for research and development to develop and demonstrate an energy-efficient, low cost mixed-signal chip set for separating and analyzing mixtures of complex wideband radio frequency signals, and also to develop an integrated radio frequency front-end that will integrate with the chip set and demonstrate signal separation and classification with low power consumption. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA86S0-11-C-7158).

ARMY

Guild Associates, Dublin, Ohio (W911QY-11-D-0043); Berg Manufacturing, Inc., Spokane, Wash. (W911QY-11-D-0044); Tri-Tech USA, Inc., Liberty, S.C. (W911QY-11-D-0045); Highland Engineering, Inc., Howell, Mich. (W911QY-11-D-0080); and Triton Metals, Inc., Hollywood, Md. (W911QY-11-D-0081), were awarded a $465,000,000 firm-fixed-price contract between five contractors. The award will provide for the Expeditionary Triple Container Systems, consisting of laundry, shower, kitchen and latrine. Work location will be determined with each task order, with an estimated completion date of Oct. 1, 2016. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity.

Thales Raytheon Systems, Fullerton, Calif., was awarded a $162,652,249 firm-fixed-price contract. The award will provide for the procurement of 56 Sentinel AN/MPQ64-A3 radars, along with associated spares and fielding support. Work will be performed in Fullerton, Calif., and Forest, Miss., with an estimated completion date of June 1, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0301).

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

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

Robertson Fuel Systems, L.L.C., Tempe, Ariz., was awarded a $127,875,000 firm-fixed-price contract. The award will provide for the procurement of 3,300 Bradley fuel cell survivability modification kits, designed specifically for incorporation and use on the Bradley Family of Vehicles. Work will be performed in Tempe, Ariz., with an estimated completion date of Jan. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0420).

Hensel Phelps Construction Co., Chantilly, Va., was awarded a $125,900,000 firm-fixed-price contract. The award will provide for the construction of a new North Campus substation electrical utility plant at Fort Meade, Md. Work will be performed in Fort Meade, Md., with an estimated completion date of Sept. 15, 2014. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-C-0036).

AAI Corp., Hunt Valley, Md., was awarded a $118,792,331 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 19 Tactical Common Data Link (TCDL) pool configuration kits; four TCDL regular configuration kits; 14 sets of mobile maintenance facility spares; and one set of TCDL spares for the Shadow Unmanned Aircraft System. Work will be performed in Hunt Valley, Md., with an estimated completion date of April 30, 2012. One bid was solicited, with one bid received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0023).

Bauer Foundation Corp., Odessa, Fla., was awarded a $106,611,907 firm-fixed-price contract. The award will provide for the construction of a deep foundation concrete barrier wall in a high-head earthen dam with a karst limestone foundation. Work will be performed in Smithville, Tenn., with an estimated completion date of March 22, 2014. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Nashville, Tenn., is the contracting activity (W912P5-11-C-0014).

Science Applications International Corp., McLean, Va., was awarded a $106,275,386 firm-fixed-price level-of-effort contract. The award will provide for the sustainment services of the Mine Resistant Ambush Protected Vehicle, and provides the joint logistics integrator capability for integrated logistics, engineering, and fielding services. Work will be performed in McLean, Va.; Kuwait; Afghanistan; and Iraq, with an estimated completion date of Sept. 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

Leo A Daly Co., Atlanta, Ga. (W9127S-11-D-6009); HDR Engineering, Inc., Kansas City, Mo. (W9127S-11-D-6007); and Aecom Technical Services, Inc., Los Angeles, Calif. (W9127S-11-D-6005), were awarded a $90,000,000 firm-fixed-price contract between three contractors. The award will provide for the development of facility development plans, providing planning, design support, and contract development services to include the development of requests for proposals in support of the Air Force Medical Services Design-Build Program. Work location will be determined with each task order, with an estimated completion date of Sept. 18, 2016. The bid was solicited through the Internet, with 31 bids received. The U.S. Army Corps of Engineers, Little Rock, Ark., is the contracting activity.

Astec, Inc., Chattanooga, Tenn., was awarded an $89,383,141 firm-fixed-price contract. The award will provide for the acquisition of an asphalt mixing plant and 24 plus units associated accessories and services. Work location will be determined with each task order, with an estimated completion date of Sept. 23, 2016. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-0112).

Globe Trailer Manufacturing, Bradenton, Fla., was awarded an $86,687,878 firm-fixed-price contract. The award will provide for the procurement of 1,337 M870A4 semitrailers. Work will be performed in Bradenton, Fla., with an estimated completion date of Sept. 12, 2016. The bid was solicited through the Internet, with 13 bids received. The U.S. Army TACOM, Warren, Mich., is the contracting activity (W56HZV-11-D-0204).

Engineered Electric Co., doing business as DRS Fermont, Bridgeport, Conn., was awarded a $75,000,000 cost-plus-fixed-fee and firm-fixed-price contract. The award will provide for the modification of an existing contract to procure tactical quiet generator sets. Work will be performed in Bridgeport, Conn., with an estimated completion date of March 20, 2014. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Fort Belvoir, Va., is the contracting activity (DAAB07-00-D-B207).

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

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

iRobot Corp., Bedford, Mass., was awarded a $60,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of up to 300 PackBot Robot Systems, sustainment parts, repair, maintenance, and training. Work will be performed in Bedford, Mass., with an estimated completion date of July 27, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-0093).

Polaris Sales, Inc., Medina, Minn., was awarded a $54,183,409 firm-fixed-price contract. The award will provide for the procurement of 6,501 all-terrain vehicle; 266 all-terrain vehicle trailers; and contractor spare parts. Work will be performed in Brooklyn, Minn., with an estimated completion date of Sept. 24, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-G210).

J & S Construction Co., Inc., Cookeville, Tenn. (W912DQ-11-D-4013); K & K Industries, Inc., Newberry, Mich. (W912DQ-11-D-4014); Titan Construction Organization, Inc., Olathe, Kan. (W912DQ-11-D-4015); and Carlson Constructors Corp., Joliet, Ill. (W912DQ-11-D-4016), were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction, renovation, and repair of facilities located in the Kansas City district. Work location will be determined with each task order, with an estimated completion date of Sept. 23, 2015. The bid was solicited through the Internet, with 31 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

American Equipment Co., Inc., Greenville, S.C., was awarded a $48,540,267 firm-fixed-price contract. The award will provide for the procurement of 1,200 full-size pickup trucks. Work will be performed in New Castle, Del., with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-G209)

SM Resources Corp., Lanham, Md., was awarded a $48,500,000 cost-plus-fixed-fee and firm-fixed-price contract. The award will provide for the services to obtain environmental, safety, health, and research support operations at Edgewood Chemical Biological Center facilities. Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion date of Sept. 22, 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-11-D-0003).

AM General, L.L.C., South Bend, Ind., was awarded a $46,308,827 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 306 various models of high mobility multi-purpose wheeled vehicles. Work will be performed in Mishiwaka, Ind., with an estimated completion date of March 30, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0405).

Satterfield and Pontikes Construction, Inc., was awarded a $45,885,000 firm-fixed-price contract. The award will provide for the construction of the Lackland Airman Training Center dormitory at Lackland Air Force Base, San Antonio, Texas. Work will be performed in Lackland Air Force Base, San Antonio, Texas, with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0024).

Science Applications International Corp., McLean, Va., was awarded a $45,000,000 firm-fixed-price level-of-effort contract. The award will provide for the modification of an existing contract for operational readiness services at government facilities in Kuwait and the continental United States. Work will be performed in McLean, Va., and Kuwait, with an estimated completion date of Sept. 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $187,000,000 cost-plus-fixed-fee modification to a previously awarded advance acquisition contract (N00019-10-C-0002). This modification provides additional funding for recurring sustainment support, and system engineering sustainment activities necessary to meet the requirement and delivery schedule of this low rate initial production, lot five, F-35 Joint Strike Fighter. Work will be performed in Eglin, Fla. (60 percent); Fort Worth, Texas (15 percent); El Segundo, Calif. (5 percent); Warton, United Kingdom (5 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in May 2012. Contract funds in the amount of $25,795,004 will expire at the end of the current fiscal year. The

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

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

Naval Air Systems Command, Patuxent River, Md., is the contracting.

L-3 Communications Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $123,180,168 modification to a previously awarded indefinite-delivery, requirements contract (N00019-08-D-0014) to exercise an option for logistics services and materials for organizational, intermediate, and depot-level maintenance required to support 36 T-45A, and 168 T-45C, aircraft based at Naval Air Station (NAS) Meridian, Miss.; NAS Kingsville, Texas; NAS Pensacola, Fla., and NAS Patuxent River, Md. This requirement also includes the organizational level maintenance for the engine. No funding will be obligated at time of award. Work will be performed in Kingsville, Texas (57 percent); Meridian, Miss. (36 percent); Pensacola, Fla. (6 percent); and Patuxent River (1 percent), and is expected to be completed in September 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.

Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $99,919,152 modification to a previously awarded firm-fixed-price requirements contract (N00019-09-D-0002) to exercise an option for intermediate and depot-level maintenance and related support for in-service T-45 F405-RR-401 Adour engines under the power-by-the-hour arrangement. In addition, this modification provides for inventory control, sustaining engineering and configuration management, as well as integrated logistics support and required engineering elements necessary to support the F405-RR-401 engine at the organization level. No funding is being obligated at time of award. Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (48 percent); NAS Meridian, Miss. (47 percent); NAS Pensacola, Fla. (4 percent); and NAS Patuxent River, Md. (1 percent), and is expected to be completed in September 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.

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is receiving a $94,701,577 contract modification (P00018) to a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020) to exercise option year three for prepositioning and Marine Corps logistics support services for Blount Island Command. The contract provides logistics services at the industrial facility at Blount Island, shipboard maintenance, supply support and care-in-stores at sea and in port areas around the world, and operational logistics support to deployed Marine Corps forces. Work will be performed in Jacksonville, Fla. (86 percent), aboard 16 maritime prepositioning ships (12 percent), and in six locations in Norway (2 percent). Work is expected to be completed Sept. 30, 2012. At this time, none of the funds have been obligated. U. S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $92,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical, and manufacturing services to support various aging aircraft. No funds will be obligated at time of award. Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), and is expected to be completed in September 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.

Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $81,700,000 firm-fixed-price contract to procure 24 MH-60R Airborne Low Frequency Sonar Systems and all associated program management support for lot nine production. Work will be performed in Brest, France (72 percent); Portsmouth, R.I. (20 percent); and Johnstown, Pa. (8 percent). Work is expected to be completed in September 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0077)

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $50,613,287 modification to previously awarded contract (N00024-10-C-4308) for USS Stout (DDG 55) fiscal 2011 Extended Drydocking Selected Restricted Availability (EDSRA). An EDSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by January 2012. Contract funds in the amount of $50,613,287 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $26,757,039 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0048) for the procurement of 699 newly designed point and click operator system interface kits, and 123 pointing devices in support of the MH-60 Romeo and Sierra aircraft, including installation. Work will be performed in Owego, N.Y. (61.1 percent); Austin, Texas (20 percent); and Everett, Wash. (18.9 percent), and is expected to be completed in February 2015. Contract funds will not expire at the end of the current fiscal

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

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

year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

IAP-Hill, L.L.C., Cape Canaveral, Fla., is being awarded a $26,356,252 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-10-D-5073) to exercise option two for the base operating support services at Naval Air Station, Jacksonville; Naval Station, Mayport; Bureau of Medicine and Surgery, Jacksonville; and Blount Island Command, Jacksonville. Regional base operating support services include, but are not limited to, the following functions: port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance, utilities, environmental, transportation, bachelor housing, fire alarms, wastewater, steam, and facility management. Work also provides service calls consisting of repairs of base facilities, utilities, transportation and fire alarm systems. The total contract amount after exercise of this option will be $77,908,695. Work will be performed in Jacksonville, Fla., and is expected to be completed March 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

SDV Engineering & Consulting IOI, J.V.*, San Diego, Calif. (N40083-11-D-0028); Lee & Ryan Environmental Consulting, Inc.*, Greenfield, Ind. (N40083-11-D-0029); VRHabilis-KEMRON, L.L.C.*, Knoxville, Tenn. (N40083-11-D-0030); SEQ Vets Remediation, J.V. B*, San Diego, Calif. (N40083-11-D-0031); and TTL Associates, Inc.*, Toledo, Ohio (N40083-11-D-0032), are each being awarded an indefinite-delivery/indefinite-quantity environmental multiple award contract for environmental services at Naval Station Great Lakes and Department of Defense facilities located within the continental United States. The maximum dollar value, including the base period and two option years, for all five contracts combined is $24,000,000. The work to be performed provides for removal and remediation of environmental contamination and monitoring for Naval Station Great Lakes and Department of Defense facilities within the continental United States. Lee & Ryan Environmental Consulting is being awarded task order 0001 at $326,515 for remediation of a trichloroethylene plume at Naval Support Activity Mid-South, Millington, Tenn. Work for this task order is expected to be completed by September 2015. All work will be performed primarily at Naval Facilities Engineering Command Midwest facilities and at government facilities in Indiana (40 percent), Illinois (30 percent), Tennessee (20 percent), and the rest of the United States (10 percent). The term of the contract is not to exceed 36 months, with an expected completion date of September 2014. Contract funds in the amount of $330,515 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website as a service disabled veteran owned small business set-aside, with 19 proposals received. These five contractors shall compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.

L-3 Communications Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $23,539,003 firm-fixed-price, indefinite-delivery requirements contract for contractor logistics support and Aircraft Intermediate Maintenance Department (AIMD) support for the T-39 Undergraduate Military Flight Officer (UMFO) Training Program. This effort includes support of the UMFO government-owned T-39N and T-39G aircraft and associated equipment, including organizational and depot-level repair. In addition, this provides intermediate level maintenance and support for Chief of Naval Air Training aircraft, transient aircraft, tenant, and other services activities at the Naval Air Station (NAS) Pensacola, Fla., and NAS Corpus Christi, Texas, and surrounding areas through the AIMD. No funds are being obligated at time of award. Work will be performed in Pensacola, Fla. (75 percent), and Corpus Christi, Texas (25 percent), and is expected to be completed in March 2012. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-D-0024).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded an $18,096,417 modification previously awarded contract (N00024-10-C-4308) for USS Bulkeley (DDG-84) fiscal 2012 drydocking selected restricted availability. The effort to be performed includes planning and execution of depot-level maintenance, alterations, and modifications to update and improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by April 2012. Contract funds in the amount of $18,096,417 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Lockheed Martin, Mission Systems and Sensors, Moorestown, N.J., is being awarded a $17,742,288 modification to previously awarded contract (N00024-09-C-5103) to exercise fiscal 2011 options for Aegis platform systems engineering agent activities, and Aegis modernization advanced capability build engineering efforts. The platform systems engineering agent manages the in-service combat systems configurations, as well as the integration of new or upgraded capability into the Ticonderoga- and Arleigh Burke-class of ships. Work will be performed in Moorestown, N.J., and is expected to be completed by September 2012. Contract funds in the amount of $17,742,288 will expire at the end of the current fiscal year.

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

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

The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $16,650,000 firm-fixed-price contract for six spare AN/AAQ-30 target sight systems (TSS) for the AH-1Z Cobra attack helicopter. The TSS provides target identification and tracking; passive targeting for integrated weapons, including Hellfire missiles; and a laser designation capability supporting friendly laser-guided weapons. Work will be performed in Orlando, Fla. (90 percent), Ocala, Fla. (10 percent), and is expected to be completed by December 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-G-JQ97).

CACI, Inc., Federal, Chantilly, Va. (N65236-11-D-3841); Computer Sciences Corp., Falls Church, Va. (N65236-11-D-3842); L-3 Services, Inc., Mount Laurel, N.J. (N65236-11-D-3843); Life Cycle Engineering, Inc., Charleston, S.C. (N65236-11-D-3844); Science Applications International Corp., McLean, Va. (N65236-11-D-3845); and Scientific Research Corp., Atlanta, Ga. (N65236-11-D-3846), are each being awarded a $16,644,455 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based (with provisions for firm-fixed-price orders) multiple award contracts for operational command and control support services. These contracts include options, which, if exercised, would bring the cumulative value of the individual contracts to an estimated $88,168,808. Work will be performed in Charleston, S.C. (80 percent); Norfolk, Va. (10 percent); and Washington, D.C. (10 percent). Work is expected to be completed by September 2012. If all options are exercised, work could continue until September 2016. Contract funds will not expire at the end of the current fiscal year. These multiple award contracts were competitively procured with proposals solicited via the Commerce Business Daily‟s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with 10 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Manson-Nan Hawaii, J.V., Honolulu, Hawaii, is being awarded $15,870,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62748-09-D-4016) to repair the existing exterior windows throughout the shipfitting shop, Building 155, in the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility area at Joint Base Pearl Harbor-Hickam. The work to be performed provides for window repair to provide protection to equipment from the wind and rain and prevent shock hazards and slip hazards. The project includes repairing or replacing damaged or cracked windows, glazing, deteriorated window frames, steel girts, metal supports, hardware operators and concrete sill. The project will also remove steel windows containing lead paint and asbestos caulking, metal flashing, and remove and reinstall any associated window obstructions and penetrations. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2013. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Thomas & Betts Power Solutions*, Richmond, Va., is being awarded a $15,715,700 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the delivery of static transfer switches for use aboard Navy ships. The static transfer switches will be used to distribute, restore, transfer, and provide uninterrupted power. $815,700 will be obligated at time of award. Work will be performed in Richmond, Va., and is expected to be completed by September 2012. Contract funds in the amount of $815,700 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-11-D-0029).

Advance Technology Construction*, Renton, Wash., is being awarded $12,829,520 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N44255-10-D-5004) for construction of Marine Corps Reserve center at U.S. Army Yakima Training Center. The work to be performed provides for the construction of a stand-alone, one-story main Marine Corps Reserve center building; and ancillary facilities, which include covered parking, tank parking, wash rack, organic equipment shed, and a battery charging station. The facility will also include built-in equipment, compressed air system, vehicle lube system, vehicle exhaust system, and bridge crane with crane rails. Work will be performed in Yakima, Wash., and is expected to be completed by February 2013. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Intergraph Government Solutions, Madison, Ala., is being awarded a $9,950,000 firm-fixed-price, time-and-material contract for procurement of information technology engineering systems, hardware, software, systems integration/design, and software development support services, related training, maintenance, and spare parts. Work will be performed in Philadelphia, Pa. (84 percent); Pearl Harbor, Hawaii (10 percent); Hampton Roads, Va. (2 percent); Puget Sound, Wash. (2 percent); and Kittery, Maine (2 percent). Work is expected to be completed by September 2011. Contract funds will not

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

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

expire before the end of the current fiscal year. This contract was not awarded through full and open competition. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-D-QW43).

Lockheed Martin Corp., Owego, N.Y., is being awarded an $8,987,306 firm-fixed-price contract for the procurement of specialized test equipment necessary to perform depot-level repairs to the ALQ-210 Electronic Support Measures Receiver Processor System in support of the H-60 aircraft. Work will be performed at the Naval Air Station Jacksonville, Jacksonville, Fla., and is expected to be completed in June 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0403).

The Boeing Co., St. Louis, Mo., is being awarded a $7,050,777 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-10-G-0012) for the design, development, fabrication, and first article production of Operational Test Program sets 824, 825, and 560 in support of the F/A-18E/F Aircraft Distributing Targeting System. Work will be performed in St. Louis, Mo., and is expected to be completed in December 2014. 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.

U.S. SPECIAL OPERATIONS COMMAND

FLIR Systems, Inc., North Billerica, Mass., is being awarded a $24,625,000 indefinite-delivery/indefinite-quantity contract for new production or retrofit of AN/ZSQ-3 (V1 Assault) and AN/ZSQ-3 (V2 Attack), Electro-Optic Sensor Systems with laser rangefinder/designator units for the MH-6M assigned to the Special Operations Aviation Regiment at Fort Campbell, Ky., in support of the Technology Applications Contracting Office. Work will be performed primarily in North Billerica, Mass., and is expected to be completed by Sept. 22, 2016. Delivery order 0001 is anticipated to be issued on Sept.23, 2011 in the amount of $497,092. This contract was awarded as sole-source after approval of a justification and approval document as an exception to full and open competition under the authority of FAR 6.302-1. U.S. Special Operations Command is the contracting activity (H92241-11-D-0007).

*Small business

Total value of contracts awarded this day: $ 3,806.30M

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

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

FOR RELEASE AT 5 p.m. ET

No. 830-11 September 28, 2011

CONTRACTS

AIR FORCE

The MITRE Corp., Bedford, Mass., is being awarded a $394,186,883 contract modification to exercise option year three for systems engineering and integration support for Air Force ceiling programs and Air Force non-ceiling programs for fiscal 2012. Support level is estimated at 892 staff years for the Air Force ceiling programs, and 300 direct staff years for the Air Force non-ceiling programs. MITRE is a federally funded research and development center. This contract supports Foreign Military Sales programs (6 percent) to Saudi Arabia, France, United Kingdom, and Japan. ESC/CAA, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-12-C-0001).

Northrop Grumman Corp., Aerospace System, San Jose, Calif., is being awarded an estimated $54,227,582 cost-plus-incentive-fee contract modification to provide logistics support activities required to support the 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. WR-ALC/GRCKA, Robins Air Force Base, Ga., is the contracting activity (FA8528-11-C-0003-PZ0001).

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $25,135,974 cost-plus-fixed-fee, indefinite-delivery, requirements contract for ground-based sensors for remotely controlled aircraft. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000 0201).

General Atomics Aeronautical Systems, Inc., Poway, Calif., is being awarded a $21,618,560 cost-plus-fixed-fee contract for expedited contractor support that is mandatory to meet urgent service operational requirements for the Predator and Reaper programs. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038-0040).

Burgess & Nipple, Cincinnati, Ohio, is being awarded a maximum $12,000,000 indefinite-delivery/indefinite-quantity contract in which individual firm-fixed-price delivery orders will be awarded for mechanical-electrical architect/engineer services to support Wright Patterson Air Force Base. ASC/PKOC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-11-D-0011).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $9,887,022 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide research and analysis of reliability, maintainability, supportability, quality, and interoperability of the Naval Air Warfare Center Weapons Division. Specific deliverables include: requirement analysis, security mitigation, risk assessment, infrastructure management plans, spare concepts recommendations, and interoperability analysis. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (BC1047-05-D-4005 0220).

ITT Corp., Systems Division, Patrick Air Force Base, Fla., is being awarded an $8,593,640 contract modification to provide Eastern Range Central Command Remoting Systems replacement, phase two. The location of performance is Kennedy Space Center, Fla. Space and Missile Systems Center, SMC/LRK, Launch and Range Systems Directorate, El Segundo, Calif., is the contracting activity (F04701-01-C-0001 PO0768).

Defense Support Services, Greenville, S.C., is being awarded an $8,094,326 indefinite-delivery/indefinite-quantity with firm-fixed-price, time-and-material, and cost reimbursement contract for the installation of the Large Aircraft Infrared Countermeasure System on to nine each C-5 aircraft models B and M; one lot of over and above for potential aircraft legacy issues which may arise during the installation process; one lot of contractor acquired property needed to support the installation; one lot of fuel required to re-fuel the aircraft for the Air Force pilot to ferry back to the owning Air Force base; one

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

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

lot of shipping associated with shipment of defective government furnished property; and one lot of data. ASC/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-10-D-6501 0003).

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $7,756,883 cost-plus-fixed-fee contract to develop a compact, power efficient radio frequency (RF) transmitter by inventing dynamic power conditioning circuits (power supply modulators) and closely integrating them with RF monolithic microwave integrated circuit power amplifiers and necessary control circuits. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7184).

NAVY

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded an $87,335,007 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for procurement of 425 of the following engineering change proposal upgrades: upgraded transfer case kit; hood/bonnet assembly kit; exhaust system kit; central tire inflation system upgrade kit; skydex flooring material kit; electrical harness kit; route clearance digirack kit; remote weapon station joystick kit; front door assist kit; wheel and tire upgrade kit; and independent suspension axel system kit. Work will be performed in Benoni, South Africa (70 percent); Trenton, N.J. (20 percent); Chandler, Ariz. (6 percent); and Halifax, Canada (4 percent). Work is expected to be completed July 31, 2012. Fiscal 2009 other procurement appropriation contract funds in the amount of $17,007,225 will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Manu Kai, L.L.C.*, Honolulu, Hawaii, is being awarded a $72,592,497 contract modification on a previously awarded contract (N00604-09-0001) to exercise the third option period for range operations support and base operations support services for the Pacific Missile Range Facility, Kauai, Hawaii. Work will be performed at the Pacific Missile Range Facility, Kauai, Hawaii, and is expected to be completed September 2012. Contract funds will not expire by the end of the current fiscal year. The basic contract was posted on the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to the solicitation. The Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-09-0001).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $51,269,726 modification to a previously awarded contract (N00024-10-C-4308) for USS Barry (DDG 52) fiscal 2011 extended drydocking selected restricted availability (EDSRA). An EDSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by April 2012. Contract funds in the amount of $51,269,726 will expired at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

The Boeing Co., Jacksonville, Fla., is being awarded a $31,503,536 firm-fixed-price, cost-plus-fee requirements contract for supplies and services for in-warranty and out-of-warranty depot-level modification installations and in-service repairs incident to modification kit installs including associated material and services as required to support the continued safe, reliable, and improved operation of the F/A-18 series aircraft. Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2012. No funding is being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contact was not competitively procured pursuant to FAR 6.302-1. The Naval Air System Command, Patuxent River, Md., is the contracting activity (N00019-11-D-0013).

RQ-Berg, J.V., Carlsbad, Calif., is being awarded $30,857,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-10-D-5409) for design and construction of electrical upgrades at Marine Corps Base Camp Pendleton. The work to be performed provides for all labor, materials, equipment, transportation, supervision, and incidental related work to provide design, construction, procurement, and installation services for electrical upgrades consisting of multiple metering stations and other incidental site work for substations, and multiple electrical distribution lines. The task order also contains three unexercised options, which, if exercised, would increase cumulative task order value to $31,606,000. Work will be performed in Oceanside, Calif., and is expected to be completed by January. 2014. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $26,945,901 modification to previously awarded contract (N00024-11-C-4407) for the USS Kearsarge (LHD-3) fiscal 2011 planned maintenance availability. The effort to be

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

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

performed includes planning and execution of a work package containing major repairs to tanks, flightdeck, aircraft elevators, free-board preservation and painting, and modifications to update and improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by November 2011. Contract funds in the amount of $26,945,901 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Northrop Grumman Corp., San Diego, Calif., is being awarded an $18,650,000 cost-plus-fixed-fee contract for intelligence, surveillance and reconnaissance services in support of the deployment of the MQ-8B vertical takeoff and landing tactical unmanned aerial vehicle. Work will be performed in Afghanistan (90 percent) and Patuxent River, Maryland (10 percent), and is expected to be completed in October 2012. Contract funds in the amount of $1,434,742 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0094)

Trace Industries, Inc.*, Honolulu, Hawaii (N62478-10-D-2369); Contech Engineering, Inc.*, Honolulu, Hawaii (N62478-10-D-2373); and BAM Contractors, Inc.*, Dallas, Texas (N62478-10-D-2374), are each being awarded a modification under a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award service contract to exercise option two for demolition projects, located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility. The maximum dollar value for all three contracts combined is $17,771,369. No task orders are being issued at this time. The work to be performed provides for demolition of facilities and structures. The work includes asbestos removal; removal of lighting ballasts and lamps containing polychlorinated biphenyls and mercury; disconnection of utilities; earthwork; grading; demolition and removal of various buildings, miscellaneous structures, and equipment, site preparation; and all incidental related work. All work will be performed in Hawaii, and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

EADS North American, Inc., Irvine, Calif., is being awarded a $15,400,864 indefinite-delivery/indefinite-quantity contract for the procurement of one pilot production Turboprop engine test instrumentation (TPTI) unit; up to 11 TPTI production units; two pilot production test program sets (TPS) (T56-425/-427 and T56-427A); up to two TPS production units; technical and logistics data items; package, deliver, and installation of pilot production and production of TPTI and TPS systems; up to 1,300 hours of engineering support services; up to 700 hours of technical representative support services; and up to 1,200 hours of integrated logistics support contractor support. Work will be performed in Irvine, Calif., and is expected to be completed by September 2014. This contract was competitively procured via electronic request for proposal, with three offers received. 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 (N68335-11-D-0017).

Wright Tool Co., Troy, Mich., is being awarded a $14,149,134 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of diesel fuel injection test systems and spare parts in support of Marine Corps ground vehicles and equipment. Work will be performed in Buckingham, England, and is expected to be completed by September 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-GS80).

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $14,089,047 firm-fixed-price order under previously awarded basic ordering agreement (N00164-11-G-JQ97) for target sight system (TSS) spare parts and program support. This acquisition is for AN/AAQ-30 TSS spares that will be utilized for the current TSS that are installed into AH-1Z Cobra attack helicopters. The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons. The TSS is used on the Marine Corps fleet of 180 AH-1W Super Cobra helicopters. Work will be performed in Orlando, Fla., and is expected to be completed by April 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

John C. Grimberg Co., Inc., Rockville, Md., is being awarded $13,925,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40080-10-D-0492) for repair to the envelope of Buildings 60 and 61 at Naval Support Activity, National Naval Medical Center. Buildings 60 and 61 are four-story dormitories, each with two residential wings connected by a common area. This project will remove the exterior brick cladding and the non-structural stud wall assembly at the exterior walls. The brick will be replaced with a precast concrete panel and curtain wall system.

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

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

Work will be performed in Bethesda, Md., and is expected to be completed by December 2013. Contract funds in the amount of $13,925,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

CNMS, J.V., Honolulu, Hawaii, is being awarded $13,617,193 for firm-fixed-price task order HC01 under a previously awarded multiple award construction contract (N62742-10-D-1306) for design and repair of Headquarters Pacific Air Forces Building 1102 at Joint Base Pearl Harbor-Hickam. The work to be performed provides for bringing Building 1102 up to compliance with life safety codes to include structural, fire detection, alarm, and suppression systems, establishment of areas of refuge, and meeting egress requirements. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2013. Contract funds in the amount of $13,617,193 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

TolTest, Inc., Maumee, Ohio, is being awarded a $13,338,385 firm-fixed-price contract for maintenance construction for the repairs of an electrical sub-station at Naval Base Kitsap-Bangor. The work to be performed provides for the replacement of switchyard transformers, circuit interrupters, expansion of the sub-station grounding grid system, and various associated work, including installation of security fencing, security cameras, and access control systems. Work will be performed in Silverdale, Wash., and is expected to be completed by July 2012. Contract funds in the amount of $13,338,385 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-11-C-9003).

KIRA, Inc., Boulder, Colo., is being awarded a $12,833,025 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69272-03-D-1010) to exercise option three for regional base operating support services at Naval Air Station Jacksonville and Naval Station Mayport. The work to be performed provides for janitorial, pest control, refuse, and grounds maintenance service and service calls. Work also provides services for fire alarm, heating, ventilation, and air conditioning, and security alarms for nine Navy and Marine Reserve centers within the Naval Facilities Engineering Command Southeast area of responsibility. The total contract amount after exercise of this option will be $75,811,342. Work will be performed in Jacksonville, Fla., and is expected to be completed September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $12,629,287 modification to a previously awarded contract (N61331-11-C-0005) for in-theater subject matter experts/field service representatives to perform maintenance and repair of the Marine Corps mine roller systems. Field service representatives will be responsible for all scheduled and unscheduled maintenance and repair of Marine Corps mine roller systems to ensure operational levels meet in-theater needs. Work will be performed in Afghanistan and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,436,224 cost-plus-fixed-fee order against a previously issued basic ordering agreement (N68335-10-G-0026) to continue efforts initiated under Small Business Innovation Research topic N94-178, to assess, procure, deploy, and support an advanced coalition, command, control, communications, computer, intelligence, surveillance, and reconnaissance equipment and system of architecture. Work will be performed in Warminster, Pa. (50 percent); Patuxent River, Md. (30 percent); and Afghanistan (20 percent). Work is expected to be completed in September 2014. Contract funds in the amount of $2,701,194 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

TCOM, L.P.*, Columbia, Md., is being awarded a $12,354,993 modification to a previously awarded firm-fixed-price contract (N68335-11-C-0250) for the procurement of hardware in support of phase three of the Persistent Ground Surveillance Systems (PGSS) for the Navy. Hardware to be provided includes three 28M+ aerostat systems and three site spares to outfit and enhance the capabilities of the existing PGSS currently fielded. Work will be performed in Elizabeth City, N.C. (90 percent), and Columbia, Md. (10 percent), and is expected to be completed in November 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.

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

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

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,341,259 order against a previously issued basic ordering agreement (N68335-10-G-0026) for the assessment, procurement, and deployment of innovative intelligence, surveillance, and reconnaissance systems, and communication systems in support of phase three Persistent Ground Surveillance Systems. This effort also includes the assessment of unmanned aircraft vehicle (UAV) noise reducing technology, aircraft aerodynamics with increased lift and decreased drag, UAV weatherization, long endurance, submersible technology, interoperability of airborne and waterborne techniques to support ISR military operations and counter-narco-terrorism and related support hardware. Work will be performed in Warminster, Pa. (71 percent); Patuxent River, Md. (14 percent); Yuma, Ariz. (5 percent); Washington, D.C. (5 percent); Avon Park, Fla. (3 percent); and Tampa, Fla. (2 percent). Work is expected to be completed in September 2013. 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.

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,336,876 order against a previously issued basic ordering agreement (N68335-10-G-0026) for the assessment, procurement, and deployment of innovative intelligence, surveillance, and reconnaissance systems, and communication systems, micro unmanned aircraft vehicle technology, and related hardware in support of phase three Persistent Ground Surveillance Systems. This effort also includes the procurement of 10 appropriately configured TigerShark unmanned aircraft system for precision acquisition weaponized system testing. Work will be performed in Warminster, Pa. (48 percent); Patuxent River, Md. (20 percent); Avon Park, Fla. (19 percent); Washington, D.C. (7 percent); and Tampa, Fla. (6 percent). Work is expected to be completed in September 2013. 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.

Kaman Aerospace Corp., Bloomfield, Conn., is being awarded an $11,978,497 firm-fixed-price, cost-plus-fixed-fee contract for engineering technical services in support of four Egyptian Air Force 5H-2G(E) aircraft under the Foreign Military Sales Program. Services to be provided include aircraft, structural and system inspections, and repairs. Work will be performed in Bloomfield, Conn., and is expected to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-4. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0052).

STV, Inc., Douglassville, Pa., is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for civil/structural/architectural/mechanical/electrical and fire protection services in support of projects at military installations throughout the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $518,075 to provide design services for the interior and exterior repairs of the Navy Propeller Shop at Philadelphia Naval Business Center, Philadelphia, Pa. Work for this task order is expected to be completed by April 2012. All work will be performed in the Mid-Atlantic Northeast AOR including, but not limited to, Rhode Island (20 percent); Maine (20 percent); Connecticut (15 percent); New Jersey (15 percent); Pennsylvania (10 percent); New York (5 percent); New Hampshire (5 percent); Massachusetts (5 percent); Vermont (3 percent); and Delaware (2 percent). Work is expected to be completed by September 2016. Contract funds in the amount of $518,075 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 65 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-11-D-7211).

Referentia Systems, Inc.*, Honolulu, Hawaii, is being awarded a $9,922,078 cost-plus-fixed-fee contract for the development and demonstration of a cross-aircraft-platform ground-based data management and analysis capability. Included in this effort is the development of the prognostics, analytic and reporting for complex systems and shareable real-time cyber-network situational awareness. Work will be performed in Honolulu, Hawaii, and is expected to be completed in September 2016. Contract funds in the amount of $4,458,823 will expire at the end of the fiscal year. This contract was competitively procured via broad agency announcement; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0536).

The Hana Group, Inc.*, Honolulu, Hawaii, is being awarded a $9,860,647 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62478-07-D-2311) to exercise option four, for regional security services at Commander Naval Region Hawaii, Joint Base Pearl Harbor-Hickam; Naval Magazine Lualualei; and Naval Communications Telecommunications Area Master Station Wahiawa. The work to be performed provides for, but is not limited to, entry control point services personnel and vehicle checks; roving patrol services; interior and perimeter patrol; escort and courier services; crowd control; dispatching services; traffic court services; and armor service. The total contract amount after exercise of this option will be $56,658,764. Work will be performed in Oahu, Hawaii, and is expected to be

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

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

completed by September 2012. Contract funds in the amount of $9,271,162 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Space and Mission Systems, Herndon, Va., is being awarded a $9,287,788 firm-fixed-price level of effort contract to provide professional and program management support services, engineering support services, financial management services, and other technical support services to the International Fleet Support Program Office (PMS 326). The purpose of this contract is to assist the International Fleet Support Program Office in day-to-day management of security assistance programs and assigned foreign military sales cases. The contractor shall provide administrative and technical support to interact with personnel at various activities and echelon levels and occasionally other government and navy representatives. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $12,117,886. Work will be performed in Washington, D.C. (80 percent), and in various locations throughout the world (20 percent) as required by security assistance projects, and is expected to be completed by April 2012. Contract funds in the amount of $3,078,585 will 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-4218).

Corrpro Companies, Inc., San Diego, Calif., is being awarded an $8,000,000 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62583-09-D-0185) for exercise of the second option period for cathodic protection inspection and repair in support of various Navy, Marine Corps, and federal government programs requesting assistance from the Capitol Improvements Division of the Naval Facilities Engineering Service Center, Port Hueneme. The work to be performed provides for cathodic protection inspection and repair, and corrosion control services on petroleum storage and distribution centers worldwide. After award of this option, the total cumulative contract value will be $24,000,000. Work will be performed worldwide, and work is expected to be completed September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

Oak Point Associates, Biddeford, Maine, is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-disciplined architect and engineering services in support of projects at military installations throughout the Public Works Department Maine (PWD) area of responsibility (AOR). The work to be performed provides for civil, structural, electrical and mechanical design services to support installation, repair, and upgrades to mechanical and electrical utilities distribution systems, power plant auxiliaries, generation systems, heating, ventilating and air conditioning systems, fire protection systems, petroleum fuel facilities, energy conservation measures, electrical metering installations, interior and exterior electrical design, and electrical systems studies. Additional services include preparation of Historic American Engineering Record documentation, laboratory testing services, including metallurgical testing, heating, ventilating and air conditioning systems flow testing, petrographic testing, soils testing probes, borings, mold and asbestos sampling and testing and lead paint sampling and testing. Project planning services include but are not limited to, energy compliance analyses, performance rating reports, energy returns on investments calculations, and geological construction inspection services. Task order 0001 is being awarded at $173,708 for repairs to the fire station at Naval Computer and Telecommunications Area Master Station, Atlantic Detachment, Cutler, Maine. Work for this task order is expected to be completed by April 2012. All work will be performed within the PWD Maine AOR, including, but not limited to, Portsmouth Naval Shipyard, Kittery, Maine (75 percent); Naval Computer and Telecommunications Area Master Station, Atlantic Detachment, Cutler, Maine (20 percent); and Naval Satellite Operations Command, Detachment ALFA, Prospect Harbor, Maine (5 percent). The term of the contract is not to exceed 36 months, with an expected completion date of August 2014. Contract funds in the amount of $173,708 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 23 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Portsmouth, N.H., is the contracting activity (N40085-11-D-0502).

Weston Solutions, Inc., San Antonio, Texas, is being awarded $7,203,654 for firm-fixed-price task order WE01 under a previously awarded multiple award construction contract (N62583-08-D-0138) for advanced metering infrastructure at Naval Station Norfolk. The work to be performed provides for modernization of the utility system with advanced metering infrastructure meters and data acquisition system. The advanced metering infrastructure effort at Naval Station Norfolk encompasses 782 meters and installation of steam and electrical data acquisition systems. Work will be performed in Norfolk, Va., and is expected to be completed by April 2014. Contract funds in the amount of $7,203,654 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

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

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

The City of Pensacola, doing business as Energy Services of Pensacola, Pensacola, Fla., is being awarded $6,558,354 for firm-fixed-price task order 0005 under a previously awarded basic ordering agreement (N69450-07-G-0090) for energy savings at Building 3465 at the National Museum of Naval Aviation complex. The work to be performed provides for replacement of 19 air handler units with new; replacement of three existing chillers with three new six-hundred ton centrifugal chillers; one new six-hundred ton stainless steel cooling tower; and implementation of demand flow technology to maximize chilled water plant performance. Work also includes complete energy conservation measures upgrade in Building 3465. This includes new chilled water control valves, complete wiring upgrade, and associated work to provide complete usable project. Work will be performed in Pensacola, Fla., and is expected to be completed by March 2013. Contract funds in the amount of $6,558,354 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

On Site Gas Systems, Inc.*, Newington, Conn., was awarded a fixed-price with economic price adjustment contract for a maximum $20,400,000 for oxygen generation systems including accessories and spare kits. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 19, 2016. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DH-11-D-8217).

Thomson Aerospace, doing business as Linear Motion, Saginaw, Mich., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $13,782,000 for aircraft ballscrews. There are no other locations of performance. Using services are Air Force and, as required, foreign military sales. The date of performance completion is September 2017. The Defense Logistics Agency Procurement Operations Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-D-0018).

CEF Industries, Addison, Ill., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $13,782,000 for aircraft ballscrews. There are no other locations of performance. Using services are Air Force and, as required, foreign military sales. The date of performance completion is September 2017. The Defense Logistics Agency Procurement Operations Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-D-0019).

MISSILE DEFENSE AGENCY

The Missile Defense Agency is announcing the award of a contract modification to exercise an option to Gray Research, Inc., under the W9113M-05-D-0003 contract, P00052. The ceiling value of this effort is $18,608,597, increasing the total contract value from $169,792,608 to $188,401,205. Under this modification, the contractor will maintain continuity of operations and avoid disruption of critical support for the Missile Defense Data Center Program. The work will be performed in Huntsville, Ala. The performance period is from Oct. 1, 2011 through March 31, 2012. Fiscal 2012 research, development, test and evaluation funds will be used to incrementally fund individual task orders. Contract funds will not expire at the end of the current fiscal year. The Missile Defense Agency, Redstone Arsenal, Ala., is the contracting activity.

*Small business

CORRECTION: Sept. 28, 2011 -- The correct contract number for the Navy‟s Sept. 26 $697,629,899 award to Huntington Ingalls, Inc., Pascagoula, Miss., is N00024-11-C-2307.

Total value of contracts awarded this day: $ 1,184.78M

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

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

FOR RELEASE AT 5 p.m. ET

No. 835-11 September 29, 2011

CONTRACTS

ARMY

The Ross Group Construction Corp., Tulsa, Okla. (W912HN-11-D-0034); Absher Construction Co., Puyallup, Wash. (W912HN-11-D-0032); Garco Construction, Inc., Spokane, Wash. (W912HN-11-D-0031); and S&P - Mason & Hanger, J.V., Houston, Texas (W912HN-11-D-0033), were awarded a $499,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The award will provide for the construction of tactical equipment maintenance facilities. Work location will be determined with each task order, with an estimated completion date of Sept. 26, 2014. The bid was solicited through the Internet, with 27 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.

Megen Construction Co., Cincinnati, Ohio (W912HN-11-D-0026); C3, L.L.C., Broken Arrow, Okla. (W912HN-11-D-0027); Carntribe-Clement 8AJV #1, L.L.C., Ozark, Ala. (W912HN-11-D-0028); and LCC-MZT Team III, Homedale, Idaho (W912HN-11-D-0029), were awarded a $360,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The award will provide for the construction of company operations facilities. Work location will be determined with each task order, with an estimated completion date of Sept. 27, 2014. Eight bids were solicited, with 30 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.

EOIR Technologies, Inc., Fredericksburg, Va., was awarded an $83,750,574 cost-plus-fixed-fee contract. The award will provide for the maintenance and logistics support for the Constant Hawk-Afghanistan and light detection and ranging aircraft. Work will be performed in Fredericksburg, Va., with an estimated completion date of June 26, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-H001).

CGI Federal, Inc., Manassas, Va., was awarded a $42,485,968 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement and development of the Human Terrain System. Work will be performed in Newport News, Va., with an estimated completion date of Sept. 27, 2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-D-0058).

Harris Corp., RF Communications Division, Rochester, N.Y., was awarded a $37,974,251 firm-fixed-price contract. The award will provide for the tactical communication services and equipment in support of counternarcotics operations. Work location will be determined with each task order, with an estimated completion date of Sept. 30, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Space & Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-11-D-0005).

ASI Constructors, Inc., Pueblo West, Colo., was awarded a $37,572,175 firm-fixed-price contract. The award will provide for the procurement of Canton auxillary spillway hydraulic Structures. Work will be performed in Canton Lake, Blaine County, Canton, Okla., with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0026).

The Pennsylvania State University, University Park, Pa., was awarded a $34,077,057 cost-plus-fixed-fee contract. The award will provide for the research and development services in support of electro-optical and infrared technologies; night vision technology; and laser technologies and payloads for unmanned platforms. Work will be performed in University Park, Pa., with an estimated completion date of Sept. 20, 2014. One bid was solicited, with one bid received. The U.S. Army

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

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

Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-11-D-0002).

Vigil Contracting, Inc., Crofton, Md., was awarded a $33,908,500 firm-fixed-price contract. The award will provide for the construction of a Joint Armed Forces Reserve Center at New Castle, Del. Work will be performed in New Castle, Del., with an estimated completion date of March 22, 2013. Nine bids were solicited, with nine bids received. The National Guard Bureau, New Castle, Del., is the contracting activity (W912L5-11-C-0002).

MW Builders, Inc., Temple, Texas, was awarded a $33,815,000 firm-fixed-price contract. The award will provide for the construction of four, three-story barracks and an optional barracks. Work will be performed in Fort Leonard Wood, Mo., with an estimated completion date of Dec. 27, 2012. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4040).

King Fisher Marine Service, L.P., Port Lavaca, Texas, was awarded a $33,537,027 firm-fixed-price contract. The award will provide for the dredging services in support of the pipeline dredging project in Nueces County, Texas. Work will be performed in Nueces County, Texas, with an estimated completion date of July 31, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-11-C-0028).

Harper Construction Co., Inc., San Diego, Calif., was awarded a $32,477,776 firm-fixed-price contract. The award will provide for the renovation services in support of the Training Barracks Upgrade Program at Fort Sill, Okla. Work will be performed in Lawton, Okla., with an estimated completion date of March 31, 2013. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0025).

Security Signals, Inc., Cordova, Tenn., was awarded a $31,357,180 firm-fixed-price contract. The award will provide for the procurement of handheld signals, including the M125 and the M159. Work will be performed in Oakland, Tenn., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-D-0112).

Oshkosh Corp., Oshkosh, Wis., was awarded a $29,970,756 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 452 Family of Medium Tactical Vehicles and 86 armor B-kits. Work will be performed in Oshkosh, Wis., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

ACC Construction Co., Augusta, Ga., was awarded a $29,602,793 firm-fixed-price contract. The award will provide for the construction of a barracks complex and company operations facilities at Fort Bragg, N.C. Work will be performed in Fort Bragg, N.C., with an estimated completion date of Dec. 18, 2013. The bid was solicited through the Internet, with 18 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-11-C-0013).

M.R. Pittman Group, L.L.C., Harahan, La., was awarded a $29,391,080 firm-fixed-price contract. The award will provide for the construction of a pump station in support of the Southeast Louisiana Urban Flood Control Project. Work will be performed in Jefferson Parish, La., with an estimated completion date of June 8, 2015. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-C-0068).

Lockheed Martin MS2, Liverpool, N.Y., was awarded a $26,321,139 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to support country field service representatives. Work will be performed in Liverpool, N.Y., with an estimated completion date of July 30, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-06-C-T004).

Nan, Inc., Honolulu, Hawaii, was awarded a $25,313,294 firm-fixed-price contract. The award will provide for the renovation of buildings at Schofield Barracks, Oahu, Hawaii. Work will be performed in Oahu, Hawaii, with an estimated completion date of Aug. 27, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of

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

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

Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-11-C-0016).

Tanner Heavy Equipment Co., L.L.C., Leesville, La., was awarded a $25,000,000 firm-fixed-price contract. The award will provide for the repair and alternation of roads and culverts at Fort Polk, La. Work will be performed in Fort Polk, La., with an estimated completion date of Aug. 1, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-D-0074).

Koontz Electric Co., Inc., Morrilton, Ariz., was awarded a $23,777,237 firm-fixed-price contract. The award will provide for the construction of a high-voltage switchyard at Garrison Dam, N.D. Work will be performed in Riverdale, N.D., with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-C-0068).

Bristol Engineering Services Corp., Anchorage, Alaska, was awarded a $23,626,000 firm-fixed-price contract. The award will provide for the road and infrastructure work services at Joint Base Lewis McChord, Wash. Work will be performed in Joint Base Lewis McChord, with an estimated completion date of March 30, 2013. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-C-0017).

DRS, St. Louis, Mo., was awarded a $22,854,538 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the reset of 72 M1200 Armored Knight vehicles. Work will be performed in St. Louis, Mo., with an estimated completion date of June 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0132).

L-3 Communication Corp., Budd Lake, N.J., was awarded a $22,235,189 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of up to 90 Improved Position and Azimuth Determining Systems. Work will be performed in Budd Lake, N.J., with an estimated completion date of Sept. 20, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-D-0229).

Honeywell Technology Solutions, Inc., Columbia, Md., was awarded a $21,632,735 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to provide logistics support and maintenance services in support of the U.S. Army Sustainment Command. Work will be performed in Afghanistan, with an estimated completion date of Sept. 23, 2012. Ten bids were solicited, with seven bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-D-0097).

Communications Supply Corp., Clarksburg, Md., was awarded a $20,360,218 firm-fixed-price contract. The award will provide for the procurement of command, control, communication and computer infrastructure materials. Work will be performed in Bagram, Afghanistan, with an estimated completion date of Oct. 31, 2011. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-D-0078).

Simmonds Precision Products, Inc., Vergennes, Vt., was awarded a $20,039,154 firm-fixed-price indefinite-delivery/indefinite-quantity contract. The award will provide for the procurement of 350 Integrated Vehicle Health Management Systems and 210 IVHMS peculiar ground support equipment kits to support 210 deployment spares to support the UH-60 aircraft. Work will be performed in Vergennes, Vt., with an estimated completion date of July 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-D-0224).

U.S. SPECIAL OPERATIONS COMMAND

Oregon Iron Works, Inc., Clackamas, Oregon (H9222-11-D-0080), and United States Marine, Inc., Gulfport, Miss. (H92222-11-D-0079), are each being awarded an indefinite-delivery/indefinite-quantity contract with a maximum order limitation of $400,000,000 and issued concurrent delivery orders ($6,994,132 obligated to Oregon Iron Works; $6,998,541 to United States Marine) for the delivery of test articles for the Combatant Craft, Medium Mark 1 (CCM Mk 1) Program. The CCM Mk I Program is an acquisition program to develop, test, produce, field, and sustain a modern, clandestine, agile, adaptive, technically relevant, reliable, and operationally capable combatant craft system in support of U.S. Special

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

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

Operations Command. The work will be performed concurrently in Clackamas, Oregon, and Gulfport, Miss. Completion is expected by December 2012. The government will test and evaluate the test articles provided by the awardees during phase three of this evaluation and make a final down select decision in 2013, resulting in a single indefinite-delivery/indefinite-quantity contract with a $400,000,000 ceiling and 10-year term. The final ordering period will end in 2021. U.S. Special Operations Command is the contracting activity.

NAVY

McDonnell Douglas Corp., St. Louis, Mo., is being awarded $298,607,786 for cost-plus-fixed-fee delivery order 0014 under a previously awarded contract (N00383-06-D-001J) for logistics support and associated material requirements for the F/A-18E/F aircraft. This effort includes the government of Australia (3 percent) under the Foreign Military Sale Program. Work will be performed in St. Louis, Mo., and is to be completed by December 2014. Contract funds will not expire before the end of the current fiscal year. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

VSE Corp., Alexandria, Va., is being awarded a $277,926,039 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for continuous lifecycle support of naval vessels bought, sold, or otherwise transferred to Foreign Military Sales customers through the International Fleet Support Program. The services provided to foreign customers and allies under this contract include design, configuration management, field engineering, maintenance planning, maintenance, spare parts support, training, casualty, and depot-level repair. The contractor will provide engineering, technical, procurement, logistics, test, inspection, calibration, repair, maintenance, equipment upgrade installation, and overhaul support services – including reactivation to safe-to-sail status. No funds are being obligated at this time. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,503,446,270. This contract involves Foreign Military Sales. Work will be performed in Alexandria, Va., and in various locations throughout the world as required by Foreign Military Sales customers. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-D-4229).

Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded a $157,582,983 cost-plus-fixed-fee contract for Aegis Weapon System and Aegis Combat System systems, engineering, alteration installation/repair overhaul execution, computer program maintenance, in-country support services, and staging support to fulfill Aegis lifetime support requirements of the Japan Maritime Self Defense Force. The contract includes options, which, if exercised, would bring the total cumulative value of this contract to $228,155,587. This contract option involves Foreign Military Sales to Japan (100 percent). Work will be performed in Moorestown, N.J. (82.9 percent); Baltimore, Md. (3.4 percent); Tokyo, Japan (3.1 percent); Seoul, South Korea (2.5 percent); Kongsberg, Norway (2.3 percent); Washington, D.C. (1.3 percent); Nagasaki, Japan (1.1 percent); Yokohama, Japan (1.1 percent); Pusan, South Korea (0.8 percent); Maizuru, Japan (0.5 percent); Sasebo, Japan (0.5 percent); and Yokosuka, Japan (0.5 percent), and is expected to be completed by January 2016. 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-5106).

EDO Communications and Countermeasures Systems, Inc., also known as ITT Force Protection Systems, Thousand Oaks, Calif., is being awarded a $103,000,905 firm-fixed-price contract to procure 3,351 Band-C upgrade kits, initial spares and consumables, engineering support services hours, and data to upgrade fielded Counter Radio-Controlled Electronic Warfare Vehicle Receiver/Jammer (CVRJ) Systems. CVRJ systems are vehicle-mounted electronic jammers designed to prevent the initiation of radio controlled improvised explosive devices. Work will be performed in Thousand Oaks, Calif., and is expected to complete by January 2013. Contract funds in the amount of $447,065 will expire at the end of the current fiscal year. This contract was not competitively procured as no other source can meet the required schedule for fielding a unit to counter new, emerging threats against military operations in Afghanistan and Iraq. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-6317).

Manson Construction Co., Seattle, Wash., is being awarded a $79,523,000 firm-fixed-price contract for demolition and replacement of Pier 12, and upgrade to Pier 13 at Naval Base San Diego. The work to be performed provides for the demolition of the existing pier, followed by the complete design and construction of a new general purpose berthing pier and installing the requisite utilities. Dredging will be accomplished to depths corresponding to the surrounding area. Additionally, Pier 13 will be upgraded with a 4,160 volt transformer. The construction of the pier will enable Naval Base San Diego to better support the current home ported ships and future ship classes. The contract also contains two unexercised options, which, if exercised, would increase cumulative contract value to $82,196,254. Work will be performed in San Diego, Calif.,

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

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

and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-2850).

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $68,696,948 firm-fixed-price contract for the design and construction of two bachelor enlisted quarters at Marine Corps Base Camp Pendleton that will house a total of 860 Marines. The contract also contains two planned modifications, which, if issued, would increase cumulative contract value to $75,557,265. Work will be performed in Oceanside, Calif., and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 15 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-0406).

EJB Facilities Services, Arlington, Va., is being awarded a $67,498,461 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N44255-05-D-5103) to exercise option six for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services. The total contract amount after exercise of this option will be $424,740,328. Work will be performed at various installations in the NAVFAC Northwest AOR including, but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent). Work is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Raytheon Co., Missile Systems, Tucson, Ariz., is being awarded a $61,869,792 firm-fixed-price, fixed-price-incentive-firm contract for the lot 11, low rate initial production of 60 AIM-9X Block II All Up Round tactical missiles, 30 for the Navy and 30 for the Air Force; 60 Block II captive air training missiles, 20 for the Navy and 40 for the Air Force; 60 Block II active optical target detectors, 30 for the Navy and 30 for the Air Force; 34 containers, 14 for the Navy and 20 for the Air Force; and associated tooling for the Navy and the Air Force. Work will be performed in Tucson, Ariz. (39.85 percent); Andover, Mass. (14.36 percent); Midland, Ontario, Canada (6.60 percent); Vancouver, Wash. (6.21 percent); various locations inside the continental United States (5.89 percent); Goleta, Calif. (4.04 percent); Rocket Center, W.Va. (2.95 percent); Valencia, Calif. (2.81 percent); Heilbronn, Germany (2.20 percent); El Cajon, Calif. (2.13 percent); Cheshire, Conn. (2.03 percent); Chatsworth, Calif. (1.89 percent); Cincinnati, Ohio (1.80 percent); San Jose, Calif. (1.60 percent); Montgomery, Ala (1.40 percent); Anniston, Ala. (1.18 percent); Newbury Park, Calif. (1.08 percent); San Diego, Calif. (0.94 percent); Orlando, Fla. (0.77 percent); and various locations outside the continental United States (0.27 percent). Work is expected to be completed in April 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302.1. This contract combines purchases for the Air Force ($34,539,747; 55.83 percent) and the Navy ($27,330,045; 44.17 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0001).

Stauder Technologies, Saint Peter, Mo., is being awarded a $46,078,883 indefinite-delivery/indefinite-quantity contract for software development, system integration, and engineering services to include field services representatives. Work will be performed in St. Peters, Mo., and is expected to be completed by September 2016. Contract funding will expire and the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-2219).

Honeywell Technology Solutions, Inc. is being awarded a not-to-exceed $42,948,528 cost-plus-award-fee task order under a previously awarded contract (M67004-09-D-0020) for prepositioning and Marine Corps logistics support services for Blount Island Command. Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting agency.

L-3 Fuzing and Ordnance Systems, Inc., Cincinnati, Ohio, is being awarded a $35,990,703 firm-fixed-price contract for the procurement of 20,000 FMU-139C/B electronic bomb fuzes; 200 FMU-139 C/B D-2 dummy fuzes; 100 FMU-139 C/B D-5 cutaway fuzes; and 3,000 accessory kits for the U.S. Navy and the governments of Australia, Turkey, Pakistan, Korea, Bahrain, Malaysia, Finland, and Spain. Work will be performed in Cincinnati, Ohio (50 percent), and Orlando, Fla. (50 percent), and is expected to be completed in September 2014. Contract funds in the amount of $20,927,389 will expire at the

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

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

end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; two offers were received. This contract combines purchases for the U.S. Navy ($20,927,389; 58.15 percent); and under the Foreign Military Sales Program, the governments of Australia ($6,076,900; 16.88 percent), Turkey ($4,052,014; 11.26 percent), Pakistan ($2,386,981; 6.63 percent), Korea ($1,341,157; 3.73 percent), Bahrain ($396,093; 1.1 percent), Malaysia ($345,292; 0.96 percent), Finland ($268,630; 0.75 percent), and Spain ($196,247; 0.55 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0090).

K2 Solutions Corp.*, Southern Pines, N.C., is being awarded a $34,394,858 firm-fixed-priced contract for life cycle sustainment for the Marine Corps‟ fleet of improvised explosive device detector dogs, including kenneling and daily care, operational training for Marine handlers, logistics support, transportation, support during overseas operations, and associated materials. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $91,022,617. Work will be performed in Southern Pines, N.C. (70 percent), Twentynine Palms, Calif. (20 percent), and overseas (10 percent), and is expected to be completed by September 2012. If all options are exercised, work will be completed March 2014. Contract funds in the amount of $34,394,858 will expire at the end of the current fiscal year. This contract was competitively procured as a total small business set-aside solicitation via the Navy Electronic Commerce Online website, with two offers received in response to the solicitation. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-C-3015).

T-Solutions, Inc., Chesapeake, Va., is awarded a $30,294,986 cost-plus-fixed-fee contract for to provide continental United States, and outside continental United States, port engineering, combat systems engineering, maintenance management and port engineering support services for Navy ships on behalf of the requirements activity of Commander Naval Surface Force. The contract provided incremental funding the amount of $29,278,243. Work will be performed at multiple locations including Norfolk, Va. (36.2 percent); San Diego, Calif. (24.1 percent); Japan (16.4 percent); Mayport, Fla. (8.6 percent); Honolulu, Hawaii (7.8 percent); Bahrain (4.3 percent); and Everett, Wash., and Bremerton, Wash. (2.6 percent). Work is expected to be completed by September 27, 2012. Contract funds will expire at the end of the current fiscal year. The contract was posted on the Navy Electronic Commerce Online and Federal Business Opportunities websites as a sole source. The Naval Supply Systems Command Fleet Logistics Center, San Diego, Calif., is the contracting activity (N00244-11-C-0035).

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $22,534,505 modification to previously awarded contract (N00024-11-C-2306) for DDG 1000-class services. This contract modification provides additional class services associated with the detail design and construction of DDG 1000-class ships. Services will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design. Work will be performed in Bath, Maine, and is expected to be completed by October 2012. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Alutiiq-Mele, L.L.C.*, Anchorage, Alaska, is being awarded a $19,337,981 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-09-D-4003) to exercise option two for base operation support services at the Naval Air Weapons Station, China Lake. The work to be performed provides for all labor, materials, equipment, supervision, and transportation necessary to perform management and administration, weapons support services, supply and materials management services, facilities investment services, grounds maintenance services, janitorial services, pest control services, street sweeping services, base support vehicles and equipment services, and environmental services. The total contract amount after exercise of this option will be $56,319,319. Work will be performed in Ridgecrest, Calif., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

The Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded $15,369,782 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-09-D-1653) for renovation of Advanced Electronic School Building 3143 at Naval Base San Diego. The work to be performed provides for renovations to meet current regulations, codes and criteria for fire protection, anti-terrorism force protection, seismic energy conservation, and the American Disability/Architectural Barriers Acts. The project will seismically upgrade the building; provide asbestos and lead base paint abatement; replace deteriorated build-up roofing system with single-ply roof system; replace deteriorated floor finish; repair/replace aged built-in electrical, communication, security, alarm wirings, light fixtures with energy efficient fixtures; replace corroded fittings attached to the sprinkler system; provide seismic bracing and restraint to comply with the National Fire Protection Association; replace all plumbing fixtures with low flow fixtures; and replace deteriorated pipes for water and sewer. The task order also contains six unexercised options, which, if exercised, would increase cumulative task order value to $21,941,995. Work will be performed in San Diego, Calif., and is expected to be completed by October 2013.

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

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

Contract funds in the amount of $15,369,782 are obligated on this award and will expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Progeny Systems Corp.*, Manassas, Va., is being awarded a $14,801,175 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, Small Business Innovative Research (SBIR) phase three contract to mature, adapt, and utilize the Data Acquisition and Retrieval System developed by Progeny Systems under Naval Sea Systems Command SBIR topic N99-100, used to collect combat systems data used on Navy submarines. Work will be performed in Norfolk, Va. (17 percent); Kings Bay, Ga. (17 percent); Groton, Conn. (17 percent); Washington, D.C. (17 percent); Port Canaveral, Fla. (17 percent); and Pearl Harbor, Hawaii (15 percent). Work is expected to be completed by September 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center, Newport, R.I., is the contracting activity (N66604-11-D-0978).

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $14,632,594 cost-plus-fixed-fee task order 0052 under a previously awarded contract (M67004-09-D-0020) for operations supporting forward-in-stores, preservation, packaging, and packing, and the Afghanistan retrograde team. Work will be performed within Afghanistan and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

Wackenhut Service, Inc., Government Solutions, Palm Beach Gardens, Fla., is being awarded a $14,559,872 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operation support services at the Naval Support Activity, Kingdom of Bahrain. The work to be performed provides for, but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities investment, custodial, pest control, integrated solid waste management, grounds maintenance, wastewater, operate reverse osmosis water treatment system, and base support vehicles and equipment at the Naval Support Activity in the Kingdom of Bahrain and its seven outlying areas. The maximum dollar value, including the base period and four option years, is $71,032,613. Work will be performed in the Kingdom of Bahrain, and is expected to be completed by November 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity (N33191-11-D-0738).

L-3 Communications Corp., Greenville, Texas, is being awarded a $12,551,264 cost-plus-firm-fixed modification (P00019) for the integration of two King Air 350ER aircraft in support of the Army Constant Hawk Program. The integrated King Air 350ER aircraft provide an immediate response to urgent intelligence, surveillance, and reconnaissance requirements in combat zones. Work will be performed in Greenville, Texas, and is expected to be completed by July 2012. Contract funds will not expire at the end of the current fiscal year. This competition was competitively procured via direct solicitation. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-C-JQ93).

STARA Technologies, Inc.*, Gilbert, Ariz., is being awarded a $12,527,861 cost-plus-fixed-fee, firm-fixed-fee contract for 14 Surveillance Tower Integration Kit (STIK) systems; eight field service representatives deployed in theater for the STIK systems; 11 towers to integrate into the STIK system to create a persistent ground surveillance tower; and level three drawings. Work will be performed in Afghanistan (50 percent), Gilbert, Ariz. (30 percent), and Yuma, Ariz. (20 percent), and is expected to be completed in September 2012. Contract fund in the amount of $5,759,074 will expire at the end of the fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0218).

Neany, Inc.*, Hollywood, Md., is being awarded a $12,065,493 modification to a previously awarded cost-plus-fixed-fee contract (N68335-11-C-0261) for training of Persistent Ground Surveillance System (PGSS) instructors and operators in support of PGSS Phase III B. This modification will also include logistic and deployment support and properly qualified and experienced PGSS operators at locations outside the United States. Work will be performed in various forward deployed operating bases located in Afghanistan (90 percent); Hollywood, Md. (5 percent); and Yuma, Ariz. (5 percent). Work is expected to be completed in November 2011. Contract funds in the amount of $12,000,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $12,037,926 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) for the low rate initial production of 26 Distributed Targeting Systems

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

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

and supporting equipment/documentation for the F/A-18E/F and EA-18G aircraft. Work will be performed in Melbourne, Fla. (85 percent), and St. Louis, Mo. (15 percent), and is expected to be completed in December 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.

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $11,556,259 cost-plus-fixed-fee task order 0051 under a previously awarded contract (M67004-09-D-0020) for operations supporting the Marine Expeditionary Unit Augmentation Program. Work will be performed within Kuwait, and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

Navmar Applied Sciences Corp.*, Warminster, Pa., is being awarded a $10,304,848 order against a previously issued basic ordering agreement (N68335-10-G-0026) for a phase three, Small Business Innovation Research Project under topics N92-170, “Lasar Radar (LADAR) Identification Demonstration,” and N94-178, “Air-Deployable Expendable Multi-Parameter Environmental Probe.” This order provides for developing, testing, and evaluating advanced intelligence, surveillance and reconnaissance sensors and systems that can be integrated into existing aircraft systems to perform detection and tracking in open ocean surveillance. Work will be performed in Patuxent River, Md. (50 percent); various locations outside of the continental United States (40 percent); and Warminster, Pa. (10 percent). Work is expected to be completed in October 2013. Contract funds in the amount of $2,633,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

Raytheon System Co., McKinney, Texas, was awarded on Sept. 28 a $9,840,000 firm-fixed-price contract for 10 multispectral targeting systems in support of Navy MH-60S helicopters. The multispectral targeting system provides long-range surveillance, high-altitude target acquisition, tracking, range-finding, and laser designation for the Hellfire missile, and for all tri-service and NATO laser-guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-C-JQ34).

Neany, Inc.*, Hollywood, Md., is being awarded a $9,373,658 firm-fixed-price, cost-plus-fixed-fee contract for ground control shelters and electrical modifications in support of Persistent Ground Surveillance System (PGSS) Phase III B. This contract will include 20 PGSS ground control shelters (GSC); the level three drawings for the GSC; and electrical modifications to 20 45 Kilovolt-Ampere generators. Work will be performed in Hollywood, Md., and is expected to be completed in July 2011. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0215).

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $9,164,772 cost-plus-fixed-fee task order 0053 under a previously awarded contract (M67004-09-D-0020) for operations supporting overflow motor transport maintenance. Work will be performed within Afghanistan, and is expected to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

Ensign Bickford, Simsbury, Conn., is being awarded an $8,286,296 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK164 MOD 0 detonator assemblies. These assemblies are utilized for a variety of blasting applications and general purpose demolitions both on land and undersea. Work will be performed in Simsbury, Conn., and is expected to complete in September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded an $8,200,000 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0098) for non-recurring efforts required to provide form, fit, and function resolutions to known obsolescence issues affecting MH-60R/MH-60S aircraft. Work will be performed in Owego, N.Y., and is expected to be completed in November 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.

NAL Research Corp.*, Manassas, Va., is being awarded a $7,859,352 firm-fixed-price, indefinite-delivery/indefinite-

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

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

quantity contract for a maximum of 7,815 friendly forces tracking devices in three technology levels (advanced, intermediate, and basic); ancillary support equipment; and 182 repairs of the devices in support of the Joint Chiefs of Staff Joint Fires Division. Funds in the amount of $14,290 will be obligated at this time. Work will be performed in Manassas, Va., and is expected to be completed by September 2016. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems Unmanned Systems, San Diego, Calif., is being awarded a $7,550,000 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-10-G-0003) for software sustainment services in support of the MQ-8B vertical take-off and landing tactical unmanned air vehicle. Services to be provided include analysis of engineering change proposals; development of plans of action and milestones; laboratory facility studies and analysis; software technology insertion; configuration management and quality assurance; and development, review and update of specifications and technical documentation. Work will be performed in San Diego, Calif., and is expected to be completed in June 2012. Contract funds in the amount of $7,550,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Barnhart Balfour Beatty, Inc., San Diego, Calif., is being awarded $7,084,773 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-10-D-5407) for the design and construction of the Marine Aviation Logistics Squadron 39 warehouse at Marine Corps Base Camp Pendleton. The task order also contains one unexercised option and two planned modifications, which, if issued, would increase cumulative task order value to $18,308,263. Work will be performed in Oceanside, Calif., and is expected to be completed by January 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, Southwest, San Diego, Calif., is the contracting activity.

VSD, L.L.C.*, Virginia Beach, Va., is being awarded a $6,894,001 firm-fixed-price, cost-plus-fixed-fee contract for security training and services in support of the Iraqi patrol boat and offshore support vessel training systems located in Umm Qasr, Iraq. Services to be provided, which support the transitioning of security responsibilities from the maritime coalition forces to the Iraqi Navy, include the refurbishment, delivery, installation, testing, train the trainer course of instruction, and logistics support. Work will be performed in Virginia Beach, Va. (49.5 percent); Houma, La. (29 percent); Umm Qasr, Iraq (19 percent); and Hitchcock, Texas (2.5 percent), and is expected to be completed in June 2014. Contract funds in the amount of $6,894,001 will expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-C-0035).

AIR FORCE

General Atomics Aeronautical Systems, Inc., San Diego, Calif., is being awarded a $65,007,287 cost-plus-incentive-fee contract for the Block 30 retrofit for 31 fixed ground control stations; 43 mobile ground control stations (MGCS); 24 dual control ground control stations; one multi-aircraft control ground control station; three system integration laboratories; one multi-aircraft control system integration laboratory; 26 Predator mission aircrew training systems; three MGCS for Foreign Military Sales to the United Kingdom (2 percent); and associated spares. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038 0014).

DTS Aviation Services, Inc., Fort Worth, Texas, is being awarded an estimated $48,851,076 firm-fixed-price, time-and-materials, cost-reimbursable contract modification for the C-21A contractor logistics support extension effort. The contractor shall provide organizational and depot-level maintenance, contract field team support, and installation support for modifications at all active duty sites, including deployed locations. The contractor will also provide contractor operated and maintained base supply support and accomplish other over and above work at all Federal Aviation Administration certified parts, maintaining the parts and distributing the parts as required. The contract will be required to provide support to approximately 47 each C-21A aircraft across multiple locations in and outside the continental United States, and deployed locations. Aerospace Sustainment Directorate Contracting Section, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004 PO0550).

Northrop Grumman Integrated Systems, San Diego, Calif., is being awarded a $48,698,554 firm-fixed-price contract modification for Global Hawk Systems sustainment. ASC/WIGK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-11-C-3004 P0009).

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

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

Northrop Grumman Space & Mission Systems Corp., San Diego, Calif. (FA8650-11-D-1193 0001), Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa (FA8650-11-D-1196 0001), and Raytheon Co., Space and Airborne Systems, El Segundo, Calif. (FA8650-11-D-1197 0001), are each being awarded a $47,000,000 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for the Trinity Program, which seeks to develop a “navigation warfare sensor” that could replace traditional Global Positioning System receivers on a variety of Department of Defense platforms, resulting in a significant increase in the number of future weapon systems operating in highly challenged electromagnetic environments, having the capability to support electronic support operations as a part of planned missions. AFRL/PKSR, Wright-Patterson Air Force base, Ohio, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $24,884,028 cost-plus-fixed-fee, indefinite-delivery, requirements contract for Air Force Reserve Command Test Center engineering and generation of system modeling and simulation roadmaps; engineering studies to identify investment alternatives; generation of system roadmaps with investment strategies; technology insertion including hardware and software design, prototyping, debugging, integration and qualification; modeling and simulation analysis; and flight test support to include test strategies, test plans, test methodologies, on-site test support, quick look data analysis, system instrumentation, data collection methods, post-test data analysis, test reports, and other activities in support of flight testing. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4000 DO0183).

Alion Science and Technology Corp., Chicago, Ill., is being awarded an estimated $24,222,972 cost-plus-fixed-fee, indefinite-delivery, requirements contract to provide technical expertise to refine and extend equipment and capabilities; provide portable shelters to allow design, test, repair, and training on the improved equipment; perform gap analysis; perform engineering trade-off studies; develop prototype improvements; and conduct quality assessment. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-99-D-0301 0220).

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $22,857,886 cost-plus-fixed-fee, indefinite-delivery and requirements contract to design and conduct studies, interpret and report study results and analysis, and evaluate advanced development candidates for medical countermeasures and biological detection assays and reagents and prepare and submit regulatory documents using electronic common technical document procedures. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-318Q 0725).

International Business Machines Corp., Global Government Industry, Bethesda, Md., is being awarded a $12,171,809 firm-fixed-price and cost-reimbursement contract for Enterprise Information Services Production Environment, a cloud-like “platform as a service” information technology hosting environment used to host classified and unclassified Air Force data and software programs. ESC/HIBK, Wright-Patterson Air Force base, Ohio, is the contracting activity (HC1028-08-D-2019 6K01).

CAE USA, Inc., Tampa, Fla., is being awarded a $12,054,820 firm-fixed-price contract modification to support the KC-135 Aircrew Training System; specifically, input/output system refurbishment on nine simulators, and stab trim correction efforts on 11 simulators. ASC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-10-C-0013 PO0013).

Northrop Grumman Technical Services, Herndon, Va., is being awarded a $12,000,000 maximum firm-fixed-price, cost-plus-fixed-fee, time-and-material contract for engineering services in support of the T-38 and F-5 weapon systems. GHMKA, Hill Air Force Base, Utah, is the contracting activity (FA8223-11-R-3002).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $11,920,858 cost-plus-fixed-fee and cost-plus-award-fee contract modification to procure the first set of spares specific for focal plane assembly hardware for the Space Based Infrared System Program. It includes manufacturing, assembly, and testing spare focal plan kits into acceptance tested focal plane units. This effort also includes production of the next set of material necessary to fill a new spares kit, to include at least two new sensor chip assemblies. Infrared Space Systems Directorate, Space and Missile Systems Center, El Segundo, Calif., is the contracting activity (FA8810-08-C-0002 PO0026).

LinQuest Corp., Los Angeles, Calif., is being awarded a $10,422,652 cost-plus-award-fee contract modification to the existing Military Satellite Communications communications analysis, systems integration and engineering services contract. This action will extend the contract period of performance for six months by the authority of contract clause 52.217-09, “Option to Extend the Term of the Contract.” This extension includes continuing systems engineering and integration in

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

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

support of enhanced polar systems and advanced extremely high frequency programs. Air Force Space and Missile Systems Center, Military Satellite Communications Systems Directorate, El Segundo, Calif., is the contracting activity (FA8808-06-C-0002 PO0085).

Northrop Grumman Systems Corp., Electronics Systems Section, Linthicum Heights, Md., is being awarded an $8,973,993 cost-plus-fixed-fee contract for microscale power conversion. The objective of this program is to develop innovative radio frequency power amplifier designs that incorporate supply modulation and control enabled by novel power switch technology. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7183).

BAE Systems National Security Solutions, BAE Systems Advanced Information Technologies, Inc., Burlington, Mass., is being awarded an $8,825,492 cost-plus-fixed-fee contract modification for the Mission-Oriented Resilient Cloud (MRC) Program, which is intended to be a companion program to the existing clean-slate design of resilient, adaptive, secure hosts effort. The MRC effort is concerned with the amplifying effect of the network, seeking to turn this around and use the network as a vulnerability damper and source of resiliency. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7189).

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $7,729,043 cost-plus-fixed-fee, indefinite-delivery requirements contract to further develop influenza immunity tests for field and laboratory use, generate recombinant human monoclonal antibodies specific to influenza viruses, and to evaluate solutions for increasing the automation of hemagglutination inhibition tests. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-318Q 0732).

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $7,396,252 cost-plus-fixed-fee contract modification for third quarter calendar year 2011 F-22 depot throughput at Ogden Air Logistics Center, Utah. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 PO0092).

DEFENSE LOGISTICS AGENCY

Radant Technologies, Inc.*, Stow, Mass., was awarded a firm-fixed-price contract for a maximum $44,803,800 for various tooling assemblies and radome parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is July 30, 2015. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-11-C-0143).

AGH Industries*, Richland Hills, Texas (SPRWA1-11-D-0024); Chief Aerospace*, Kathleen, Ga. (SPRWA1-11-D-0026); LogSpec*, Layton, Utah (SPRWA1-11-D-0028); and SDV Recon*, Sunrise, Fla. (SPRWA1-11-D-0029), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $23,000,000 for various consumable and services. There are no other locations of performance. Using services are Air Force and Defense Logistics Agency. The date of performance completion is Sept. 30, 2017. The Defense Logistics Agency Aviation, Warner Robins Air Force Base, Ga., is the contracting activity.

Advanced Torque Products*, Kensington, Conn., was awarded a fixed-price with economic price adjustment contract for a maximum $19,331,492 for torque applicators. There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 28, 2016. The Defense Logistics Agency Aviation Huntsville, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-11-D-0144).

DEFENSE THREAT REDUCTION AGENCY

Virginia Polytechnic Institute & State University, Blacksburg, Va., is being awarded a $39,000,000 indefinite-delivery/indefinite-quantity contract to utilize the Comprehensive National Incident Management System. This effort will explore, develop, and incorporate methods to combine simulation-generated expectations with evidence from individual noisy and sparse sensor or surveillance information sources, increasing the classification sensitivity of a sensor/surveillance suite; and take complex system state estimates as inputs and support human mediated and/or automatic context-based system-management decision making. This effort will also use high-performance computing and modeling technologies to represent large-scale socio-technological systems; adapt newly emerging technologies and investigate new methods, when necessary, to achieve the desired level of analytical capability; and support reachback, combatant commands, local, state, and first

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

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

responders. This was a sole-source procurement. Work will be performed at Blacksburg, Va., and the ordering period is through September 2016. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-11-D-0016).

Virginia Polytechnic Institute & State University, Blacksburg, Va., is being awarded a $13,536,712 task order under an indefinite-delivery/indefinite-quantity contract to utilize the Comprehensive National Incident Management System. The objective of this research and development effort is to provide high-performance computing methods for modeling very large socio-technical, biological, and information systems. These will be in the areas of surveillance and sensing integration; simulation-based course-of-action analysis and decision support; “simfrastructure” specialization and enhancement; infectious disease assessment capability enhancement; and large-scale network efforts. Work will be performed at Blacksburg, Va., and the period of performance is through September 2014. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-11-D-0016-0001).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Lakeshore Learning Materials Co., Carson, Calif., is being awarded a not-to-exceed $12,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide early childhood classroom kits for Department of Defense Domestic Dependent Elementary and Secondary Schools (DDESS). The kits will consist of furniture or materials for first, second, and third grade classrooms in any of the 67 DDESS schools and new DDESS schools built in the continental United States, Puerto Rico, and Guantanamo Bay, Cuba. Award period of performance is from date of award to Oct. 30th, 2015. DDESS is the contracting activity (HEVAS6-11-D-0008).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

DRS Technologies RSTA, Inc., Infrared Technologies Division, Dallas, Texas, is being awarded an $11,186,684 cost-plus-fixed-fee contract. The Defense Advanced Research Projects Agency‟s Low Cost Thermal Imager-Manufacturing (LCTI-M) Program seeks to provide each warfighter with the capability to detect threats and increase visibility in all weather conditions. The program aims for very low cost, low space, weight and power and room-temperature thermal cameras with state-of-the-art performance. The goal of LCTI-M is to enable widespread use and distribution of infrared cameras in military systems for each warfighter. Work will be performed in Dallas, Texas (69 percent); Research Triangle Park, N.C. (16 percent); Boulder, Colo. (13 percent); and Durham, N.C. (2 percent). Work is expected to be completed by September 26, 2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0122).

WASHINGTON HEADQUARTERS SERVICE

Jardon and Howard Technologies, Inc., Orlando, Fla., is being awarded a $3,700,178 modification, which brings the total of all prior modifications/increments to $7,656,178, under previously awarded contract (HQ0034-10-F-2094) to provide administrative support services to the Defense Office of Hearings and Appeals. Work will be performed in Arlington, Va., Woodland Hills, Calif., and Fort Meade, Md., with an estimated completion date of Sept. 28, 2015. The bid was solicited through the Internet, with three bids received. Washington Headquarters Service is the contracting activity.

*Small business

Total value of contracts awarded this day: $ 4,124.59M

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

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

FOR RELEASE AT 5 p.m. ET

No. 838-11 September 30, 2011

CONTRACTS

DEFENSE LOGISTICS AGENCY

City Light and Power, Inc., Long Beach, Calif.* was awarded contract SP0600-11-C-8275. The award is a fixed price with prospective price redetermination contract for a maximum $492,866,723 for the assumption of ownership, operation and maintenance of electric distribution utility system and shall furnish labor, management, supervisions, permits, equipment, supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs, and upgrades to the system. Other location of performance is in Maryland. Using service is Army. The date of performance completion is April 30, 2062. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hardin County Water District No. 1, Radcliff, Ky., was awarded contract SP0600-11-C-8271. The award is a regulated tariff contract for a maximum $253,843,146 for the assumption of ownership, operation and maintenance of potable water utility system and shall furnish labor, management, supervisions, permits, equipment, supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs, and upgrades to the system. Other location of performance is Fort Knox, Kentucky. Using service is Army. The date of performance completion is Jan. 31, 2062. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Crowley Petroleum Distribution, Inc., Anchorage, Alaska was awarded contract SP0600-11-D-4004. The award is a fixed price with economic price adjustment contract for a maximum $142,696,631 for the delivery of diesel fuel, jet fuel and regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Verendrye Electric Cooperative, Inc., Velva, N.D.* was awarded contract SP0600-11-C-8274. The award is a firm fixed price with prospective price redetermination contract for a maximum $84,828,896 for the assumption of ownership, operation and maintenance of electrical distribution system and shall furnish labor, management, supervisions, permits, equipment, supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs, and upgrades to the system. Other location of performance is Minot Air Force Base, North Dakota. Using service is Air Force. The date of performance completion is January 2062. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Petro Star Inc., Anchorage, Alaska,* was awarded contract SP0600-11-D-4011. The award is a fixed price with economic price adjustment contract for a maximum $44,886,274 for the delivery of diesel fuel, jet fuel and regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

International Enterprises, Inc., Talladega, Ala., was awarded contract SPRHA4-11-D-0002. The award is a firm fixed price, indefinite delivery and indefinite quantity contract for a maximum $38,500,000 for F16 electronic module assemblies. Other location of performance is Israel. Using service is Air Force. The date of performance completion is Sept. 30, 2016. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah.

Guaranteed Returns, Holbrook, N.Y.,* was issued a modification exercising the fourth option year on the current contract SPM200-07-D-5201/P00007. The award is an indefinite quantity service type contract with a maximum $20,000,000 for pharmaceutical reverse distribution program. There are no other locations of performance. Using services are Department of Defense and Department of Veterans Affairs. The date of performance completion is Sept. 30, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Pharma Logistics, LTD, Mundelein, Ill.,* was issued a modification exercising the fourth option year on the current

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

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

contract SPM200-07-D-5205/P00008. The award is an indefinite quantity service type contract with a maximum $20,000,000 for pharmaceutical reverse distribution program. There are no other locations of performance. Using services are Department of Defense and Department of Veterans Affairs. The date of performance completion is Sept. 30, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

EXP Pharmaceutical Services Corp., Fremont, Calif.* was issued a modification exercising the fourth option year on the current contract SPM200-07-D-5206/P00007. The award is an indefinite quantity service type contract with a maximum $20,000,000 for pharmaceutical reverse distribution program. There are no other locations of performance. Using services are Department of Defense and Department of Veterans Affairs. The date of performance completion is Sept. 30, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

United Technologies Corp., East Hartford, Conn. was awarded contract SPRTA1-09-G-0001-0271. The award is a firm fixed price contract for a minimum $17,410,192 for aircraft engine parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is November 2012. Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Petro Marine Services, Inc., Anchorage, Alaska,** was awarded contract SP0600-11-D-4010. The award is a fixed price with economic price adjustment contract for a maximum $16,255,158 for the delivery of diesel fuel, jet fuel and regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Delta Western, Inc., Anchorage, Alaska was awarded contract SP0600-11-D-4005. The award is a fixed price with economic price adjustment contract for a maximum $13,692,078 for the delivery of diesel fuel, jet fuel and regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Mansfield Oil Co., Gainsville, Ga.,* was awarded contract SP0600-11-D-4008. The award is a fixed price with economic price adjustment contract for a maximum $13,146,485 for the delivery of diesel fuel, jet fuel and regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Sinclair Oil Corp., Salt Lake City, Utah* was awarded contract SP0600-11-D-0523. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for $12,867,122 for aviation turbine fuel. Other location of performance is Wyoming. Using service is Defense Logistics Agency Energy. The date of performance completion is Dec. 31, 2011. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

The Boeing Co., St. Louis, Mo. was awarded contract SP0400-01-D-9406. The award is a fixed price with economic price adjustment contract for $8,344,833 for wire modification kits. There are no other locations of performance. Using service is Air Force. The date of performance completion is October 2011. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

EDO Corp., Amityville, N.Y. was awarded contract SPRWA1-11-D-0040. The award is a firm fixed price contract for a maximum $7,742,391 for IF channelizer parts. There are no other locations of performance. Using service is Air Force. The date of performance completion is Sept. 29, 2016. The contracting activity is the Defense Logistics Agency Procurement Operations Warner Robins, Robins Air Force Base, Ga.

Petro Marine Services, Inc., Anchorage, Alaska** was issued a modification on the current contract SP0600-11-D-4010/P0001. Award is a fixed price with economic price adjustment contract for a maximum $7,416,765 for the delivery of diesel fuel, jet fuel and regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

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

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

NAVY

Raytheon Co., Tucson, Ariz., is being awarded a $143,873,774 not-to-exceed modification to previously awarded contract (N00024-07-C-5431) for Evolved Sea Sparrow Missiles, associated shipping containers, and spares. At time of award, only $15,598,848 is being obligated. This contract modification includes options which, if exercised, would bring the cumulative value of this contract modification to $177,014,319. This contract action combines purchases for the Navy (27.9 percent), and the governments of Australia (32.2 percent), Denmark (29.8 percent), Germany (4.2 percent), Norway (3.4 percent), Greece (.8 percent) and Canada (.6 percent) under the NATO Sea Sparrow Consortium, and Foreign Military Sales to Japan (1.1 percent). Work will be performed in Tucson, Ariz. (45 percent); Australia (11 percent); Andover, Mass. (10 percent); Germany (8 percent); Canada (7 percent); Netherlands (6 percent); Norway (5 percent); Spain (3 percent); Camden, Ark. (2 percent); Denmark (1 percent); Greece (1 percent); and Turkey (1 percent); and is expected to be complete by August 2014. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sunpower Corp., Richmond, Calif., is being awarded $100,268,000 for firm-fixed-price task order #0002 under a previously awarded multiple award contract (N62583-10-D-0330) for procurement of electricity produced from a renewable energy generating system at Naval Air Weapons Station, China Lake. The work to be performed provides for the provision of electric power from a renewable energy generating system that is constructed, owned, operated, and maintained by the contractor on Government property located within the Naval Air Weapons Station China Lake, Calif. The Government will procure the power using the 10 U.S.C. 2922(a) authority. Work will be performed in China Lake, Calif., and is expected to be completed by July 2032. Contract funds will not expire at the end of the current fiscal year. Twelve proposals were received for this task order. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

Hensel Phelps Construction Co., Irvine, Calif., is being awarded a $63,479,887 firm-fixed-price contract for design and construction of a Bachelor Enlisted Quarters Homeport Ashore at Naval Base San Diego. The work to be performed also provides for a multi-story parking structure. The construction site requires no demolition of buildings although some utilities and roadways may have to be relocated. The contract also contains one planned modification, which if issued would increase cumulative contract value to $75,722,887. Work will be performed in San Diego, Calif., and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-2804).

Dck/TtEC, LLC, Honolulu, Hawaii, is being awarded $62,162,548 for firm-fixed-price plus award fee task order #JU01 under a previously awarded multiple award construction contract (N62742-09-D-1172) for design and construction of a new multi-story transient wounded warrior lodging facility and separate stand-alone parking structure at the Naval Support Activity, National Naval Medical Center. The facility shall be Americans with Disabilities Act compliant and Architectural Barriers Act accessible, and include 100 suites/living spaces, offices, recreation areas, kitchenettes, community areas, and mechanical/equipment spaces. Facility shall be designed for assisted living for personnel recovering from severe physical injuries, and include spaces for rehabilitation and recovery. The facility shall be equipped with nurses call systems. Work will be performed in Bethesda, Md., and is expected to be completed by January 2014. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $49,578,210 modification to a previously awarded indefinite-delivery, requirements contract (N00019-11-D-0014) to exercise an option for logistics services and materials for organizational, intermediate, and depot level maintenance to support 273 T-34, 54 T-44 and 62 T-6 aircraft based primarily at Naval Air Station (NAS) Corpus Christi, Texas, NAS Whiting Field, Fla. and NAS Pensacola, Fla. Work will be performed in Corpus Christi, Texas (50 percent), Whiting Field, Fla. (39 percent), Pensacola, Fla. (8 percent), and various sites within the continental United States (3 percent). Work is expected to be completed in February 2012. No funds will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics Advanced Informational Systems Inc., McLeansville, N.C., is being awarded a $48,606,916 contract with cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price line items for the engineering, manufacturing and development of the Surface Mine Countermeasure Unmanned Underwater Vehicle (SMCM UUV). The SMCM UUV system will provide the fleet mine warfare commander with enhanced mine-hunting capability. The SMCM UUV system will

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

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

address the Navy's need to reliably detect and identify undersea volume and bottom mines in high-clutter environments and areas with potential for mine case burial. The SMCM UUV will also gather environmental data to provide intelligence support for other mine warfare systems. SMCM UUV system will be a part of the Littoral Combat Ship MCM mission package. This contract will also contain an option for the production of up to five low rate initial production systems. This contract includes options which, if exercised, would bring the cumulative value of the contract to $86,719,986. The contract will be initially funded with $10,119,000. Work will be performed in McLeansville, N.C. (38 percent), Quincy, Mass. (27 percent), Braintree, Mass. (16 percent), Houston, Texas (10 percent), Reston, Va. (5 percent), State College, Pa. (3 percent), and Fairfax, Va. (1 percent), and is expected to be completed by March 2016. Contract funds in the amount of $237,000 will expire at the end of the current fiscal year. This contract was competitive procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center Panama City Division, Panama City Beach, Fla., is the contracting activity (N61331-11-C-0017).

Lakeshore Toltest JV LLC, Maumee, Ohio, is being awarded a $31,262,000 firm-fixed-price contract for construction of 71 new family housing units at U.S. Naval Station, Guantanamo Bay. The work to be performed provides for site preparation, installation of utilities, construction includes structural, concrete, electrical, plumbing, roof systems, finishes, paving and all associated trades for development and new construction for Navy Family Housing. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by March 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-C-1260).

FLIR Government Systems Pittsburgh, Inc., Freeport, Pa., is being awarded a $30,058,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the clip-on night vision device, image intensified, and accessories in support of the U.S. Special Operations Command. Funds in the amount of $65,100 will be obligated at time of award. Work will be performed in Freeport, Pa., and work is expected to be completed by September 2016. Contract funds in the amount of $65,100 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN67).

URS Group Incorporated, San Antonio, Texas, is being awarded $28,907,281 for fixed-price-plus-award-fee task order #JU01 under a previously awarded multiple award construction contract (N62742-09-D-1174) for design and construction of a Bachelor Enlisted Quarters (BEQ) at the Weapons Training Battalion, Marine Corps Base Quantico. The facility includes 150 rooms (300 person spaces) in the standard military two-plus-zero room configuration with semi-private bathrooms, walk-in closets, and ceiling fans. Community and service core areas consist of a passenger/freight elevator, laundry facilities, lounges, administrative offices, housekeeping areas, and public restrooms. Work will be performed in Quantico, Va., and is expected to be completed by August 2013. Contract funds will not expire at the end of the current fiscal year. Four proposals were receive for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

EMCOR Government Services, Inc., Arlington, Va., is being awarded a $28,563,536 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option one for Regional Base Operating Support services at various government facilities in Maryland, Washington, D.C. and Virginia within a 100-mile radius of the Washington Navy Yard in Washington, D.C. The regional base operating support services including but not limited to facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow removal. The total contract amount after exercise of this option will be $56,272,438. Work will be performed at the Washington Navy Yard, Washington, D.C.; U.S. Marine Corps Barracks, Washington, D.C.; National Maritime Intelligence Center, Suitland, Md.; Fort Washington Facility, Fort Washington, Md.; Naval Research Laboratory, Washington, D.C.; Arlington Service Center, Arlington, Va.; Naval Observatory, Washington, D.C.; Naval Surface Warfare Center, Carderock, Md.; Naval Explosive Ordnance Disposal Technology Division, Stump Neck, Md.; Naval Surface Warfare Center, Indian Head, Md.; Naval Support Facility, Dahlgren, Md.; Naval Research Laboratory, Annapolis, Md.; Defense Intelligence Agency, Quantico, Va.; Walter Reed National Military Medical Center, Bethesda, Md.; and the Defense Intelligence Analysis Center, Joint Base Anacostia Bolling, Washington, D.C. Work is expected to be completed September 2012. 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.

Propper International, Inc., Mayaguez, Puerto Rico, is being awarded $25,241,597 for delivery order #0002 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite- quantity contract (M67854-11-D-3070) for U.S. Marine

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

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

Corps packs, spare/sustainment components, training materials and data reports. Work will be performed in Puerto Rico (81.5 percent) and Bozeman, Mont. (18.5 percent), and work is expected to be completed in Jan. 31, 2013. Contract funds in the amount of $25,220,607 will expire at the end of the current fiscal year. This contract resulted from an unrestricted competition. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-3070).

Eagle Industries Unlimited, Inc., Fenton, Mo., is being awarded a $24,987,743 delivery order #0002 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-11-D-3071) for U.S. Marine Corps packs, spare/sustainment components, training materials and data reports. Work will be performed in Mayaguez, Puerto Rico (52 percent) and Lares, Puerto Rico (48 percent), and work is expected to be completed in Jan. 31 2013. Contract funds in the amount of $25,008,732 will expire at the end of the current fiscal year. This contract resulted from an unrestricted competition. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-3071).

Northrop Grumman Electronic Systems, Marine Systems Division, Sunnyvale, Calif., is being awarded a $23,093,493 cost-plus-fixed-fee contract for research and development activities associated with an Advanced Hybrid Drive System prototype design, manufacture, and test. The Advanced Hybrid Drive System could bi-directionally interconnect the existing propulsion and power generation systems on surface combatants. This interconnect is created by adapting the existing main reduction gear to accept an electric rotating machine, which can operate as either a motor or generator, and electrically connecting a bi-directional power converter to the existing ship‟s service power system. Work will be performed in Sunnyvale, Calif. (38 percent), Anaheim, Calif. (33 percent), Cheswick, Pa. (28 percent), and Tallahassee, Fla. (1 percent), and is expected to be completed by April 2013. Contract funds in the amount $5,513,000 will expire at the end of the current fiscal year. This contract was competitively procured via Broad Agency Announcement with seven proposals requested. The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-11-C-4224).

URS Federal Technical Services, Germantown Md., is being awarded a $22,684,648 modification to previously awarded contract (N00024-11-C-6282) for professional support services to Team Submarine in support of towed array systems, associated component systems and hull sensor systems. Professional support services in the areas of (1) program analysis, development, control and monitoring, (2) administration, communication and human resources, (3) business, finance, and cost estimating, (4) technical and engineering support, (5) information technology, and (6) life cycle support will be provided for Team Submarine. Work will be performed in Washington, D.C., and is expected to be completed by December 2011. Contract funds in the amount of $53,900 will 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.

Chemring Ordnance Inc., Perry, Fla., is being awarded a $22,128,477 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for MK124 MOD 1 day and night marine smoke and illumination signals used in marine search and rescue. Contract funds in the amount of $54,853 will be obligated at time of award. Work will be performed in Perry, Fla., and is expected to complete by September 2016. Contract funds in the amount of $54,853 will expire at the end of the current fiscal year. This procurement was solicited via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane Ind., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $22,000,000 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) to provide non-recurring engineering in support of the F/A18E/F and EA-18G multi-year procurement. Work will be performed in St. Louis, Mo., and is expected to be completed in October 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.

FLIR Boston Systems, Inc., North Billerica, Mass., is being awarded an $18,141,400 firm-fixed-price, indefinite-delivery-indefinite-quantity contract for the clip-on night vision device, thermal, short-range, and accessories in support of the U.S. Special Operations Command. Funds in the amount of $420,920 will be obligated at time of contract award. Work will be performed in North Billerica, Mass., and is expected to be completed by September 2016. Contract funds in the amount of $420,920 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN68).

Hensel Phelps Construction, Inc., Irvine, Calif., is being awarded a $15,460,963 modification to increase the maximum dollar value of a firm-fixed-price contract for design and construction of mechanical, electrical infrastructure and

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

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

site improvements at the Marine Corps Air Ground Combat Center Twentynine Palms. The work to be performed provides for the design and construction of mechanical and electrical infrastructure for all electrical utility systems of all power, telecommunications and fiber optic cabling in all the substations (new and existing), Ocotillo switching station (B3083), central heat plant (bldg 1577), co-generation plant (bldg 1579), new co-generation plant, the existing communication buildings (1529, 1555, and 1981) and new communications building 1986. After award of this modification, the total cumulative contract value will be $139,215,847. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by February. 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-C-5018).

Barnhart Balfour Beatty, Inc., San Diego, Calif., is being awarded $13,684,138 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-10-D-5407) for design and construction of a Special Operation Forces Close Quarters Combat Training Facility at Naval Base Coronado. The task order also contains four unexercised options and one planned modification, which if issued would increase the cumulative contract value to $16,159,062. Work will be performed in La Posta, Calif., and is expected to be completed by Apr. 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, Southwest, San Diego, Calif., is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $13,000,000 modification to previously awarded contract (N00024-06-C-2303) for DDG 1000 class services. This contract modification provides additional class services associated with the detail design and construction of DDG 1000 class ships. This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design. Work will be performed in Bath, Maine, and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded a $12,400,000 firm-fixed price, indefinite delivery-indefinite-quantity contract to provide contractor logistics support (CLS) for the medium tactical vehicle replacement (MTVR). CLS includes Class IX parts, maintenance, and field service representative support. Work will be performed at all the various Marine Expeditionary Forces within the Marine Corps as well as in Afghanistan (90 percent) and various Seabees locations (10 percent), and work is expected to be completed Sept. 30, 2012. Contract funds will not expire at the end of the current fiscal year. This contract is a bridge to the original contract which was a competitive procurement. The Marine Corps Logistics Command, Albany, Ga. is the contracting activity (M67004-11-D-0013).

Oshkosh Corp., Oshkosh, Wis., is being awarded an $11,676,687 firm-fixed-pricecontract for kits which will increase thefront gross axle weight rating of an armored medium tactical vehicle replacement satisfying vehicle fleet requirements for both the Marine Corps and Navy Seabees. Work will be performed in Oshkosh, Wis., and is expected to be completed in March 2012. Contract funds in the amount of $994,675 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-0238).

Electric Boat Corp., Groton, Conn., is being awarded an $11,632,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-2104) for the procurement of onboard repair parts for SSN 784. The work will be performed in Groton, Conn. (70 percent) and Quonset Point, R.I. (30 percent), and is scheduled to be completed by August 2014. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

American Operations Corp., (AOC) Support Services LLC*, Chantilly, Va., is being awarded a $11,414,020 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-08-D-2307) to exercise option three for Base Operating Support services at the Naval Air Facility El Centro. The work to be performed provides for management, administrative services, utilities system maintenance, building and structures maintenance, heating, ventilation and air conditioning, refrigeration and compressed air equipment maintenance, transportation services, pest control services, ground electronics maintenance and services, transient aircraft services, supply services, welfare and recreation maintenance services, swimming pool operation and maintenance, combined bachelor housing, grounds maintenance, minor construction, support equipment maintenance services, and environmental services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The total contract amount after exercise of this option will be $46,769,273. Work will be performed in El Centro, Calif., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting

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

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

activity.

Harrell Contracting, Inc.*, Worthington, Ind. (N40083-11-D-2463); Mastercraft Mechanical Contractors, Inc.*, Bloomington, Ind. (N40083-11-D-2464); Graves Plumbing Co., Inc.*, Switz City, Ind. (N40083-11-D-2465); and Messmer Mechanical, Inc.*, Jasper, Ind. (N40083-11-D-2466), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for mechanical maintenance, repairs and replacement at Naval Support Activity Crane and the Glendora Test Facility. The maximum dollar value, including the base period and two option years, for all four contracts combined is $10,000,000. The work to be performed provides for maintenance, repairs and/or replacements of existing heating, ventilating, and air conditioning and plumbing systems and associated components including equipment replacement and incidental related work. Harrell Contracting, Inc. is being awarded task order #0001at $32,680 for service calls for a period of 12-months and task order #0002 at $685,100 for Building 77 gym heating ventilation and air conditioning upgrades and renovation at Naval Support Activity Crane, Crane, Ind. Work for task order #0001 will be completed by September 2012 and work for task order #0002 is expected to be completed by November 2012. All work on this contract will be performed in Crane, Ind. (95 percent) and Sullivan, Ind. (5 percent). The term of the contract is not to exceed 36 months, with an expected completion date of September 2014. Contract funds in the amount of $717,780 are obligated on this award of which $685,100 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website as a Small Business set-aside, with four proposals received. These four contractors shall compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Public Works Department, Crane, Ind. is the contracting activity.

Chemring Ordnance Inc., Perry, Fla., is being awarded a $9,624,045 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for MK140 MOD 0, MK141 MOD 0, and MK144 MOD 0 marine smoke and illumination signals. This contract will procure smoke signals used by submarines to signal distress or for the beginning, change or end of a training exercise. Work will be performed in Perry, Fla., and is expected to complete by September 2016. Contract funds will not expire at the end of the current fiscal year. This procurement was solicited via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Ind., is the contracting activity.

Insitu, Inc.,contracts,49 precent, $9,700,000 of singals of the current fiscal year. Bingen, Wash., is being awarded a $7,574,845 firm-fixed-price contract for major end items and parts to be used in the Scan Eagle Unmanned Aircraft System. The Scan Eagle UAS is used for reconnaissance, convoy escort, direct action overflights, and other missions in operational theaters. Work will be performed in Bingen, Wash., and is expected to be completed by January 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center Panama City Division, Panama City Beach, Fla., is the contracting activity (N61331-11-C-0011).

Diversified Services Contracting, Inc.*, Dunn N.C., is being awarded a $7,302,466 modification under a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0455) to exercise option two for a regional grounds maintenance services contract at various government facilities in Maryland., Washington, D.C. and Virginia, within a 100-mile radius of the Washington Navy Yard in Washington, D.C. The work to be performed provides for, but is not limited to, grounds maintenance, pest control, and snow removal. The total contract amount after exercise of this option will be $33,970,481. Work will be performed at the Washington Navy Yard, Washington, D.C.; Naval Research Laboratory, Washington D.C.; Arlington Service Center, Arlington, Va.; Marine Corps Base Quantico, Quantico, Va.; Naval Observatory, Washington, D.C.; Naval Surface Warfare Center, Carderock, Md.; Walter Reed National Military Medical Center, Bethesda, Md.; and Joint Base Anacostia Bolling, Washington, D.C., and work is expected to be completed Sepember 2012. 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.

Electric Boat Corp., Groton, Conn., is being awarded a $7,255,566 cost-plus-fixed-fee modification under previously awarded contract (N00024-03-C-2101) for the already accomplished procurement of onboard repair parts for SSN 778. This contract is for the definitization of a previously required task order. Electric Boat Corp. procured one ship set of onboard repair parts for SSN 778. Work was performed in Groton, Conn. (75 percent), Newport News, Va. (20 percent), and Quonset Point, R.I. (5 percent), and was completed in August 2008. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded $6,571,241 for fixed-price delivery order #0138 under an existing indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028). This delivery order is issued against exercised priced options for the purchase of 11 logistics vehicle system replacement production wrecker vehicles, 11 Roxtec pass through panels, 11 power distribution boxes, 11 Pioneer tool brackets, 11 slave valve caution data plates, preparation for the

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

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

installation of government furnished equipment for 11 vehicles, shipping for 11 vehicles, and applicable federal retail excise tax. Work will be performed in Oshkosh, Wis., and work is expected to be completed by Dec. 31, 2012. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Virginia, is the contracting activity.

Grace Pacific Corp., Kapolei, Hawaii, is being awarded $6,557,304 for firm-fixed-price task order HC08 under a previously awarded indefinite-delivery/indefinite-quantity construction contract (FA5215-09-D-0010) to repair the airfield south ramp, Areas 9, 10, 14, 15, 19-21, 25, 28, at Joint Base Pearl Harbor Hickam. The work to be performed provides for airfield resurfacing, which includes cold planing and saw cutting the existing asphalt concrete pavement and providing new asphalt concrete pavement, geotextile material, pavement markings, and coal tar (jet) sealer. In addition to the resurfacing work, a topographical survey and a national pollutant discharge elimination system permit shall be provided. Work will be performed on Oahu, Hawaii, and is expected to be completed by May 2012. Contract funds in the amount of $6,557,304 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

AIR FORCE

L-3 Communications Vertex Aerospace LLC of Madison, Ms. is being awarded a $138,968,513 firm fixed price contract modification to exercise FY12 options for logistics support for the T -1A aircraft at Vance, Columbus, Randolph, and Laughlin Air Force Bases and Pensacola Naval Air Station. Services included are contractor operated maintained supply, over and above, on-equipment, maintenance, data and field services representatives. This action is to exercise option period 1, Oct. 1, 2011 through Sept. 30, 2012. OC-ALC/GKSKA, Tinker Air Force Base, Okla. is the contracting activity. (FA8l06-09-C-000l PO0030)

Orion Air Group, LLC of Newport News, Va. is being awarded a $50,000,000 firm fixed price contract for the purchase of Global Express aircraft BD-700-1A10 Serial Number 9355 & 9358 and the aircraft engines currently installed on the aircraft. This aircraft has been modified to carry the Battlefield Airborne Communications Node (BACN) payload. The aircraft and engines are provided by Northrop Grumman under sub-lease for operations in support of Overseas Contingency Operations under contract FA8726-09-C-0010. This contract also provides for the operation and maintenance of the BACN payload by Northrop Grumman and for the maintenance of the leased aircraft. BACN provides an airborne communications gateway to expand connectivity between various air and ground communications systems and provides translation across various communications domains. Contract FA8726-09-C-0010 fills an urgent and compelling requirement for enhanced communications capability for Overseas Contingency Operations. Air Force Materiel Command, Electronic Systems Center, Airborne Networks Division, Hanscom Air Force Base, Mass. is the contracting activity. (FA8307-11-C-0014)

BAE Systems Information and Electronics of Nashua, N.H. is being awarded a $47,000,000 indefinite delivery/indefinite quantity cost plus fixed fee contract for the Trinity program, which seeks to develop a navigation warfare sensor that could replace traditional Global Positioning System receivers on a variety of Department of Defense platforms resulting in a significant increase in the number of future weapon systems operating in highly challenged electromagnetic environments having the capability to support Electronic Support operations as a part of planned missions. AFRL/PKSR, Wright-Patterson Air Force base, Ohio is the contracting activity. (FA8650-11-D-1192 0001)

URS Federal Support Services, Inc. of Germantown, Md. is being awarded a $39,386,000 firm fixed price contract modification to exercise option year five of the contract for Contractor Logistics Support for the RC-26B aircraft for the Air National Guard, consisting of maintenance, repair, support functions for the period of Oct. 1, 2011 through Sept. 30, 2012. Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla. is the contracting activity. (FA8106-07-C-0004 PO0146)

Raytheon Co., of McKinney, Texas is being awarded a $28,683,282 firm fixed price contract modification for procurement of 17 Multi-Spectral Targeting System (MTS) Model A Turret and 119 High Definition Electronic Units, 17 MTS Containers, 119 MTS HDEU containers and one (1) lot of shop replaceable units. ASC/WIIK, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8620-11-G-4050 0003)

Alion Science and Technology Corp., of Chicago, Ill. is being awarded an estimated $25,058,094 cost plus fixed fee, indefinite-delivery, requirements contract to conduct systems integration of weapons and weapons control systems currently in the acquisition cycle phase and beyond, in order to reduce vulnerability and improve mission success rates in defense of territory vital to the United States. ESG/PKS, Offutt Air Force Base, Neb. is the contracting activity (SP0700-99-D-0301

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

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

DO0216).

DRS ICAS, LLC Tactical Terminals of Dayton, Ohio is being awarded a $12,059,636 firm fixed price; cost plus fixed fee, cost reimbursable no fee contract to integrate the Improved Altitude Hold and Hover System (IAHHS) on the HH-60G Aircraft. The purpose of this effort is to provide non-recurring engineering, trial install kits, kit proof kit, simulator kits, engineering lab kits, production kits, initial spares, data, flight testing support, and interim contractor support (ICS) to integrate the IAHHS on the HH-60G aircraft. WR-ALC/GRUKB, Robins Air Force Base, Ga. is the contracting activit. (FA8552-11-C-0010).

Sierra Nevada Corp., of Sparks, Nev. is being awarded a $10,000,000 cost plus fixed fee contract develop a next generation Distributed Common Ground Systems (DCGS) integration backbone capability that can migrate to the Defense Intelligence Information Enterprise. This will be accomplished through investigation, development, testing, and evaluation of an enterprise architecture capable of joint, federal, and coalition interoperability in support of diverse mission and contingency operations. Deliverable items are software, hardware, and technical reports. Air Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0252).

Lockheed Martin Space Systems Corp., of Sunnyvale, Fla. is being awarded a $9,800,000 cost plus award fee contract modification for a period of performance extension for contractor sustaining engineering support for the Advanced Extremely High Frequency (AEHF) satellite program by two (2) months from Oct. 1, 2010 through Sept. 30, 2011 to Oct. 1, 2010 through Nov. 20, 2011. Support is provided for MilStar and AEHF satellite operations at Schriever Air Force Base, Colo. and Vandenberg Air Force Base, Calif. Support consists of on-orbit anomaly resolution and investigation, flight and payload software sustainment following the completion of on-orbit test, Networked AEHF System Tested Tool sustainment, mission control segment Increments 4 and 5 software maintenance, and support for mission control segment Increment 5 familiarization and development test as well as on-site technical support. Air Force Space and Missile Systems Center Military Satellite Communications Systems Directorate, El Segundo, Calif. is the contracting activity (F04701-02-C-0002 PO0519).

DOSS Aviation, Inc. of Colorado Springs, Colo. is being awarded an estimated $8,583,000 firm fixed price contract modification to provide contract logistics support for 32 Air Force Academy aircraft located at Peterson Air Force Base and an Academy auxiliary airfield; all located in Colorado. This acquisition also includes contractor provided tow aircraft and tow pilots. OC-ALC/GKSKA, Tinker Air Force Base, Okla. is the contracting activity (FA8106-07-C-0003 P00085).

Lockheed Martin Integrated Systems of Warner Robins, Ga. is being awarded an estimated $8,395,974 cost plus award fee contract modification to modify and disassemble a UH-1N aircraft and convert it to a TH-1H aircraft. The cabin is inspected to find any cracks and corrosion which are repaired as required. The outdated obsolete analog avionics package is replaced with a state of the art avionic suite and analog display gauges are replaced with multi-functional displays. The complete drive train is replaced and a new Huey II kit is installed along with overhauled/upgraded engines, overhauled/upgraded transmission, avionics package, glass cockpit as well as new crashworthy seats. WR-ALC/GRUKB, Robins Air Force Base, Ga. is the contracting activity (FA8530-08-D-0008 0021).

ITI Industries, Inc., Systems Division of Cape Canaveral, Fla. is being awarded an $8,366,746 cost plus award fee, cost reimbursable contract modification for Space Lift Range System contract support for increased depot level software maintenance specifically to meet substantial AF Space Command Range information assurance (IA) requirements. The IA depot level software maintenance support is from the effective date of the modification to Oct. 31, 2012. SMC SLG/PK, Peterson Air Force Base, Colo. is the contracting activity (F04701-0l-C-0001 PO0772).

L-3 Communications Corp., Link Simulation & Training of Arlington, Tex. is being awarded an $8,170,215 firm fixed price contract modification for the for the option III, IV, and V periods in support of the Mission Communication System (MCS) encompassing United States Air Force (USAF) unique communication systems, which allows for ground and airborne, secure and non-secure communications between aircraft and ground stations installed designated executive versions of the C-20B and VC-25A aircraft stationed at Andrews AFB, Maryland and in Europe. This contract provides engineering support for the MCS consisting of program management, systems engineering, technical support for configuration management, review of service reports, requests for technical information, preliminary engineering investigations, field technical representatives, systems integration lab support and operation, and the requirement to maintain drawings and technical data files. This contract provides for a 24-hour contact for in-flight emergencies, emergency inquiries, on-site support and operation of the test benches located at Andrews AFB including requests for software, firmware, and hardware changes including

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

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

development and test, engineering feasibility studies, analysis and investigations of Material Deficiency Reports and mishaps; and requirements for technical orders, preliminary engineering change proposals, modifications, upgrades and enhancements including design, testing, integration, kit purchases and spares. OC-ALCIGKSKB, Tinker Air Force Base, Okla. is the contracting activity (FA8106-08-C-0005 PO0065).

SRI International of Menlo Park, Calif., is being awarded a $7,491,195 cost plus fixed fee contract to be a companion program to the existing Clean-slate design of resilient, adaptive, secure hosts (CRASH) effort. CRASH takes a clean-slate approach to limiting the vulnerabilities within each host. Modular research-based composably trustworthy mission-oriented resilient clouds is concerned with the amplifying effect of the network, seeking to turn this around and use the network as a vulnerability damper and a source of resiliency. Deliverable items include prototype software, hardware and reports. Air Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0249).

Telcordia Technologies, Inc. of Piscataway, N.J., is being awarded a $7,111,956 cost plus fixed fee contract to research, develop, test, and deploy the Autonomous Collaborative Control for Resilient Cyber Defense system. The focus will be on the development of a clean slate approach to engineer cloud computing infrastructure that designs out known vulnerabilities and provides the ability to contain previously unknown attacks to recover with immunity. Deliverable items are software, hardware, and technical reports. Air Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0254).

Five Rivers Services of Colorado Springs, Colo., is being awarded a $7,022,503 firm fixed price with cost reimbursable line items contract modification to manage, operate, maintain, and logistically support the nine Air Force Space Surveillance System field stations at Red River Ark., Jordan Lake Ala., Elephant Butte N.M., Gila River Az., Lake Kickapoo Texas, Silver Lake Ms., Hawkinsville Ga., Tattnall Ga., and San Diego Calif. 21 CONS/LGCZB, Peterson Air Force Base, Colo. is the contracting activity (FA2517-09-C-8003 P00056).

Bell Contracting Inc. of Midwest City, Okla. is being awarded a $6,562,057Firm Fixed Price, Indefinite Delivery Indefinite Quantity, Delivery Order contract to provide all plant, labor, equipment, instruments, materials, transportation-and incidentals necessary to repair by replacing & widening the concrete keel full depth, install and subgrade drainage system and new pavement markings on runway 12/30 between midfields and taxiway „G‟ at Tinker Air Force Base, Okla. 72

nd Contracting Squadron, Tinker Air Force Base, Okla. is the contracting activity. (FA8101-08-D-0007 0035)

UNITED STATES TRANSPORTATION COMMAND

CAV International Inc., of Greenville, S.C., is being awarded a $14,338,464.00 fixed-price modification. This contract modification will fund option year two to provide continuing Air Terminal and Ground Handling Services on behalf of the Air Mobility Command in support of the Department of Defense airlift system at Kuwait International Airport/Abdullah Al Mubarak Airbase, Kuwait and will be completed September 2012. Contract funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-C-S002).

American Auto Logistics, LP of Park Ridge, N.J., is receiving a $13,063,478 increase to its firm fixed price award for transportation and storage services of privately owned vehicles. Work will be performed at multiple continental United States and outside of continental United States locations and is expected to be completed Oct. 31, 2011. Contract funds will not expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (DAMT01-03-D-0184).

Science Applications International Corp., of McLean, Va., has been awarded a $9,573,148 Cost Plus Award Fee task order modification for Option Period Two for AT21 Business Process Management services in support of USTRANSCOM. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2012. Contract funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HC1028-08-D-2025-6S01/14).

Webster Data Communication, Inc., of Fairfax, Va., has been awarded a $9,166,827 Firm Fixed Price and Labor Hour task order modification in order to fund the base period of performance for corporate services support. Work will be performed at Scott Air Force Base, Ill. and DISA Defense Enterprise Computing Center St. Louis, Mo., and is expected to be completed 30 September 2012. Task order funds will expire at the end of the current fiscal year. Nineteen prospective

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

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

contractors were solicited and three offers were received in response to the solicitation. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-F-D051/P00001).

IBM Corp., of Fairfax, Va., has been awarded a $9,675,750 labor hour task order modification for Option Period Three for Distribution Portfolio Management services in support of the U.S. Transportation Command directorate of Command, Control, Communications and Computer Systems. Work will be performed at Scott Air Force Base, Ill. and is expected to be completed 30 September 2012. Contract funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-07-0011-0002/08).

Systems Research and Applications Corp., (SRA), of Fairfax, Va., has been awarded a $9,332,165 labor-hour task order modification for Option Year Three for enterprise support services. Work will be performed at Scott Air Force Base, Ill., and SRA facilities in O‟Fallon, Ill., Fairfax, Va., and Alexandria, Va., and is expected to be completed Sept. 30, 2012. Task order funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-09-F-0005/P00018).

Paragon Technology Group of Vienna, Va., has been awarded a $12,786,732 labor hour task order modification for Option Period Three for Program Management Office support services in support of the U.S. Transportation Command Program Management Office. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2012. Contract funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HC1028-08-F-2812/P00037).

Preferred Systems Solutions, Inc., of Vienna, Va., has been awarded an $8,547,591 Firm Fixed Priced task order modification for Option Year Four for Systems Response Center Call Center support. Work will be performed at PSS facilities in Fairview Heights, Ill. and Vienna, Va., and is expected to be completed Sept. 30, 2012. Contract funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-08-F-0031/P00015).

Kalitta Charters, LLC, of Ypsilanti, Mich., of Washington, D.C., is being awarded a $12,648,598.95 delivery order to fund Option Year One of a fixed-price indefinite delivery/indefinite quantity contract for the air transportation of human remains. Missions will normally originate from Dover Air Force Base, Del., but in some instances may originate from other locations. Flight coverage includes the continental United States, Alaska, Canada, Mexico, Puerto Rico, Jamaica, U.S. Virgin Islands, and other North American countries agreed upon and is expected to be completed Sept. 30, 2010, Contract funds will expired at the end of the current fiscal year. The contract resulted from a 100% Small Business Set Aside acquisition with four proposals received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-D-R004, Delivery Order 0002.)

Missile Defense Agency Contract ACTION Award

The Missile Defense Agency is announcing the award of a sole-source cost-plus-fixed-fee contract to ATK Launch Systems Inc., Magna, Utah, under contract number HQ0147-11-C-0100. The total value of the base award is $8,264,790. The total value of the contract, if all options are exercised, is $43,295,196.00. The contractor will perform rocket motor technical services to include the processing, shipping, storage, operation and disposal of propulsion assets and components. This includes support of safe handling and aging and surveillance as required to ensure flight worthiness and continued safe storage of government furnished property. The work will be performed in Magna, Utah. The performance period for the base year is from Sept. 30, 2011 through Sept. 29, 2012. Four 1 year options are included which, if exercised, will be effective from Sept. 30 through Sept. 29 during each of the following years through calendar year 2016. Fiscal year 2011 research, development, test and evaluation funds will be used to incrementally fund this initial effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. One proposal was solicited and one proposal was received.The MDA, Redstone Arsenal, Alabama, is the contracting activity.

*Small Business **Woman Owned Small Disadvantaged Business

Total value of contracts awarded this day: $ 2,635.87M