31.12.2014 Views

All DoD Contracts Awarded - AeroWeb

All DoD Contracts Awarded - AeroWeb

All DoD Contracts Awarded - AeroWeb

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong><br />

September 2011 | By Barr Group Aerospace<br />

Free Aerospace Market data | <strong>All</strong> Data Created by Experienced Aerospace Economists | www.bga-aeroweb.com<br />

Visit us at: www.BGA-<strong>AeroWeb</strong>.com or www.BarrGroupAerospace.com


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 754-11<br />

September 01, 2011<br />

CONTRACTS<br />

AIR FORCE<br />

Boeing Satellite Systems, Inc. of El Segundo, Calif. is being awarded a $1,099,800,000 firm fixed price contract<br />

modification to allow production of Satellite Vehicle 7 as well as advance procurement for Satellite Vehicle 8 and option to<br />

produce, process, and launch and activate on-orbit Satellite Vehicles 9. The contracting activity is SMC/PKJW, El Segundo,<br />

Calif. (FA8808-10-C-0001/P00006).<br />

Millennium Engineering and Integration Company, Satellite Beach, Fla., is being awarded $29,151,404 cost plus<br />

fixed fee, firm fixed priced, and cost reimbursable contract for operational field support and safety technical analysis services<br />

that covers launch operations on the Eastern Range. The contracting activity is 45 CONS/LGCZR, Patrick Air Force Base,<br />

Calif. (FA2521-11-C-0026).<br />

NAVY<br />

Electric Boat Corp., Groton, Conn., is being awarded a $23,068,954 cost-plus-fixed-fee order under previously<br />

awarded basic ordering agreement (N00024-10-G-4304) to support submarine repair work at Norfolk Naval Shipyard during<br />

ongoing availabilities. This contract is for uniquely skilled tradesmen support to two chief of naval operations submarine<br />

maintenance availabilities scheduled. Ships scheduled to undergo repairs include USS Newport News (SSN 750) and USS<br />

West Virginia (SSBN 736). Work will be performed in Norfolk, Va., and is scheduled to be completed by September 2012.<br />

Contract funds in the amount of $23,068,954 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding,<br />

Conversion and Repair, Groton, Conn., is the contracting activity.<br />

Bulltrack-Watts, (joint venture)*, Marysville, Calif., is being awarded for $16,875,681firm-fixed-price task order #0004<br />

under a previously awarded multiple award construction contract (N40192-10-D-2801) for construction of a new combined<br />

support maintenance shop at the Guam Army National Guard Barrigada Complex. The work to be performed provides for<br />

construction of a pre-engineered metal building with cast tilt-up concrete panels and masonry block interior partitions. The<br />

building will consist of a specially designed maintenance facility, maintenance work bays, plus administrative, personnel, and<br />

work areas. Work will be performed in Barrigada, Guam, and is expected to be completed by April 2013. Contract funds will<br />

not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities<br />

Engineering Command, Marianas, Guam, is the contracting activity.<br />

Northrop Grumman Systems Corporation, McLean, Va., is being awarded an $8,322,248 indefinitedelivery/indefinite-quantity<br />

contract, with cost-plus-fixed-fee and firm-fixed-price provisions, for the deployment,<br />

enhancement, and operation and maintenance services in support of the Naval Criminal Investigative Service Law<br />

Enforcement Information Exchange System. This contract contains three, one-year options, which if exercised, will bring the<br />

contract value to $32,956,961. Work will be performed in McLean, Va. and at other locations to be determined, and work is<br />

expected to be completed Sept. 30, 2012. Contract funds will not expire at the end of the current fiscal year. Funding will be<br />

obligated at the individual task order level. This contract was competitively procured via Navy Electronic Commerce Online<br />

website, with two offers received. The NAVSUP Fleet Logistics Support Center Norfolk Contracting Department, Philadelphia<br />

Office, is the contracting activity (N00189-11-D-Z041).<br />

DEFENSE HUMAN RESOURCES ACTIVITY<br />

Exhibit Arts, LLC, of Wichita, Kan., is being awarded a $14,156,545 firm-fixed price contract for Marketing,<br />

Advertising, and Fulfillment Services in support of the Employer Support of the Guard and Reserve and Yellow Ribbon<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Program. Work will be performed at Wichita, Kansas, and is expected to be completed in April 2014. Contract funds will<br />

expire at the end of the current fiscal year. This requirement was solicited on the Federal Business Opportunities website<br />

under full and open competition. Nine bids were received. The contracting activity is the Defense Human Resources Activity<br />

(DHRA) Procurement Support Office (PSO), Alexandria, Virginia. The contract number for this requirement is: H98210-11-C-<br />

0033.<br />

*Small Business<br />

Total value of contracts awarded this day: $ 1,191.38M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 759-11<br />

September 02, 2011<br />

CONTRACTS<br />

AIR FORCE<br />

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $49,853,499 cost-plus-fixed-fee, indefinitedelivery<br />

requirements contract to identify emerging sensor capabilities, and assess new or innovative sensor concepts that<br />

could be utilized to satisfy emerging or existing requirements; utilize analyses, trade studies, and simulations to determine<br />

the best potential sensor solutions to satisfy particular operational requirements, and provide that information to acquisition<br />

decision makers; design, develop, and prototype new sensor concepts in order to evaluate their effectiveness and determine<br />

suitability for transition to fielded systems; provide technology assessments that quantify the readiness of particular sensor<br />

technologies for use by Army forces; perform testing and user evaluations in order to determine the performance of various<br />

sensor systems, often against vendor performance claims, and develop recommendations regarding initial or continued use;<br />

utilize subject matter expertise to provide technical guidance, assistance, and evaluations relative to specific sensor<br />

technology areas; disseminate information regarding sensor technology from other Department of Defense (<strong>DoD</strong>) and non-<br />

<strong>DoD</strong> sources, and conduct training for rapid equipping force and other government personnel regarding employment of those<br />

sensor technologies; and analyze existing and developing threat capabilities to determine future sensor requirements, and<br />

provide recommendations on how to address those threats. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity<br />

(HC1047-05-D-4000 0187).<br />

MacAulay-Brown, Inc., Dayton, Ohio, is being awarded a $25,969,228 firm-fixed-price delivery order with estimated<br />

cost line items under General Services Administration multiple-award, indefinite-delivery/indefinite-quantity alliant<br />

government-wide acquisition contract for information technology and intelligence services. Specialized Contracting, HQ<br />

AFSOC/A7KQ, Hurlburt Field, Fla., is the contracting activity (GSOOQ09BGD0040 Delivery Order: FA0021-11-F-0005).<br />

Dyron Murphy Architects, Albuquerque, N.M., is being awarded a maximum $25,000,000 indefinite-delivery/indefinitequantity<br />

contract for construction services, simplified acquisition base engineering requirements at Cannon Air Force Base,<br />

N.M. The 27th Special Operations Contracting Squadron/BFLT, Cannon Air Force Base, N.M., is the contracting activity<br />

(FA4855-11-D-0003).<br />

Booz <strong>All</strong>en Hamilton, Inc., Herndon, Va., is being awarded a $14,863,384 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract for research and development in order to complete and deliver the Stakeholder Analysis and Strategic<br />

Communication Plan, Capabilities Based Assessment Report, and the Stakeholder Engagement Strategy Report to form a<br />

baseline for Air Force intelligence, surveillance, and surveillance analytic mission needs organized by key operational<br />

mission. The training-mission requirements assessment shall identify training gaps, as well as provide a strategic flight plan<br />

to improve intelligence analysis training to meet current and emergent training requirements to improve aircrew and ground<br />

forces survivability through improved analytical products. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity<br />

(SP0700-03-D-1380 0434).<br />

Schafer Corp., Chelmsford, Mass., is being awarded an $8,156,018 cost-plus-fixed-fee contract modification for<br />

particle analysis services, non-personal services for the processing and analyzing of particle samples, for the purpose of<br />

nuclear test ban treaty verification for the Air Force Technical Applications Center in support of the U.S. Atomic Energy<br />

Detection System. This action is the exercise of the first contract option period. AF ISR Agency/A7KRB, Patrick Air Force<br />

Base, Fla., is the contracting activity (FA7022-11-C-0009 0004).<br />

Booz <strong>All</strong>en Hamilton, Inc., Herndon, Va., is being awarded a $6,784,337 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract for research and development in order to complete and deliver survivability and vulnerability reports<br />

including Weapons Materials Research Directorate Technology Information Report, Systems Integration Analysis and<br />

Scientific and Technology Roadmap for Warfighter Enterprise, and Experimental Tests and Test Planning and Reports.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

These deliverables provide assessments of emerging technology needed to defeat specific threats such as improvised<br />

explosive devices and rocket propelled grenades. ESG/PKS, Offutt Air Force Base, Neb.. is the contracting activity (SP0700-<br />

03-D-1380 0425).<br />

NAVY<br />

TCOM, L.P., Columbia, Md., is being awarded a $38,614,787 firm-fixed-price contract for the procurement of 15<br />

TCOM 22M+ aerostats, tether-up spares, line replaceable units, component kits, and field service representative services in<br />

support of Persistent Ground Surveillance Systems being fielded by the Army. Work will be performed in Elizabeth City, N.C.<br />

(90 percent); Columbia, Md. (9 percent); and Afghanistan (1 percent), and is expected to be completed in September 2014.<br />

Contract funds in the amount of $402,351 will expire at the end of the current fiscal year. This contract was not competitively<br />

procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity<br />

(N68335-11-C-0220).<br />

Raytheon, Integrated Defense Systems, Portsmouth, R.I., is being awarded an $8,796,601 modification under<br />

previously awarded contract (N00024-10-C-6307) to fabricate, assemble, test and deliver five Airborne Mine Neutralization<br />

System (AMNS) low rate initial production systems. The AMNS will explosively neutralize bottom and moored mines using an<br />

expendable mine neutralize device. The system will be deployed from the MH-60 helicopter as part of the littoral combat ship<br />

mine countermeasures mission module. Work will be performed in Portsmouth, R.I., and is expected to be completed August<br />

2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington<br />

D.C., is the contracting activity.<br />

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY<br />

Ball Aerospace Corp., Boulder, Colo., is being awarded a $36,928,217 cost-plus-fixed-fee contract (HR0011-10-C-<br />

0157). The work is for the Moire Program, which seeks to provide persistent, real-time, tactical video, and missile launch<br />

detection and tracking to the war fighter through the development of diffractive membrane optics may facilitate low-cost<br />

geosynchronous imaging. Work will be performed in Broomfield, Colo. (73.2 percent); Livermore, Calif. (7.2 percent); Goleta,<br />

Calif. (17.2 percent); and Huntsville, Ala. (2.4 percent). Work is expected to be completed by Feb. 10, 2013. The Defense<br />

Advanced Research Projects Agency is the contracting activity.<br />

SiOnyx, Inc., Beverly, Mass., is being awarded a $6,952,551 cost-plus-fixed-fee contract (HR0011-10-C-0080). The<br />

work is for the Portable Photovoltaic Device Program, which seeks to develop technologies that reduce the mass and cost of<br />

portable photovoltaic devices while supporting high power conversion efficiency. Work will be performed in Beverly, Mass.<br />

(75 percent); Newark, Del. (20 percent); and Cambridge, Mass. (5 percent). Work is expected to be completed by March 10,<br />

2013. The Defense Advanced Research Projects Agency is the contracting activity.<br />

DEFENSE LOGISTICS AGENCY<br />

Carter Industries, Inc.*, Olive Hill, Ky., was awarded a firm-fixed-price contract for a maximum $12,199,680 for flyer‟s<br />

coveralls. There are no other locations of performance. Using services are Navy and Air Force. The date of performance<br />

completion is Feb. 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity<br />

(SPM1C1-11-D-1067).<br />

*Small business<br />

Total value of contracts awarded this day: $ 234.11M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 762-11<br />

September 06, 2011<br />

CONTRACTS<br />

DEFENSE LOGISTICS AGENCY<br />

SupplyCore, Inc.*, Rockford, Ill., was issued a nine-month bridge contract on the current contract SPM500-11-D-<br />

BP04/P00026. Award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $45,000,000 for<br />

maintenance, repair, and operations supplies, and related services for the U.S. Central Command region. There are no other<br />

locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The date of<br />

performance completion is May 31, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting<br />

activity.<br />

NAVY<br />

Oldenburg Group, Inc.*, Kingsford, Mich., is being awarded a $25,376,459 firm-fixed price, cost-plus-fixed-fee,<br />

indefinite-delivery/indefinite-quantity contract for manufacturing and installation support of slewing boat davits for LSD 41 and<br />

LSD 49 class Navy ships. Work will be performed in Kingsford, Mich. (93.4 percent); Norfolk, Va. (5.1 percent); San Diego,<br />

Calif. (1 percent); and Sasebo, Japan (0.5 percent). Work is expected to be completed by September 2016. Contract funds<br />

will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with four offers received. The Naval Surface Warfare Center, Carderock Division, Philadelphia,<br />

Pa., is the contracting activity (N65540-11-D-0010).<br />

Teras BBC Ocean Navigation Enterprises Houston, L.L.C., Bellaire, Texas, is being awarded a one-year $11,037,080<br />

firm-fixed-price contract for the charter of one U.S.-flagged, self-sustaining, non-cellular dry cargo ship. The ship will be<br />

employed in worldwide cargo delivery to support the Department of Defense. Most work will be to support re-supply<br />

operations between the United States and the Arabian Gulf. This contract includes three 12-month option periods and one<br />

11-month option period, which, if exercised, would bring the cumulative firm-fixed value of this contract to $47,281,490. Work<br />

will be performed at sea worldwide, and is expected to be completed February 2013. If all option periods are exercised, the<br />

completion date will be by January 2017. Contract funds are subject to availability of fiscal 2012 funding, and funds will expire<br />

at the end of that fiscal year. This contract was competitively procured via solicitation on Military Sealift Command, Navy<br />

Electronic Commerce Online, and Federal Business Opportunities web pages, with more than 50 companies solicited and<br />

seven offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-5500).<br />

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $9,400,000 not-toexceed<br />

modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0010) for Group A and Group<br />

B flight test instrumentation (FTI) for F-35 Joint Strike Fighter low rate initial production, lot four, aircraft for the Netherlands,<br />

including installation of Group A FTI. Work will be performed in Fort Worth, Texas (75 percent), and El Segundo, Calif. (25<br />

percent), and is expected to be completed in February 2013. Contract funds will not expire at the end of the current fiscal<br />

year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

Stanley Consultants, Inc., Muscatine, Iowa, is being awarded a maximum $7,500,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

architect-engineering contract for complete architect and engineering services in the Naval<br />

Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). Task order 0001 is being awarded at<br />

$70,516 for replacement of boilers and water conservation at Building 1281 at Naval Air Station Corpus Christi, Texas. Work<br />

for this task order is expected to be completed by February 2012. <strong>All</strong> work will be performed at various Navy and Marine<br />

Corps facilities and other government facilities within the NAVFAC Southeast AOR including, but not limited to, Texas; and is<br />

expected to be completed by September 2016. Contract funds in the amount of $70,516 are obligated on this award and will<br />

expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce<br />

Online website, with 10 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

contracting activity (N69450-11-D-0073).<br />

Raytheon Technical Services Co., L.L.C., Indianapolis, Ind., is being awarded a $7,360,560 firm-fixed-price delivery<br />

order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 36 LAU-116B/A<br />

launchers in support of FA-18 E/F and EA-18G aircraft. Work will be performed in Indianapolis, Ind., and is expected to be<br />

completed in December 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity.<br />

AIR FORCE<br />

ITT Systems Corp., Colorado Springs, Colo., is being awarded a $19,082,151 cost-plus-incentive-fee contract<br />

modification to provide system engineering integration and sustainment of ground-based missile warning, missile defense,<br />

and space surveillance sensors. ESC/HSIK, Peterson Air Force Base, Colo., is the contracting activity (F19628-02-C-0010,<br />

PO 0317).<br />

DEFENSE FINANCE AND ACCOUNTING SERVICE<br />

Bank of America, N.A., Military Bank-Overseas Division, San Antonio, Texas, was awarded fiscal 2012 option of<br />

$7,000,000 as part of contract MDA210-02-D-0003-0011 ($55,464,050) to provide full banking services that are comparable,<br />

in scope and cost, to those available in the continental United States to authorized individuals that include active duty U.S.<br />

military personnel; <strong>DoD</strong> civilian employees who are U.S. citizens; U.S. citizens who are employees of all other U.S.<br />

government departments, agencies, private organizations and non-appropriated fund instrumentalities carrying on functions<br />

on a <strong>DoD</strong> installation overseas; as well as authorized family members of such military and civilian employees. The program<br />

management office is in San Antonio, Texas; however, the majority of the work is performed on U.S. military facilities in<br />

Germany, the Netherlands, the United Kingdom, Italy, Korea, Diego Garcia, Honduras, Cuba, Japan, Okinawa, and the<br />

Kwajalein Atoll. Under this option, work will be performed from Oct. 1, 2011 through Sept. 30, 2012. The DFAS Contract<br />

Services Directorate, Columbus, Ohio, is the contracting activity (MDA210-02-D-0003-0011).<br />

*Small business<br />

Total value of contracts awarded this day: $ 131.76M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 766-11<br />

September 07, 2011<br />

CONTRACTS<br />

ARMY<br />

The Boeing Co., St. Louis, Mo., was awarded an $181,663,400 cost-plus-fixed-fee contract. The award will provide<br />

for system engineering support and field service representatives for the Early-Infantry Brigade Combat Team low rate initial<br />

production. Work will be performed in St. Louis, Mo.; Bedford, Mass.; Bloomington, Minn.; and Vienna, Va., with an estimated<br />

completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command,<br />

Warren, Mich., is the contracting activity (W56HZV-09-C-0452).<br />

<strong>All</strong>iance Building Group and T.A. Loving Co., J.V., Charlotte, N.C. (W91247-11-D-0018); Alutiiq Manufacturing<br />

Contractors, L.L.C., Huntsville, Ala. (W91247-11-D-0024); Chavis, Inc., North Maxton, N.C. (W91247-11-D-0020); Contract &<br />

Purchasing Solutions, Inc., Lake Park, Ga. (W91247-11-D-0019); Diversified Mechanical, Ltd., Durham, N.C. (W91247-11-D-<br />

0021); FutureNet Group, Inc., Detroit, Mich. (W91247-11-D-0022); and OTAK Group, Inc., Yulee, Fla. (W91247-11-D-0023),<br />

were awarded a $100,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order contract. The<br />

award will provide for the maintenance, repair and minor construction projects at various installations in North Carolina. Work<br />

location will be determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited<br />

through the Internet, with 55 bids received. The Mission Contracting Office, Fort Bragg, N.C., is the contracting activity.<br />

Odyssey-TCI, J.V., L.L.C., Alpharetta, Ga., was awarded a $100,000,000 firm-fixed-price, cost-reimbursable contract.<br />

The award will provide for the full range of non-personal financial and acquisition related services in support of the National<br />

Guard. Work location will be determined with each task order, with an estimated completion date of July 6, 2016. The bid was<br />

solicited through the Internet, with 15 bids received. The National Guard Bureau, Lansing, Mich., is the contracting activity<br />

(W912JB-11-D-4019).<br />

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a $68,961,778 cost-plus-incentive-fee<br />

contract. The award will provide for the acquisition of universal ground control stations and universal ground data terminals.<br />

Work will be performed in Poway, Calif., with an estimated completion date of July 31, 2013. One bid was solicited, with one<br />

bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-<br />

0151).<br />

Northrop Grumman Space & Missions Systems, Fairfax, Va., was awarded a $49,203,487 cost-plus-fixed-fee<br />

contract. The award will provide for the increased operations and additional certified technical services teams in Afghanistan.<br />

Work will be performed in Afghanistan, with an estimated completion date of Feb. 14, 2012. One bid was solicited, with one<br />

bid received. The U.S. Army Contracting Center, Huntsville, Ala., is the contracting activity (W9113M-07-D-0007).<br />

PAR Government Systems Corp., Rome, N.Y., was awarded a $42,500,000 firm-fixed-price, cost-plus-fixed-fee<br />

contract. The award will provide for the full-motion video, geospatial information systems, and surveillance and<br />

reconnaissance services. Work will be performed in Rome, N.Y., with an estimated completion date of Aug. 31, 2016. One<br />

bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity<br />

(W911QY-11-D-0014).<br />

WATTS/WEBCOR, J.V., Honolulu, Hawaii, was awarded a $34,801,408 firm-fixed-price contract. The award will<br />

provide for the construction of a satellite communications operations center, an administration support center, and a repair<br />

and utilities building. Work will be performed in Camp Roberts, Calif., with an estimated completion date of Sept. 10, 2013.<br />

The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Sacramento, Calif.,<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

is the contracting activity (W91238-11-C-0010).<br />

Forte-Fusco, J.V., St. Louis, Mo., was awarded a $33,880,000 firm-fixed-price contract. The award will provide for the<br />

design and construction of the armed forces training building, the unheated storage building, and the vehicle maintenance<br />

shop in Danbury, Conn. Work will be performed in Danbury, Conn., with an estimated completion date of July 31, 2013. The<br />

bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineering, Louisville, Ky., is the<br />

contracting activity (W912QR-11-C-0037).<br />

SUMO-NAN, L.L.C., Honolulu, Hawaii, was awarded a $28,024,553 firm-fixed-price contract. The award will provide<br />

for the construction of an unaccompanied enlisted personnel barracks at Helemano Military Reservation, Oahu, Hawaii. Work<br />

will be performed in Helemano Military Reservation, Oahu, Hawaii, with an estimated completion date of Oct. 1, 2013. The<br />

bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Honolulu, Hawaii, is the<br />

contracting activity (W9128A-11-C-0014).<br />

Walsh Construction Co., Chicago, Ill., was awarded a $27,588,000 firm-fixed-price contract. The award will provide<br />

for the construction of a new chiller plant upgrade at Fort Meade, Md. Work will be performed in Fort Meade, Md., with an<br />

estimated completion date of Aug. 30, 2013. The bid was solicited through the Internet, with 12 bids received. The U.S. Army<br />

Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-C-0034).<br />

Tetra Tech EC, Inc., Morris Plains, N.J. (W912DQ-11-D-3011); The Louis Berger Group, Inc., Morristown, N.J.<br />

(W912DQ-11-D-3009); HDR/OBG, J.V., Kansas City, Mo. (W912DQ-11-D-3007); Ecology & Environment, Inc., Lancaster,<br />

N.Y. (W912DQ-11-D-3006); CH2M Hill, Inc., Philadelphia, Pa. (W912DQ-11-D-3005); CDM Federal Program Corp., Kansas<br />

City, Mo. (W912DQ-11-D-3004); and Aecom Technical Services, Inc., Los Angeles, Calif. (W912DQ-11-D-3003), were<br />

awarded a $21,428,572 firm-fixed-price multiple-award-task-order contract. The award will provide for the engineering<br />

services conducted at a variety of hazardous, toxic, and radioactive waste environmental sites. Work location will be<br />

determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited through the<br />

Internet, with 11 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.<br />

Yerba Buena Engineering and Construction, Inc., San Francisco, Calif. (W912JV-11-D-0008); Performance Systems,<br />

Inc., Fruitland, Idaho (W912JV-11-D-0007); J.I. Garcia Construction, Inc., Fresno, Calif. (W912JV-11-D-0005); Ahtna<br />

Engineering Services, L.L.C., Anchorage, Alaska (W912JV-11-D-0004); S & B James Construction Management, White City,<br />

Ore. (W912JV-11-D-0003); C-2 Construction, Mountain Home, Idaho (W912JV-11-D-0002); and Bogatay Construction,<br />

Klamath Falls, Ore. (W912JV-11-D-0001), were awarded a $20,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity<br />

multiple-award-task-order contract. The award will provide for the sustainment, repair and maintenance construction services<br />

of various sizes and value for the Kinsley Field Air National Guard Base, Klamath Falls, Ore. Work location will be<br />

determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited through the<br />

Internet, with 29 bids received. The National Guard Bureau, Salem, Ore., is the contracting activity.<br />

Tidewater, Inc., Columbia, Md. was awarded a $20,000,000 firm-fixed-price contract. The award will provide for the<br />

remediation and environmental consulting services. Work will be determined with each task order, with an estimated<br />

completion date of July 14, 2014. The bid was solicited through the Internet, with 21 bids received. The U.S. Army Corps of<br />

Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-D-0060).<br />

Contrack International, Inc., McLean, Va., was awarded a $17,083,117 firm-fixed-price contract. The award will<br />

provide for the construction of facilities for the 207th Corps, Afghan National Army, in Herat province, Afghanistan. Work will<br />

be performed in Kandahar province, Afghanistan, with an estimated completion date of April 29, 2013. The bid was solicited<br />

through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Kandahar, Afghanistan, is the contracting<br />

activity (W5J9LE-11-C-0049).<br />

GARCO Construction, Spokane, Wash., was awarded a $16,479,600 firm-fixed-price contract. The award will provide<br />

for the services to replace JP-8 fuel storage tanks at Mountain Home Air Force Base, Idaho. Work will be performed in<br />

Elmore, Idaho, with an estimated completion date of March 18, 2014. The bid was solicited through the Internet, with six bids<br />

received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-C-0013).<br />

AeroVironment, Inc., Monrovia, Calif., was awarded a $15,909,962 cost-plus-fixed-fee contract. The award will<br />

provide for the modification of an existing contract to provide logistical support for the small unmanned aircraft system. Work<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

will be performed in Simi Valley, Calif., with an estimated completion date of Oct. 31, 2013. One bid was solicited, with one<br />

bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-<br />

0338).<br />

Jorge Scientific, Arlington, Va., was awarded a $15,584,893 cost-plus-fixed-fee contract. The award will provide for<br />

the counterinsurgency advisory and assistance team services throughout Afghanistan. Work will be performed in<br />

Afghanistan, with an estimated completion date of March 14, 2012. One bid was solicited, with one bid received. The U.S.<br />

Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-11-C-0007).<br />

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $15,276,943 firm-fixed-price contract. The<br />

award will provide for the modification of an existing contract to procure AH-64D Apache modernized target acquisition<br />

designation sight/pilot‟s night vision sensor visible near infrared sight for the kingdom of Saudi Arabia. Work will be performed<br />

in Orlando, Fla., with an estimated completion date of Nov. 30, 2013. One bid was solicited, with one bid received. The U.S.<br />

Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0169).<br />

MD Helicopters, Inc., Mesa, Ariz., was awarded a $14,237,169 firm-fixed-price contract. The award will provide for the<br />

modification of an existing contract to provide logistics support for operations of rotary wing primary training aircraft and flight<br />

training devices for the Afghan Air Force. Work will be performed in Shindand, Afghanistan, with an estimated completion<br />

date of March 31, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone<br />

Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0070).<br />

UCC-HBC, Mesa, Ariz., was awarded a $13,282,176 firm-fixed-price contract. The award will provide for the<br />

construction building for the Department of Emergency Services and Police. Work will be performed in White Sands, N.M.,<br />

with an estimated completion date of Dec. 12, 2012. The bid was solicited through the Internet, with 17 bids received. The<br />

U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0056).<br />

STG, Reston, Va., was awarded an $11,925,857 cost-plus-fixed-fee contract. The award will provide for the<br />

information technology support services required for operational test, data collection, and experimentation mission support.<br />

Work will be performed in Aberdeen Proving Ground, Md.; Fort Hood, Texas; and Fort Bragg, N.C., with an estimated<br />

completion date of Aug. 31, 2014. Seventeen bids were solicited, with two bids received. The U.S. Army Test and Evaluation<br />

Command, Mission Support Contracting Activity, Fort Hood, Texas, is the contracting activity (W91QUZ-06-D-0015).<br />

BCI Construction USA, Inc., Belleville, Ill., was awarded a $10,000,000 firm-fixed-price contract. The award will<br />

provide for the maintenance services to the U.S. Army Corps of Engineers. Work location will be determined with each task<br />

order, with an estimated completion date of Aug. 31, 2013. The bid was solicited through the Internet, with eight bids<br />

received. The U.S. Army Corps of Engineers, St. Louis, Mo., is the contracting activity (W912P9-11-D-0529).<br />

EADS North American Defense, Arlington, Va., was awarded a $9,910,183 firm-fixed-price contract. The award will<br />

provide for the modification of an existing contract to increase the funding for contractor logistics support flight hours. Work<br />

will be performed in Columbus, Miss., and Trumbull, Conn., with an estimated completion date of Aug. 31, 2013. One bid was<br />

solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity<br />

(W58RGZ-06- C-0194).<br />

URS Group, Inc., Dallas, Texas, was awarded a $9,500,000 firm-fixed-price contract. The award will provide for the<br />

risk management services in support of the National Dam Safety Program, the National Levee Safety Program, and the risk<br />

management center. Work location will be determined with each task order, with an estimated completion date of Aug. 30,<br />

2014. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is<br />

the contracting activity (W912BV-11-D-0036).<br />

Lakeview Center, Inc., Pensacola, Fla., was awarded a $9,059,357 labor-hour contract. The award will provide for the<br />

operational services of the dining facility at Joint Base Lewis-McChord, Wash. Work will be performed in Joint Base Lewis-<br />

McChord, Wash., with an estimated completion date of Aug. 31, 2015. One bid was solicited, with one bid received. The U.S.<br />

Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Wash., is the contracting center (W9124D-<br />

11-C-0031).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

NAVY<br />

General Dynamics Information Technology, Fairfax, Va., is being awarded a $38,422,353 modification to a previously<br />

awarded indefinite-delivery/indefinite-quantity contract (N00421-07-D-0024) to exercise an option for information<br />

technology/information management department support services for the Naval Air Warfare Center Aircraft Division. This<br />

modification provides for a wide range of services and products, including information engineering; business process<br />

improvement relative to automation; analytical and technical support for enterprise resource planning; consultation; hardware<br />

and software evaluation and selection; systems analysis; systems and applications sustainment, including configuration and<br />

maintenance of web sites and servers; integration of systems and applications; database administration; production support;<br />

information assurance; network support; firewall support; and imaging services. Funds are not being obligated at time of<br />

award. Work will be performed in Patuxent River, Md., and is expected to be completed in August 2012. Contract funds will<br />

not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the<br />

contracting activity.<br />

K-W Construction*, San Marcos, Texas, is being awarded $23,550,000 for firm-fixed-price task order 0004 under a<br />

previously awarded multiple award construction contract for the restoration and modernization of Lakeside precommissioning<br />

unit Bachelors Quarters B and A project at Naval Construction Battalion Center Gulfport. The scope of the<br />

restoration to Bachelor Quarters B and A includes replacement of interior finishes, interior doors and hardware, exterior doors<br />

and frames, plumbing fixtures, piping, hot water tanks, domestic water heat exchangers, all distribution piping, backflow<br />

preventers and water treatment equipment, heating ventilation and air condition including direct digital control, and fire<br />

detection and alarm system. Work will be performed in Pascagoula, Miss., and is expected to be completed by October<br />

2013. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The<br />

Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-10-D-0774).<br />

ViaSat, Carlsbad, Calif., is being awarded a $14,127,671 cost-plus-fixed-fee delivery order for the development,<br />

qualification, and delivery of the Multifunctional Information Distribution System Joint Tactical Radio System Block Cycle One<br />

cryptographic modernization update. Work will be performed in Carlsbad, Calif. (30 percent), and in various other sites<br />

worldwide (70 percent), and is expected to be completed by May 6, 2013. Contract funds in the amount of $1,595,716 will<br />

expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source<br />

acquisition. The synopsis was released via the Federal Business Opportunities website on March 29, 2010. The Space and<br />

Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0032).<br />

Hightower Construction Co., Inc.*, Charleston, S.C., is being awarded a $12,894,000 firm-fixed-price contract for<br />

construction of a physical fitness center at Marine Corps Air Station Beaufort. The new multi-story physical fitness center will<br />

be Leadership in Energy and Environmental Design Gold-certified, steel-framed building, precast concrete exterior wall<br />

system; with a standing seam metal roof, gymnasium, utilities, parking, site improvements, built-in equipment requirements,<br />

access, asbestos abatement, demolition, and anti-terrorism/force protection. Work will be performed in Beaufort, S.C., and is<br />

expected to be completed by May 2013. Contract funds will not expire at the end of the current fiscal year. This contract<br />

was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval<br />

Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-C-1760).<br />

BAE Systems San Diego Ship Repair, San Diego, Calif., is being awarded a $12,124,464 modification to previously<br />

awarded contract (N00024-10-C-4407) for the USS Green Bay (LPD 20) fiscal 2011 non dry-docking phased maintenance<br />

availability (PMA). PMAs provide for an extensive renovation and modernization of an LPD class ship, including alterations<br />

and repairs as well as inspection and testing to all ships systems and components ensuring safe and dependable operation<br />

of the ship. Work will be performed in San Diego, Calif., and is expected to be completed by May 2012. Contract funds in<br />

the amount of $12,124,464 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center,<br />

San Diego, Calif., is the contracting activity.<br />

Data Link Solutions, Cedar Rapids, Iowa, is being awarded an $8,042,356 cost-plus-fixed-fee delivery order for the<br />

development, qualification, and delivery of the Multifunctional Information Distribution System Joint Tactical Radio System<br />

Block Cycle One cryptographic modernization update. Work will be performed in Wayne, N.J. (90 percent), and Cedar<br />

Rapids, Iowa (10 percent), and is expected to be completed by May 6, 2013. Contract funds will not expire at the end of the<br />

current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The synopsis was<br />

released via the Federal Business Opportunities website on March 29, 2010. The Space and Naval Warfare Systems<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

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

AIR FORCE<br />

Rockwell Colllins, Inc., Cedar Rapids, Iowa, is being awarded a $10,530,874 cost-plus-award-fee, time-and-material,<br />

and firm-fixed-price contract modification to exercise the KG-3X production options for the Air Force and Navy. The KG-3X<br />

modernization program provides replacement and cryptographic units used with the Minimum Essential Emergency<br />

Communication Network and fixed Submarine Broadcast System Network. CPSD/HNCK, Lackland Air Force, San Antonio,<br />

Texas, is the contracting activity (FA8722-04-C-0004, P00071).<br />

WV Technology Group, Inc., Ellicott City, Md., is being awarded a maximum $24,900,900 indefinitedelivery/indefinite-quantity<br />

contract with cost-plus-fixed-fee and firm-fixed-price orders to develop, enhance, test, and<br />

evaluate alpha and beta error detection isolation containment toolset technologies for the transition/transfer from the<br />

laboratory results to the warfighter environment. The Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting<br />

activity (FA8750-11-D-0099).<br />

*Small business<br />

Total value of contracts awarded this day: $ 1,015.59M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 768-11<br />

September 08, 2011<br />

CONTRACTS<br />

MISSILE DEFENSE AGENCY<br />

The Missile Defense Agency is announcing the award of a sole-source cost-plus-award-fee modification to Raytheon<br />

Missile Systems Co., Tucson, Ariz.,under the HQ0006-10-C-0005 contract, P00017. The total value of this award is<br />

$48,014,215, increasing the total contract value from $286,518,085 to $334,532,300. Under this modification, the contractor<br />

will continue to perform engineering services and material for systems engineering, design and development support, and<br />

initial hardware fabrication for the Standard Missile-3 Block IIA missile including continued divert and attitude control system<br />

development work. The work will be performed in Tucson, Ariz. The performance period is through Oct. 31, 2011. Fiscal<br />

2011 research, development, test and evaluation funds will be used to incrementally fund this effort. Contract funds will not<br />

expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The Missile Defense Agency,<br />

Dahlgren, Va., is the contracting activity.<br />

AIR FORCE<br />

Aerospace Testing <strong>All</strong>iance, Tullahoma, Tenn., is being awarded $208,496,322 cost-plus-award-fee contract<br />

modification for the operation, maintenance, information management, and support of Arnold Engineering Development<br />

Center. AEDC/PK, Arnold Air Force Base, Texas, is the contracting activity (F40600-03-C-0001).<br />

CYE Enterprises, Inc., Jacksonville, Fla., is being awarded a $25,000,000 firm-fixed-price contract to furnish all<br />

plants, materials, labor, equipment, and all operations in connection with repairing and replacing roofs, Eglin Air Force Base,<br />

Fla., per the statement of work and roofing specifications. AAC/PKOA, Eglin Air Force Base, Fla., is the contracting activity<br />

(FA2823-11-D-0012).<br />

Jacobs Technology, Inc., Tullahoma, Tenn., is being awarded a $20,255,460 indefinite-delivery, quantity cost-plusaward-fee,<br />

and cost-reimbursement contract modification to provide technical, engineering, and acquisition support at Eglin<br />

Air Force Base, Fla. AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA9200-07-C-0006, P00053).<br />

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $14,738,940 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract to provide technical evaluations and technical assessments of the utility and or efficacy of hazard<br />

mitigation equipment. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180, delivery order<br />

0716).<br />

M1 Support Services, Denton, Texas, is being awarded a $10,039,809 firm-fixed-price with reimbursable line items<br />

contract modification to maintain mission-capable helicopters 24/7 at F.E. Warren Air Force Base, Wyo.; Malmstrom Air<br />

Force Base, Mont.; Minot Air Force Base, N.D.; and Yokota Air Force Base, Japan, as well as performing helicopter aircrew<br />

flight equipment support at F.E. Warren Air Force Base, Wyo., and Malmstrom Air Force Base, N.D. 21 CONS/LGCZB,<br />

Peterson Air Force Base, Colo., is the contracting activity (FA2517-10-C-8002, P00028).<br />

Chromalloy Nevada, Carson City, Nev., is being awarded a $9,188,625 firm-fixed-price contract, one-year contract<br />

with four options to provide repair services for the high pressure turbine nozzle assembly. AFGLSC/848 SCMG/PKAB,<br />

Tinker Air Force Base, Okla., is the contracting activity (FA8122-11-D-0015).<br />

NAVY<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

incentive contract (N00019-09-C-0022) to provide funding for long lead materials in support of the low rate initial production,<br />

Lot 3, of 11 P-8A multi-mission maritime aircraft. Work will be performed in Seattle, Wash. (63.80 percent); Greenlawn, N.Y.<br />

(11.69 percent); Baltimore, Md. (10.98 percent); North Amityville, N.Y. (8.24 percent) and McKinney, Texas (5.29 percent).<br />

Work is expected to be completed in May 2015. Contract funds will not expire at the end of the current fiscal year. The<br />

Naval Air System Command, Patuxent River, Md., is the contracting activity.<br />

BAE Systems Information Solutions, Inc., Herndon, Va. (N65236-11-D-3850); Booz <strong>All</strong>en Hamilton, Inc., McLean, Va.<br />

(N65236-11-D-3851); Computer Sciences Corp., Falls Church, Va. (N65236-11-D-3852); Honeywell Technology Solutions,<br />

Inc., Columbia, Md. (N65236-11-D-3853); Science Applications International Corp., McLean, Va. (N65236-11-D-3854); and<br />

Scientific Research Corp., Atlanta, Ga. (N65236-11-D-3855), are each being awarded a $40,055,252 indefinitedelivery/indefinite-quantity,<br />

multiple-award, cost-plus-fixed-fee, performance-based contract to provide tactical and strategic<br />

and operations support services with the emphasis being on information assurance. These contracts will support the Navy<br />

and other Department of Defense and federal agencies. These contracts include options, which, if exercised, would bring the<br />

cumulative value of these contracts to an estimated $210,568,360. Work will be performed in Charleston, S.C. (90 percent),<br />

and Washington, D. C. (10 percent), and is expected to be completed by September 2012. If all options are exercised, work<br />

could continue until September 2016. Contract funds will not expire at the end of the current fiscal year. These multipleaward<br />

contracts were competitively procured via the Commerce Business Daily‟s Federal Business Opportunities website,<br />

and the SPAWAR E-Commerce Central website, with 14 offers received. Space and Naval Warfare Systems Center Atlantic,<br />

Charleston, S.C., is the contracting activity.<br />

FOPCO, Inc.*, Kapolei, Hawaii, is being awarded $8,070,800 for firm-fixed-price task order #0016 under a previously<br />

awarded multiple award construction contract (N62748-10-D-4019) for repair of Building 1492, Bachelor Enlisted Quarters, at<br />

Naval Station Pearl Harbor. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by April 2013.<br />

Contract funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval<br />

Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor Hickam-Hawaii, Pearl Harbor, Hawaii, is the contracting<br />

activity.<br />

DEFENSE MEDIA ACTIVITY<br />

Omnitec Solutions, Inc., was issued a modification (subject to availability of fiscal 2012 funds) exercising the third<br />

option year on the current contract HQ0028-09-C-0017. Award is a firm-fixed-price commercial service contract in support of<br />

the Defense Media Activity Public Web Management System. Estimated value of modification is $9,927,492. The period of<br />

performance starts Oct. 1, 2011. Defense Media Activity-East Contracting Office, Fort George Meade, Md., is the contracting<br />

activity.<br />

*Small business<br />

Total value of contracts awarded this day: $ 760.91M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 773-11<br />

September 09, 2011<br />

CONTRACTS<br />

DEFENSE LOGISTICS AGENCY<br />

Henry Schein Inc., Melville, N.Y., was issued a modification exercising the second option year on the current<br />

contract SPM2DE-09-D-7444/P00004. Award is a fixed price with economic price adjustment, indefinite delivery and<br />

indefinite quantity contract with a maximum $172,800,000 for distribution of a wide range of general dental supplies. There<br />

are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.<br />

The date of performance completion is Sept. 30, 2012. The contracting activity is the Defense Logistics Agency Troop<br />

Support, Philadelphia, Pa.<br />

Sea Box Inc., Cinnaminson, N.J.,* was awarded contract SPRDL1-11-D-0046. The award is a firm fixed price,<br />

indefinite delivery and indefinite quantity contract for a maximum $12,407,984 for various types of shipping and storage<br />

containers. Other location of performance is Hillsborough, New Jersey. Using service is Army. The date of performance<br />

completion is Sept. 10, 2012. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.<br />

Charleston Marine Containers, North Charleston, S.C., was awarded contract SPRDL1-11-D-0047. The award is a<br />

firm fixed price, indefinite delivery and indefinite quantity contract for a maximum $12,407,984 for various types of shipping<br />

and storage containers. There are no other locations of performance. Using service is Army. The date of performance<br />

completion is Sept. 10, 2012. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.<br />

Honeywell International Inc., Clearwater, Fl., was awarded contract SPRRA2-11-D-0032. The award is a fixed price<br />

with economic price adjustment contract for a maximum $9,315,925 for field artillery battalion surveying set. There are no<br />

other locations of performance. Using service is Army. The date of performance completion is Sept. 6, 2016. The contracting<br />

activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.<br />

MISSILE DEFENSE AGENCY CONTRACT<br />

The Missile Defense Agency (MDA) is announcing the award of a sole source cost-plus-award-fee/cost-plus-fixedfee<br />

modification to Lockheed Martin Mission Systems and Sensors, Moorestown, New Jersey, under the HQ0276-10-C-0003<br />

contract, P00019. The total value of this modification is $115,508,368, increasing the total contract value from $61,187,171 to<br />

$176,695,539. This modification accounts for the award of contract line item number (CLIN) 0001 for continued Aegis Ashore<br />

Combat System adaptation efforts, site planning, transportation planning, technology initiatives and studies. To support the<br />

efforts under CLIN 0001, this modification also increases CLINs 0011 (material) and 0012 (travel). The work will be<br />

performed in Moorestown, New Jersey. The performance period is through Sept. 30, 2012. Fiscal year 2011 research,<br />

development, test and evaluation funds will be used to incrementally fund this effort. Contract funds will not expire at the end<br />

of the current fiscal year. This is not a Foreign Military Sales acquisition. The MDA, Dahlgren, Virginia, is the contracting<br />

activity.<br />

NAVY<br />

Integrity Consulting Solutions LLC*, Frederick, Md. (N62583-09-D-0164); Prevailance, Inc.*, Virginia Beach, Va.<br />

(N62583-09-D-0165); Quintech Security Consultants, Inc.*, Summerville, S.C. (N62583-09-D-0167); Risk Management<br />

Associates, Inc.*, Raleigh, N.C. (N62583-09-D-0168); and Trinity Applied Strategies Corporation*, Alexandria, Va. (N62583-<br />

09-D-0169) are being awarded option year two under a previously awarded firm-fixed-price multiple award contract for antiterrorism<br />

task force protection at Naval Facilities Engineering Command, Engineering Service Center, Port Hueneme. The<br />

work to be performed provides for engineering services related to performing quantitative vulnerability and risk assessments<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

used to assess terrorist and other criminal threats and other anti-terrorism related studies including the development of new<br />

and innovative security countermeasures to mitigate those vulnerabilities and to conduct anti-terrorism training throughout<br />

the continental United States and its territories. The combined total value for all five contractors is $31,450,000. The total<br />

contract amount after exercise of this option will be $82,075,000. No task orders are being issued at this time. Work will be<br />

performed throughout the continental United States and its territories, and work is expected to be completed Sept. 2012.<br />

Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty<br />

Center Acquisitions, Port Hueneme, Calif., is the contracting activity.<br />

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded a $15,464,426 firm-fixed-price contract for ship-based<br />

and/or vertical replenishment services in support of Commander, U.S. Pacific Fleet. AAR Airlift Group, Inc., will provide<br />

helicopters, personnel, and operational and technical support services in the Western Pacific and Indian Oceans and the<br />

Arabian Gulf. This contract includes three 12-month options periods and one 11-month option period, which if exercised,<br />

would bring the cumulative value of this contract to $76,887,580. Work will be performed in the Western Pacific and Indian<br />

Oceans and the Arabian Gulf, and is expected to be completed in September 2012. If all option periods are exercised the<br />

completion date will be by August 2016. Contract funds are subject to availability of fiscal year 2012 funding, and funds will<br />

expire at the end of that fiscal year. This contract was competitively procured via solicitations posted to Military Sealift<br />

Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies<br />

solicited and four offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-<br />

1003).<br />

BAE Systems, Norfolk Ship Repair, Norfolk, Va., is being awarded a $14,074,420 modification to contract (N00024-<br />

11-C-4403) for the USS Leyte Gulf (CG 55) fiscal year 2012 Extended Selected Restricted Availability (ESRA). An ESRA<br />

includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve<br />

the ship's military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by<br />

November 2012. Contract funds in the amount of $14,074,420 will expire at the end of the current fiscal year. Norfolk Ship<br />

Support Activity, Portsmouth, Va., is the contract activity.<br />

PSI Sierra, LLC*, California, Md., is being awarded a $9,479,842 modification to a previously awarded indefinitedelivery/indefinite-quantity,<br />

cost-plus-fixed-fee contract (N00421-08-D-0006) to exercise an option for technical services in<br />

support of the Information Technology/Information Management Department at Naval Air Systems Command/Naval Air<br />

Warfare Center Aircraft Division, Patuxent River, MD. The services to be provided include: video technology support,<br />

National Help Desk support, Navy Marine Corps Intranet Customer Technical Representative support. The estimated level of<br />

effort for this option year is 167,040 man-hours. Contract funds are not being obligated at time of award. Work will be<br />

performed at the Naval Air Warfare Center Aircraft Division, Patuxent River, Md., and is expected to be completed in<br />

September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft<br />

Division, Patuxent River, Md., is the contracting activity.<br />

AIR FORCE<br />

Alion Science and Technology Corporation of Chicago, Ill. is being awarded a $28,028,060 cost plus fixed fee,<br />

indefinite delivery, requirements contract to develop, implement, improve and execute new and existing methods and<br />

practices in systems architecting, systems engineering methodologies and tools, systems integration. Alion will also develop<br />

research expertise in systems engineering and architecting, and provide engineering research, testing, development,<br />

information analysis and expertise in all aspects of program coordination and guidance process for Armament Research,<br />

Development and Engineering Center directorates. The contracting activity is ESG/PKS, Offutt Air Force Base, Neb.<br />

(SP0700-99-D-0301, Delivery Order 0209).<br />

Alion Science and Technology Corporation of Chicago, Ill. Is being awarded a $24,196,434 cost plus, fixed fee,<br />

indefinite delivery, requirements contract to collect, integrate, test, field and sustain promising communication technologies<br />

and capabilities that support SSC Pacific United States Marine Corp‟s command control communication on-the-move for<br />

Mine Resistant Ambush Protected combat vehicles and other joint service systems such as Command and Control Personal<br />

Computing, Command Post of the Future, and Advanced Field Artillery Tactical Data Systems. The contracting activity is<br />

ESG/PKS, Offutt Air Force Base, Neb. (SP0700-99-D-0301, Delivery Order 0212).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

*Small Business<br />

Total value of contracts awarded this day: $ 445.14M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 777-11<br />

September 12, 2011<br />

CONTRACTS<br />

NAVY<br />

Grace Pacific Corp., Honolulu, Hawaii (N62478-11-D-4036); Jas W. Glover, Ltd., Honolulu, Hawaii (N62478-11-D-<br />

4037); Road and Highway Builders, L.L.C., Sparks, Nev. (N62478-11-D-4038); and Road Builders Corp.*, Honolulu, Hawaii<br />

(N62478-11-D-4039), are each being awarded an indefinite-delivery/indefinite-quantity contract for paving and airfield paving<br />

projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).<br />

The maximum dollar value, including the base period and two option years, is $60,000,000. No task orders are being issued<br />

at this time. The work will be performed at various locations on the island of Oahu. The areas of consideration will include,<br />

but not be limited to, Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities. It includes labor,<br />

supervision, tools, materials, and equipment necessary to perform asphaltic concrete pavement work, airfield asphalt<br />

concrete paving, and other incidental related work to include but not be limited to sidewalks and curbs, marking and striping<br />

of pavement. Work will be performed within the NAVFAC Hawaii AOR on the island of Oahu, and with an expected<br />

completion date of September 2014. Contract funds in the amount of $20,000 are obligated on this award and will expire at<br />

the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online<br />

website, with four proposals received. These four contractors may compete for task orders under the terms and conditions of<br />

the awarded contracts. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.<br />

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $40,228,805 firm-fixed-price contract for the<br />

design and construction of the Center for Naval Aviation Technical Training, Aviation Training Facility at Marine Corps Base<br />

Camp Pendleton. The work to be performed provides for instruction and administrative spaces. The contract also contains a<br />

planned modification, which, if issued, would increase cumulative contract value to $44,828,805. Work will be performed in<br />

Oceanside, Calif., and is expected to be completed by February 2014. Contract funds will not expire at the end of the current<br />

fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals<br />

received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-<br />

0434).<br />

McLean Contracting Co., Glen Burnie, Md., is being awarded a $28,815,000 firm-fixed-price contract to replace Fuel<br />

Pier D at Craney Island Fuel Pier Terminal. The work to be performed provides for the removal of the existing Fuel Pier D in<br />

its entirety and replacement with a new pier structure. The new pier will be constructed within the footprint boundary of the<br />

existing pier. The project will not require dredging. The scope of work includes intricate construction phasing and coordination<br />

in order to maintain continuous facility operating capability throughout construction. The contract also contains one<br />

unexercised option, which, if exercised, would increase cumulative contract value to $28,890,000. Work will be performed in<br />

Portsmouth, Va., and is expected to be completed by June 2014. Contract funds will not expire at the end of the current fiscal<br />

year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals<br />

received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-11-C-<br />

0001).<br />

Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded $12,878,061 for firm-fixed-price task order 0003<br />

under a previously awarded multiple-award construction contract (N62473-09-D-1653) for relocation of the van pad complex<br />

at Marine Corps Air Station, Yuma. The work to be performed provides for the relocation of the existing Marine Air Logistics<br />

Squadron 13 van pad complex to accommodate construction of the pending Joint Strike Fighter F-35 simulation facility. The<br />

contractor shall provide all labor, equipment, and materials to perform all work described in the request for proposal. The task<br />

order also contains seven unexercised options and one planned modification, which, if exercised, would increase cumulative<br />

task order value to $14,855,473. Work will be performed in Yuma, Ariz., and is expected to be completed by September<br />

2012. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<br />

Marotta Controls, Inc.*, Montville, N.J., is being awarded a $9,820,062 indefinite-delivery/indefinite-quantity, costplus-fixed-fee<br />

contract for supply services in support of the development of advanced fluid control systems for shipboard<br />

applications. Services will include system design and integration; test and evaluation; software development; life cycle<br />

maintenance; logistics; fleet installation; training; and component obsolescence support. Funding will be provided on<br />

individual delivery orders issued under the contract. Work will be performed in Montville, N.J., and is expected to be<br />

completed by September 2015. Contract funds in the amount of $2,689,200 will expire at the end of the current fiscal year.<br />

This contract was not competitively procured. The Naval Surface Warfare Center, Carderock Division, Ship System<br />

Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-11-D-0026).<br />

P&S Construction, Inc.*, North Chelmsford, Mass., is being awarded $8,627,000 for firm-fixed-price task order 0004<br />

under a previously awarded multiple-award construction contract (N40192-10-D-2804) for the design and alteration of the<br />

Guam Strike Ops Group and Tanker Task Force renovation at Andersen Air Force Base. The work to be performed provides<br />

for the design and alteration of Building 22026; partial demolition of Building 21000; an interior and exterior<br />

telecommunication system for Building 22026; and alteration of Building 25002. Alterations include, but are not limited to, the<br />

repair and renovation of existing architectural, structural, mechanical, electrical, fire alarm, and mass notification systems in<br />

the buildings. Work will be performed in Yigo, Guam, and is expected to be completed by July 2013. Contract funds will not<br />

expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering<br />

Command, Marianas, Guam, is the contracting activity.<br />

PrimeTech International, Inc., North Kansas City, Mo., is being awarded an estimated $6,526,330 time-and-material<br />

contract to support U.S. Marine Corps reset/retrograde at Marine Corps Logistics Command, Marine Corps Logistics Base,<br />

Albany, Ga. This contract contains options, which, if exercised, will bring the value of this contract to $19,118,182. Work will<br />

be performed in Albany, Ga., and is expected to be completed September 2012. If all options are exercised, the completion<br />

date is September 2014. This contract was competitively procured with over 74 prospective sources inquiring through the<br />

Federal Business Opportunities website, with six offers received. The Marine Corps Logistics Command, Albany, Ga., is the<br />

contracting activity (M67004-11-C-0029).<br />

MISSILE DEFENSE AGENCY<br />

The Missile Defense Agency is awarding Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., an<br />

unpriced change not-to-exceed $12,600,000 under contract HQ0276-10-C-0001. A cost-plus-incentive-fee/cost-plus-awardfee<br />

with technical schedule performance incentives modification is contemplated. The modification accounts for schedule and<br />

within scope adjustments to the Aegis Ballistic Missile Defense Baseline 4.0.1 development schedule, and accounts for the<br />

changes to the installation of the computer program aboard an Aegis cruiser. The performance period for this contract line<br />

item number under which this effort will be performed is from June 30, 2010 through March 31, 2012. Contract definitization<br />

is expected to be completed by Nov. 4, 2011. Fiscal 2011 research, development, test and evaluation funds will be used to<br />

fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a foreign military sales<br />

acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.<br />

*Small business<br />

Total value of contracts awarded this day: $ 359.51M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 784-11<br />

September 13, 2011<br />

CONTRACTS<br />

AIR FORCE<br />

Lockheed Martin Corp., King of Prussia, Pa., is being awarded a $791,000,000 maximum firm-price-incentive-fee,<br />

firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract to provide a set of over 70 reusable, common services to Air<br />

Force combat support automated information systems based on integration of commercial-off-the-shelf, free and open source<br />

software, and government-off-the-shelf software components. ESC/HIIK, Maxwell Air Force Base, Ala., is the contracting<br />

activity (FA8771-11-D-1006).<br />

Millennium Engineering and Integration Co., Satellite Beach, Fla., is being awarded a $5,633,738 cost-plus-fixed-fee,<br />

firm-fixed-price, and cost-reimbursable contract to exercise option one for Consolidated Safety Support Contract II, which<br />

provides technical engineering for pad safety and launch safety analysis support. The 45 CONS/LGCZR, Patrick Air Force<br />

Base, Fla., is the contracting activity (FA2511-11-0026).<br />

DEFENSE LOGISTICS AGENCY<br />

Raytheon Integrated Defense Systems, Portsmouth, R.I., was awarded a firm-fixed-price contract for a maximum<br />

$59,765,897 for aircraft equipment. There are no other locations of performance. Using service is Navy. The date of<br />

performance completion is Dec. 30, 2016. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity<br />

(SPRPA1-09-G-001Y-5010).<br />

Hologic, L.P., Marlborough, Mass., is exercising the second option year on the current contract SPM2DE-09-D-7228.<br />

Award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $32,300,000 for medical test kits<br />

and related supplies. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine<br />

Corps. The date of performance completion is Sept. 30, 2012. The Defense Logistics Agency Troop Support, Philadelphia,<br />

Pa., is the contracting activity.<br />

Special T Hosiery Mills*, Burlington, N.C., was issued a modification exercising the second option year on the current<br />

contract SPM1C1-10-D-1033/P00005. Award is a firm-fixed-price contract with a maximum $7,192,800 for antimicrobial<br />

socks. There are no other locations of performance. Using services are Army and Air Force. The date of performance<br />

completion is Sept. 18, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.<br />

NAVY<br />

The Boeing Co., St. Louis, Mo., is being awarded $46,700,000 for delivery order 0014 under a previously awarded<br />

cost-plus-fixed-fee contract (N00383-06-D-001J) for various quantities of new consumable parts to support the F/A-18E/F<br />

aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed in Dec. 30, 2013. Navy Working Capital<br />

Funds will not expire before the end of the current fiscal year. This was a non-competitive requirement and one offer was<br />

received in response to the solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.<br />

General Electric Aircraft Engines, Lynn, Mass., is being awarded a $38,803,342 modification to a previously awarded<br />

firm-fixed-price contract (N00019-06-C-0088) to provide F414-GE-400 spare engines and modules for the Navy. The F414-<br />

GE-400 engine powers the F/A-18-E/F and EA-18G aircraft. This modification provides for the procurement of three F414-<br />

GE-400 spare engines; 15 combuster modules; 20 high pressure turbine modules; 15 high pressure compressor modules;<br />

and 10 low pressure turbine modules. Work will be performed in Lynn, Mass. (51.9 percent); Madisonville, Ky. (20.9 percent);<br />

Hooksett, N.H. (12 percent); Rutland, Vt. (4.6 percent); Dayton, Ohio (2.5 percent); Jacksonville, Fla. (1.8 percent);<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Muskegon, Mich. (1.6 percent); Terre Haute, Ind. (1.6 percent); Bromont, Canada (1.3 percent); Asheville, N.C. (1.2 percent);<br />

and Evendale, Ohio (0.6 percent). Work is expected to be completed in March 2013. Contract funds will not expire at the end<br />

of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

BAE Systems San Francisco Ship Repair, San Francisco, Calif., is being awarded a $7,346,286 firm-fixed-price<br />

contract for a 55-calendar day regular overhaul/dry-docking of Military Sealift Command fleet replenishment oiler USNS<br />

Henry J. Kaiser. This shipyard availability is primarily for ship maintenance and voyage repairs. Some of the major work<br />

items will include dry-docking and undocking the ship; painting and cleaning the hull; cargo tank preservation; cleaning,<br />

making safe for entry, and inspecting various tanks, cofferdams and voids; performing 54,000-hour engine maintenance;<br />

replacing the gyro system, fan room steel, and exhaust outlet pipe deck steel; and gauging ultrasonic thickness. The contract<br />

includes options, which, if exercised, would bring the cumulative value of this contract to $8,760,491. Work will be performed<br />

in San Francisco, Calif., and is expected to be completed by Nov. 26, 2011. Contract funds will not expire at the end of the<br />

current fiscal year. This contract was competitively procured via a solicitation posted to the Federal Business Opportunities<br />

website, with more than 50 companies solicited and two offers received. The U.S. Navy‟s Military Sealift Fleet Support<br />

Command, a field activity of Military Sealift Command, Washington, D.C., is the contracting activity (N40442-11-C-1024).<br />

*Small business<br />

Total value of contracts awarded this day: $ 988.74M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 785-11<br />

September 14, 2011<br />

CONTRACTS<br />

ARMY<br />

The Boeing Co., Mesa, Ariz., was awarded a $60,000,000 firm-fixed-price, cost-plus-fixed-fee contract. The award will<br />

provide for the modification of an existing contract to improve reliability, maintainability, and sustainability of the AH-64<br />

aircraft. Work will be performed in Mesa, Ariz., with an estimated completion date of March 15, 2012. The bid was solicited<br />

through the Internet, with one bid received. The Aviation Applied Technology Directorate, Fort Eustis, Va., is the contracting<br />

activity (W911W6-07-D-0002).<br />

Norfolk Dredging Co., Chesapeake, Va., was awarded a $31,539,350 firm-fixed-price contract. The award will provide<br />

for the services in support of the Beach Erosion Control Project. Work will be performed in Pinellas County, Fla., with an<br />

estimated completion date of June 25, 2012. The bid was solicited through the Internet, with three bids received. The U.S.<br />

Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-11-C-0017).<br />

Arrowpoint Corp., Alexandria, Va., was awarded a $30,984,055 firm-fixed-price contract. The award will provide for<br />

the services in support of the Army Civilian Personnel Human Resources Enterprise. Work will be performed in Chantilly, Va.,<br />

with an estimated completion date of Sept. 8, 2014. The bid was solicited through the Internet, with seven bids received. The<br />

U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-11-C-0032).<br />

UNICOR / Federal Prison Industries, Washington, D.C., was awarded a $29,060,409 firm-fixed-price contract. The<br />

award will provide for the procurement of installation kits and ancillary items for the Single Channel Ground and Airborne<br />

Radio System, Frequency Hopping Multiplexer, and Enhanced Position Location Reporting System. Work will be performed<br />

in Washington, D.C., with an estimated completion date of Aug. 31, 2012. One bid was solicited, with one bid received. The<br />

U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-C-C208).<br />

SRCTec, Inc., North Syracuse, N.Y., was awarded a $27,739,880 firm-fixed-price contract. The award will provide for<br />

the procurement of 64 AN/TPQ-50 Quick Reaction Capability Lightweight Counter Mortar Radar Systems with vehicle<br />

mounts and initial spare parts. Work will be performed in North Syracuse, N.Y., with an estimated completion date of Sept. 2,<br />

2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is<br />

the contracting activity (W15P7T-11-C-S008).<br />

Tip Top Construction Corp., Christiansted, Virgin Islands, was awarded a $20,932,496 firm-fixed-price contract. The<br />

award will provide for the construction of Joint Forces Headquarters facility for the Virgin Islands National Guard. Work will be<br />

performed in St. Croix, Virgin Islands, with an estimated completion date of Nov. 1, 2013. The bid was solicited through the<br />

Internet, with five bids received. The National Guard Bureau, St. Croix, Virgin Islands, is the contracting activity (W9127P-11-<br />

C-0005).<br />

FLIR Systems, Inc., Wilsonville, Ore., was awarded a $20,887,008 firm-fixed-price contract. The award will provide for<br />

the procurement of 48 infrared Star SAFIRE II night vision and infrared camera system. Work will be performed in Wilsonville,<br />

Ore., with an estimated completion date of Jan. 15, 2012. One bid was solicited, with one bid received. The U.S. Army<br />

Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-F-0007).<br />

The Green-Simmons Co., Inc., Pensacola, Fla. (W912JA-11-D-0014); Islands Mechanical Contractor, Inc.,<br />

Middleburg, Fla. (W912JA-11-D-0013); Webb Construction Group, Phenix City, Ala. (W912JA-11-D-0012); Southeast<br />

Cherokee Construction, L.L.C., Montgomery, Ala. (W912JA-11-D-0011); Blackhawk Ventures, L.L.C., New Orleans, La.<br />

(W912JA-11-D-0010); Jama Constructors, San Antonio, Texas (W912JA-11-D-0009); Coburn Contractors, L.L.C.,<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Montgomery, Ala. (W912JA-11-D-0008); Warden Construction Corporation, Jacksonville, Fla. (W912JA-11-D-0007); Choice<br />

Concrete Construction, L.L.C., Statesboro, Ga. (W912JA-11-D-0006); Northwind Engineering, L.L.C., Shelocta, Fla.<br />

(W912JA-11-D-0005); Courseault Commercial, Inc., Tucker, Ga. (W912JA-11-D-0004); Honu‟ Apo I, L.L.C., Belton, Texas<br />

(W912JA-11-D-0003); Bear Brothers, Montgomery, Ala. (W912JA-11-D-0002); and American Contractor and Technology,<br />

Inc., Pensacola, Fla. (W912JA-11-D-0015), were awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinitequantity,<br />

multiple-award-task-order contract. The award will provide for the repair and maintenance services, and the<br />

construction projects of various size and value for the National Guard in the state of Alabama. Work location will be<br />

determined with each task order, with an estimated completion date of July 11, 2016. The bid was solicited through the<br />

Internet, with 26 bids received. The National Guard Bureau, Montgomery, Ala., is the contracting activity.<br />

Federal Program Integrators, L.L.C., Indian Island, Maine, was awarded a $19,945,620 firm-fixed-price contract. The<br />

award will provide for the construction of a student activity center for the medical educational campus at Fort Sam Houston,<br />

Texas. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of May 31, 2013. Eight bids<br />

were solicited, with one bid received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity<br />

(W9126G-11-C-0058).<br />

Speegle Construction, Inc., Niceville, Fla., was awarded a $19,432,000 firm-fixed-price contract. The award will<br />

provide for the construction of a two-bay hangar/aircraft maintenance unit at Cannon Air Force Base, N.M. Work will be<br />

performed in Cannon Air Force Base, Curry County, N.M., with an estimated completion date of Nov. 14, 2013. The bid was<br />

solicited through the Internet, with 17 bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the<br />

contracting activity (W912PP-11-C-0029).<br />

Harding Security Associates, McLean, Va., was awarded a $17,948,020 cost-plus-fixed-fee contract. The award will<br />

provide for the analysis and forensic service support to the Biometrics Intelligence Program. Work will be performed in Iraq,<br />

Afghanistan, and Charlottesville, Va., with an estimated completion date of March 28, 2012. One bid was solicited, with one<br />

bid received. The U.S. Army Intelligence and Security Command, Charlottesville, Va., is the contracting activity (W911WS-<br />

11-C-0005).<br />

Grove Resource Solutions, Frederick, Md., was awarded a $17,425,666 firm-fixed-price contract. The award will<br />

provide for the staffing support services to the U.S. Army Medical Materiel Activity. Work will be performed in Fort Detrick,<br />

Md., with an estimated completion date of Sept. 27, 2012. The bid was solicited through the Internet, with six bids received.<br />

The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity (W81XWH-07-D-0064).<br />

The Boeing Co., St. Louis, Mo., was awarded a $17,216,071 cost-no-fee contract. The award will provide for the<br />

procurement of sets two and three small, unmanned ground vehicle long lead items. Work will be performed in St. Louis, Mo.,<br />

and Bedford, Mass., with an estimated completion date of Dec. 31, 2011. One bid was solicited, with one bid received. The<br />

U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-C-0425).<br />

Armtec Defense Products Co., Coachella, Calif., was awarded a $16,296,895 firm-fixed-price contract. The award will<br />

provide for the manufacture of the Modular Artillery Charge System combustible case M231/M232A1. Work will be performed<br />

in Coachella, Calif., with an estimated completion date of Dec. 30, 2012. One bid was solicited, with one bid received. The<br />

U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0437).<br />

Science and Technology Associates, Inc., Arlington, Va., was awarded a $14,999,999 firm-fixed-price contract. The<br />

award will provide for the technical services for medium to large caliber conventional and precision guided ammunition<br />

technology, and Net Centric Information Initiative. Work will be performed in Arlington, Va., with an estimated completion date<br />

of Aug. 30, 2016. One bid was solicited, with two bids received. The U.S. Army Contracting Command, Picatinny Arsenal,<br />

N.J., is the contracting activity (W15QKN-11-D-0206).<br />

AAI Corp., Hunt Valley, Md., was awarded a $12,702,200 cost-plus-fixed-fee contract. The award will provide for the<br />

modification of an existing contract to fund an overrun for the Tactical Common Data Link. Work will be performed in Hunt<br />

Valley, Md., with an estimated completion date of May 30, 2012. One bid was solicited, with one bid received. The U.S. Army<br />

Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0033).<br />

Northrop Grumman Systems Corp., Herndon, Va., was awarded a $12,255,663 cost-plus-fixed-fee contract. The<br />

award will provide for the modification of an existing contract to provide for the installation of sense and warn capabilities at<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

four sites, and the reconfiguration of sense and warn at five current sites. Work will be performed in Bagram, Afghanistan;<br />

Baghdad, Iraq; and Huntsville, Ala., with an estimated completion date of Sept. 30, 2011. One bid was solicited, with one bid<br />

received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0088).<br />

CACI-WGI Inc., Vienna, Va., was awarded a $12,037,279 time-and-materials, firm-fixed-price contract. The award will<br />

provide for the administration, security, operations, logistics, acquisition and technical management functions. Work will be<br />

performed in Fort Belvoir, Va., with an estimated completion date of March 31, 2012. The bid was solicited through the<br />

Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting<br />

activity (W9124Q-06-C-0123).<br />

HDR-URS, J.V., Pearl River, N.Y., was awarded a $12,000,000 firm-fixed-price contract. The award will provide for<br />

the engineering services in support of Mamaroneck and Sheldrake Rivers flood risk management. Work location will be<br />

determined with each task order, with an estimated completion date of Aug. 31, 2016. The bid was solicited through the<br />

Internet, with four bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-11-<br />

D-0008).<br />

IAP World Services, Cape Canaveral, Fla., was awarded an $11,255,059 cost-plus-fixed-fee contract. The award will<br />

provide for the caretaker services after base realignment and closure of Walter Reed Army Medical Center on Sept. 15,<br />

2011. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 15, 2014. One bid was<br />

solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-<br />

11-C-3027).<br />

Komada, San Antonio, Texas, was awarded a $10,739,245 firm-fixed-price contract. The award will provide for the<br />

construction of an academic support facility for the medical educational campus at Fort Sam Houston, Texas. Work will be<br />

performed in Fort Sam Houston, Texas, with an estimated completion date of May 31, 2013. Eight bids were solicited, with<br />

one bid received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-C-0057).<br />

Great Lakes Dredge & Dock Co., L.L.C., Oak Brook, Ill., was awarded a $10,708,000 firm-fixed-price contract. The<br />

award will provide for the dredging services for the Ambrose Channel 50-feet deepening project at New York and New Jersey<br />

Harbor. Work will be performed in Staten Island, N.Y., with an estimated completion date of Feb. 28, 2012. The bid was<br />

solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting<br />

activity (W912DS-11-C-0012).<br />

Skookum Educational Programs, Bremerton, Wash., was awarded an $8,995,502 firm-fixed-price contract. The award<br />

will provide for maintenance service on wheeled vehicles at Fort Lewis, Wash. Work will be performed in Joint Base Lewis<br />

McChord, Wash., with an estimated completion date of Aug. 31, 2013. One bid was solicited, with one bid received. The U.S.<br />

Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Wash., is the contracting activity<br />

(W9124D-11-D-0029).<br />

General Electric Co., Lynn, Mass., was awarded an $8,702,772 firm-fixed-price contract. The award will provide for<br />

the acquisition of 300 exhaust pipes for the UH-60 Blackhawk. Work will be performed in Lynn, Mass., with an estimated<br />

completion date of June 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command,<br />

Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0110).<br />

Great Lakes Dredge & Dock Co., L.L.C., Oak Brook, Ill., was awarded an $8,320,000 firm-fixed-price contract. The<br />

award will provide for the beach nourishment in Cape May, N.J. Work will be performed in Cape May Inlet to Lower<br />

Township, N.J., with an estimated completion date of March 30, 2012. Eighteen bids were solicited, with three bids received.<br />

The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-11-C-0029).<br />

John R. Jurgensen Co., Cincinnati, Ohio, was awarded a $7,853,409 firm-fixed-price contract. The award will provide<br />

for the repair services for the overlay Runway 23R at Wright Patterson Air Force Base, Ohio. Work will be performed in<br />

Wright Patterson Air Force Base, Ohio, with an estimated completion date of Sept. 10, 2012. The bid was solicited through<br />

the Internet, with two bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-<br />

11-C-0039).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Choctaw Professional Resources Enterprise, Durant, Okla., was awarded a $7,844,922 firm-fixed-price contract. The<br />

award will provide for the personal services of fee-based providers at 65 military entrance processing stations. Work location<br />

will be determined with each task order, with an estimated completion date of March 31, 2012. One bid was solicited, with<br />

one bid received. The Center for Health Care Contracting, Fort Sam Houston, Texas, is the contracting activity (W81K04-08-<br />

D-0008).<br />

Services for the Blind - Washington State, Lacey, Wash., was awarded a $7,435,635 labor-hour contract. The award<br />

will provide for the operation and maintenance of full food services on Joint Base Lewis McChord, Wash. Work will be<br />

performed in Joint Base Lewis McChord, Wash., with an estimated completion date of Aug. 31, 2015. The bid was solicited<br />

through the Internet, with five bids received. The U.S. Army Mission and Installation Contracting Command, Joint Base<br />

Lewis-McChord, Wash., is the contracting activity (W9124D-11-D-0041).<br />

Six 3 Systems, McLean, Va., was awarded a $6,778,464 firm-fixed-price contract. The award will provide for the<br />

single-source fusion center effort to support the security cooperation and security assistance programs, and other authorized<br />

efforts in Iraq. Work will be performed in Iraq, with an estimated completion date of Sept. 13, 2012. The bid was solicited<br />

through the Internet, with 11 bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity<br />

(W560MY-11-C-0006).<br />

The Boeing Co., Ridley Park, Pa., was awarded a $6,753,000 firm-fixed-price contract. The award will provide for the<br />

modification of an existing contract to support the CH-47F Chinook helicopter renew aircraft. Work will be performed in Ridley<br />

Park, Pa., with an estimated completion date of Dec. 31, 2015. One bid was solicited, with one bid received. The U.S. Army<br />

Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0098).<br />

Legends Construction, L.L.C., Union, Ky., was awarded a $6,677,260 firm-fixed-price contract. The award will provide<br />

for the construction of Veterans Administration Medical Center imaging center addition. Work will be performed in Cincinnati,<br />

Ohio, with an estimated completion date of Jan. 7, 2013. The bid was solicited through the Internet, with seven bids received.<br />

The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-11-C-0038).<br />

DEFENSE LOGISTICS AGENCY<br />

SupplyCore, Inc.*, Rockford, Ill., was issued a modification exercising the seventh option year on the current contract<br />

SPM500-02-D-0122/P00029. Award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum<br />

$52,500,000 for maintenance, repair, and operation supplies, and related services for Zone 2 of the Southeast Region. There<br />

are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, the Defense Logistics<br />

Agency and federal civilian agencies. The date of performance completion is Sept. 17, 2012. The Defense Logistics Agency<br />

Troop Support, Philadelphia, Pa., is the contracting activity.<br />

NAVY<br />

Electric Boat Corp., Groton, Conn., is being awarded a $32,988,378 cost-plus-fixed-fee modification under previously<br />

awarded contract (N00024-03-C-2101) for three back-up photonics masts. The contractor is responsible for the design and<br />

development of the photonics mast systems for installation aboard Virginia-class submarines. Work will be performed in<br />

Wake Forest, N.C. (79 percent); Westerly, R.I. (20 percent); and Quonset Point, R.I. (1 percent), and is expected to be<br />

completed by January 2013. Contract funds will not expire at the end of the current fiscal year. The Supervisor of<br />

Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.<br />

Surefire, L.L.C.*, Fountain Valley, Calif., is being awarded a $23,329,230 firm-fixed-price, indefinite-delivery/indefinitequantity<br />

contract for the family of muzzle brakes. Work will be performed in Fountain Valley, Calif., and is expected to be<br />

completed by September 2016.Contract funds in the amount of $1,800,000 will expire at the end of the current fiscal year.<br />

This contract was competitively procured via the Navy Electronic Commerce website, with seven proposals received. Naval<br />

Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN19).<br />

BAE Systems Technologies, Solutions & Services, Inc., Rockville, Md., is being awarded a $17,999,247 cost-plusfixed-fee<br />

contract to provide support services to the Integrated Communications and Information Systems Division of Naval<br />

Air Warfare Center Aircraft Divisionin the design, integration, testing, installation, training, and certification of shipboard C4I<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

electronic communication systems; of similar systems at shore sites associated with the deployment of fleet support to<br />

surface ships; and of mobile and airborne C4I electronic communication systems designed to interface with the C4I electronic<br />

architecture of surface ships. Work will be performed in St. Inigoes, Md., and is expected to be completed in September<br />

2016. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured<br />

pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity<br />

(N00421-11-C-1058).<br />

Compass Systems, Inc.*, Lexington Park, Md., is being awarded a $16,310,868 cost-plus-incentive-fee, firm-fixedprice<br />

contract for Persistent Ground Surveillance System (PGSS), phase three, for the Army. This contract includes two<br />

handheld apparatus for mobile mapping and expedited reporting systems, and up to 39 operators to outfit and enhance the<br />

capabilities of the existing PGSS systems currently fielded at locations outside the United States. Work will be performed in<br />

Iraq (34 percent); Afghanistan (33 percent); and Yuma, Ariz. (33 percent), and is expected to be completed in September<br />

2014. Contract funds in the amount of $5,415,372 will expire at the end of the current fiscal year. This contract was not<br />

competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the<br />

contracting activity (N68335-11-C-0211).<br />

L-3 Services, Inc., Reston, Va., is being awarded a $15,208,043 indefinite-delivery/indefinite-quantity, cost-plus-fixedfee<br />

contract for engineering and technical support services for command, control, communications and computer (C4)<br />

exercise planning and evaluation, integration, systems integration, operational systems, fielding, training, certification,<br />

maintenance, logistics, configuration management, systems engineering, network engineering, software engineering,<br />

documentation/graphics support, program management, quality assurance and life-cycle sustainment management support.<br />

This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated<br />

$81,855,427. Work will be performed in Fayetteville, N.C. (53 percent); Charleston, S.C. (25 percent); and various locations<br />

outside the continental U.S., including Iraq/Afghanistan (22 percent). Work is expected to be completed by September 2012.<br />

If all options are exercised, work could continue until September 2016. Contract funds will not expire at the end of the current<br />

fiscal year.This contract was competitively procured by full and open competition via the Federal Business Opportunities<br />

website and the SPAWAR e-Commerce Central website, with three offers received. Space and Naval Warfare Systems<br />

Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-4805).<br />

Advanced Armament Corp., Lawrenceville, Ga., is being awarded a $14,201,731 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for the family of muzzle brakes. Work will be performed in Lawrenceville, Ga., and is<br />

expected to be completed by September 2016. Contract funds in the amount of $200,000 will expire at the end of the current<br />

fiscal year. This contract was competitively procured via the Navy Electronic Commerce website, with seven proposals<br />

received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN18).<br />

The Machine Lab*, Wellington, Colo., is being awarded an $11,859,484 firm-fixed-price, indefinite-delivery/indefinitequantity<br />

contract for the procurement of MMP-30 robots and MMP-30 spare parts repair kits. The Naval Explosive Ordnance<br />

Disposal Technical Division has a requirement for a tracked mobile robot system with wireless control and multiple<br />

audio/video capability and replacement parts. The contract combines purchases for the Navy (24 percent), and the<br />

government of Afghanistan (76 percent) under the Foreign Military Sales Program. Work will be performed in Wellington,<br />

Colo., and is expected to be completed by September 2016. Contract funds will not expire at the end of current fiscal year.<br />

This requirement was synopsized via Federal Business Opportunities as a sole-source procurement, and was not<br />

competitively procured. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity<br />

(N00174-11-D-0014).<br />

The Boeing Co., St. Louis, Mo., is being awarded a $9,612,537 cost-plus-fixed-fee, indefinite-delivery/indefinitequantity<br />

contract in support, to include engineering, training and technical services, of the Harpoon and Standoff Land Attack<br />

Missile–Expanded Response missile; the Encapsulated Harpoon Command and Launch Systems; encapsulated support;<br />

and the Harpoon Shipboard Command Launch Control System. Work will be performed in St. Charles, Mo., and is expected<br />

to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. No funds are being<br />

obligated at time of award. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity (N00019-11-D-0041).<br />

Reyes Construction, Inc., Pomona, Calif., is being awarded $9,427,757 for firm-fixed-price task order 0008 under a<br />

previously awarded multiple-award construction contract (N62473-09-D-1606) for the design and construction of the<br />

operations access points, Green Beach, at Marine Corps Base Camp Pendleton. The work to be performed provides for<br />

access by military tactical vehicles to San Onofre Beach for training exercises. The proposed new construction will include<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

demolition of the existing railroad trestle and replacement of the railway bridge. Work will be performed in Oceanside, Calif.,<br />

and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. Two<br />

proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the<br />

contracting activity.<br />

Eyak Technology, L.L.C., Dulles, Va., is being awarded an $8,903,000 firm-fixed-priced delivery order MU65 against<br />

an existing U.S. Army Corps of Engineers Technology for infrastructure, geospatial, and environmental requirements<br />

indefinite-delivery/indefinite-quantity contract (W912HZ-09-D-0003) for the procurement, kitting, marking, and integration of<br />

different varieties of kits for the Marine Air Ground Taskforce (MAGTF) Secondary Imagery Dissemination System (MSIDS).<br />

MSIDS provides the only self-contained, hand-held, ground-prospective imagery capability for MAGTF reconnaissance units.<br />

Work will be performed in Colorado Springs, Colo., and is expected to be completed by Sept. 13, 2012. Contract funds in the<br />

amount of $33,372 will expire at the end of the current fiscal year. The delivery order was not competed. Marine Corps<br />

Systems Command, Quantico, Va., is the contracting activity.<br />

East Coast Repair and Fabrication, L.L.C.*, Norfolk, Va., is being awarded an $8,219,488 fixed-price contract for a<br />

drydocking phased maintenance availability on USS Tempest (PC 2). Contract will be for the accomplishment of<br />

miscellaneous structural, electrical, and mechanical repairs, including dry-docking. Work will be performed in Portsmouth,<br />

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<br />

the fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four<br />

proposals solicited and three offers received. Norfolk Ship Support Activity Regional Maintenance Center, Portsmouth, Va., is<br />

the contracting activity (N50054-11-C-1108).<br />

*Small business<br />

Total value of contracts awarded this day: $ 749.55M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 790-11<br />

September 15, 2011<br />

CONTRACTS<br />

NAVY<br />

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $1,825,665,914 fixed-price-incentive contract<br />

for the construction of Zumwalt-class destroyers DDG 1001 and DDG 1002. These multi-mission surface combatants are the<br />

second and third ships of the Zumwalt-class program. The mission of the DDG 1000 destroyer is to provide credible<br />

independent forward presence and deterrence. DDG 1000 will provide advanced land attack capability in support of the<br />

ground campaign and contribute naval, joint, or combined battle-space dominance in littoral operations. This contract<br />

includes options, which, if exercised, would bring the cumulative value of this contract to $2,002,000,000. Work will be<br />

performed in Bath, Maine (59.9 percent); Parsippany, N.J. (3.5 percent); Coatesville, Pa. (3.2 percent); Falls Church, Va. (2.6<br />

percent); Pittsburgh, Pa. (1.3 percent); Augusta, Maine (1.3 percent); and other various locations (28.2 percent), each having<br />

less than 1 percent. Work is expected to be completed by February 2018. Contract funds will not expire at the end of the<br />

current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington D.C., is<br />

the contracting activity (N00024-11-C-2306).<br />

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $17,062,566 modification to previously awarded<br />

contract (N00024-10-C-4308) for the USS Mason (DDG 87) fiscal 2012 drydocking selected restricted availability (DSRA). A<br />

DSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and<br />

improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed<br />

by April 2012. Contract funds in the amount of $17,062,566 will expire at the end of the current fiscal year. Norfolk Ship<br />

Support Activity, Portsmouth, Va., is the contracting activity.<br />

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $17,013,557 modification to previously awarded<br />

contract (N00024-10-C-4308) for the USS Bainbridge (DDG 96) fiscal 2012 drydocking selected restricted availability. A<br />

DSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and<br />

improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed<br />

by April 2012. Contract funds in the amount of $17,013,557 will expire at the end of the current fiscal year. Norfolk Ship<br />

Support Activity, Portsmouth, Va., is the contracting activity.<br />

BAE Systems Mayport, Jacksonville, Fla., is being awarded a $13,315,732 modification to contract (N40024-10-C-<br />

4406) for USS Philippine Sea (CG-58) selected restricted availability. The selected restricted availability includes dry dock,<br />

hull, machinery, electrical, electronics, ship alterations, and piping repair work. Work will be performed in Jacksonville, Fla.,<br />

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<br />

current fiscal year. Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.<br />

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $8,713,282 modification to a previously<br />

awarded cost-plus-fixed-fee contract (N00019-08-C-0025) for non-recurring efforts associated with increment three of the<br />

CV-22 aircraft Block 20 upgrade program. Efforts to be provided include concept definition, non-recurring engineering,<br />

drawings, and installation/integration to design, develop, and test the enhanced helmet mounted display upgrade. Work will<br />

be performed in Philadelphia, Pa., and is expected to be completed in December 2015. Contract funds in the amount of<br />

$21,544 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the<br />

contracting activity.<br />

The Boeing Co., St. Louis, Mo., is being awarded a $7,671,795 modification to a previously awarded firm-fixed-price<br />

contract (N00019-09-C-0019) for the procurement of F/A-18 E/F and EA-18G aircraft armament equipment, to include: 174<br />

station control units; 22 aerial refueling store (ARS) suspension lugs; 12 centerline feed through plates; 11 ARS air probes;<br />

11 ARS fuel probes, six ALE-50 dispensers towed decoys; six ALE-50 chassis towed decoys; six ALE-50 protector towed<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

decoys; four ALR-67 mounting base radar warning receivers; and four ALR-67 mounting retainers radar warning receivers.<br />

Work will be performed in St. Louis, Mo., and is expected to be completed in December 2013. Contract funds will not expire<br />

at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

The Boeing Co., St. Louis, Mo., is being awarded a $7,331,483 modification to a previously awarded firm-fixed-price<br />

contract (N00019-09-C-0019) to continue development of the new Advanced Mission Computer (AMC) Type 4 System for<br />

the F/A-18E/F and EA-18G aircraft. This modification will also begin the necessary customization of the AMC for use in Navy<br />

F-18 aircraft. Work will be performed in Bloomington, Minn. (66.5 percent); St. Louis, Mo. (25 percent); and Linthicum, Md.<br />

(8.5 percent), and is expected to be completed in October 2012. Contract funds will not expire at the end of the current fiscal<br />

year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

AIR FORCE<br />

Chavez Contracting, Inc., Wichita Falls, Texas; Cothran Construction, Wichita Falls, Texas; Choctaw Contractors,<br />

Inc., Wichita Falls, Texas; B.W. Strayhorn Co., Inc., Wichita Falls, Texas; and Marvin Groves Electric Co., Wichita Falls,<br />

Texas, are being awarded an indefinite-delivery/indefinite-quantity contract modification totaling $81,400,000 for construction<br />

services at Sheppard Air Force Base, Texas. Chavez Contracting is being awarded $18,305,349; Cothran Construction is<br />

being awarded $14,382,741; Choctaw Contractors is being awarded $11,080,645; B.W. Strayhorn is being awarded<br />

$7,461,956; and Marvin Groves Electric is being awarded $5,940,295. The 82nd Contracting Squadron/LGCB, Sheppard Air<br />

Force Base, Texas, is the contracting activity (FA3003-08-C-0007, P00058).<br />

CSC Applied Technologies, L.L.C., Fort Worth, Texas, is being awarded a $70,615,109 contract modification for base<br />

operating support and aircraft maintenance for Vance Air Force Base, Okla., in support of T-38C, T-1A, and T-6<br />

undergraduate pilot training. The AETC CONS/LGCK of Randolph Air Force Base, Texas, is the contracting activity (FA3002-<br />

08-C-P00058).<br />

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $46,568,216 firm-fixed-price contract modification for<br />

the order of 20,322 Defense Advanced Global Positioning System receivers and assorted accessories. The GPSW/PK, El<br />

Segundo, Calif., is the contracting activity (FA8807-09-C-0002).<br />

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $41,689,162 fixed-price<br />

incentive with an award fee and award term with cost-reimbursable line items contract modification to manage, operate,<br />

maintain, and logistically support the solid state phase array radar system at Cape Cod Air Force Station, Mass.; Beale Air<br />

Force Base, Calif.; Thule Air Force Base, Greenland; Clear Air Force Station, Alaska; and Royal Air Force Flyingdales,<br />

United Kingdom. The 21 CONS/LGCZB, Peterson Air Force Base, Colo., is the contracting activity (FA2517-06-C-8001,<br />

P00268).<br />

Battelle Memorial Institute, Columbus, Ohio, is being awarded $39,432,909 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract to assess chemical, biological, radiological, and nuclear equipment, conduct research, author and<br />

execute test plans, and conduct chemical agent and physical properties testing. The ESG/PKS, Offutt Air Force Base, Neb.,<br />

is the contracting activity (SP0700-00-D-3180).<br />

ARTEC Alaska, J.V., Joint Base Elmendorf-Richardson, Alaska, is being awarded a $37,527,617 firm-fixed-price<br />

award fee with cost-reimbursable and labor hour line items for the operation and maintenance of the Alaska Radar System,<br />

consisting of 15 remote radar sites for a 12-month period. The 673rd Contracting Squadron, Joint Base Elmendorf-<br />

Richardson, Alaska, is the contracting activity (FA5000-04-C-0011).<br />

Alion Science and Technology Corp., Chicago, Ill., is being awarded a $30,159,607 cost-plus-fixed-fee, indefinitedelivery<br />

requirements contract to provide subject matter expertise to the U.S. Rapid Equipping Force in order to perform<br />

design engineering, systems engineering, reliability/availability/maintainability assessments, quality assurance, producibility<br />

engineering, risk assessment, and test evaluation. The ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity<br />

(SP0700-99-D-0301).<br />

Booz <strong>All</strong>en Hamilton, Inc., Herdon, Va., is being awarded a $23,747,897 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract to complete/deliver the Asymmetric Warfare/Counter-Improvised Explosive Device Equipment<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Capability Report; Electronic Warfare and Counter Remote-Controlled Improvised Explosive Device Electronic Warfare<br />

Analysis of Processes and Procedures Report; and Search Policy Procedures Document Review and Analysis Report. The<br />

ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380).<br />

CNI Aviation, L.L.C., Oklahoma City, Okla., is being awarded a $20,000,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for potential work at offsite locations when required, short-term specialties, materials,<br />

manufacturing, research and development, prototyping, quality assurance, aircraft modification, and test support. The<br />

Aeronautical Systems Center, Special Operations Force and Personnel Recovery Division, Wright-Patterson Air Force Base,<br />

Ohio, is the contracting activity (FA8626-11-D-2319).<br />

Booz <strong>All</strong>en Hamilton, Inc., Herndon, Va., is being awarded a $8,904,942 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract to perform research and development in order to complete/deliver U.S. Northern Command-Mexican<br />

Military Operational Engagement Approach Report; joint technology and joint concept technology demonstrations reports;<br />

and knowledge management analysis reports. The ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity<br />

(SP0700-03-D-1380).<br />

Rehabilitation Services, Mississippi, Madison, Miss., is being awarded an $8,113,168 firm-fixed-price contract<br />

modification to provide full food services at Keesler, Air Force Base, Miss. The 81st Contracting Squadron, Keesler Air Force<br />

Base, Miss., is the contracting activity (FA3010-08-C-0002-P00055).<br />

DEFENSE LOGISTICS AGENCY<br />

Raytheon Co., Andover, Mass., was awarded a firm-fixed-price contract for a maximum $9,180,000 for high power<br />

traveling wave tube. There are no other locations of performance. Using service is Army. The date of performance<br />

completion is Sept. 30, 2016. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity<br />

(SPRRA2-11-C-0069).<br />

Limco Airepair, Inc., Tulsa, Okla., was awarded a fixed-price with economic price adjustment contract for a maximum<br />

$8,513,770 for fluid electrical cooler. There are no other locations of performance. Using service is Army. The date of<br />

performance completion is Sept. 30, 2016. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting<br />

activity (SPRRA2-11-D-0036).<br />

Total value of contracts awarded this day: $ 2,322.62M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 798-11<br />

September 16, 2011<br />

CONTRACTS<br />

NAVY<br />

Alutiiq 3SG, L.L.C., Anchorage, Alaska, is being awarded a $289,851,239 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

multiple award contract for the global business support. This award is part of a previously<br />

announced multiple contract award for the global business support effort. The estimated dollar value for this program,<br />

including the base period and two option years, for all 24 contracts combined is $730,000,000. Funding will be provided at<br />

the task order level. The work performed in the program is for a wide range of temporary support services that will provide<br />

direct labor, supervision, management, and materials, to perform non-personal services as defined in individual task orders.<br />

Services will encompass the following 15 functional areas: administrative support and clerical services; quarters<br />

management services; healthcare services (excluding doctors, nurses, and physician assistants); information and arts;<br />

information technology; instructional and training services; maritime material handling; mechanics and maintenance and<br />

repair; plant and system operation; engineering/technical support; mobile equipment operation; financial management;<br />

specialized technology; industrial services; and general services and support. Work will be performed in the Alaska, Arizona,<br />

California, Colorado, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming. Work is expected to be<br />

completed in August 2012. With options exercised, the completion date could continue until August 2014. Contract funds in<br />

the amount of $1,200,000 will expire at the end of the current fiscal year. <strong>Contracts</strong> were competitively procured via the<br />

World Wide Web, with 57 offers received in response to the 100-percent small business set aside solicitation. The Fleet<br />

Logistics Center San Diego, Regional <strong>Contracts</strong> Department, San Diego, Calif., is the contracting activity (N00244-11-D-<br />

0045).<br />

Eagle Industries Unlimited, Inc., Fenton, Mo., is being awarded a $50,184,913 delivery order, 0001, under previously<br />

awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-11-D-3071) for Marine Corps packs, training<br />

materials, and data reports. Work will be performed in Mayaguez, Puerto Rico (52 percent), and Lares, Puerto Rico (48<br />

percent), and is expected to be completed Sept. 15, 2012. Contract funds in the amount of $50,184,913 will expire at the end<br />

of the current fiscal year. This contract resulted from an unrestricted competition. The Marine Corps Systems Command,<br />

Quantico, Va., is the contracting activity.<br />

Propper International, Inc., Mayaguez, Puerto Rico, is being awarded a $47,527,535 delivery order, 0001, under<br />

previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-11-D-3070) for Marine Corps<br />

packs, training materials, and data reports. Work will be performed in Puerto Rico (81.5 percent), and Bozeman, Mont. (18.5<br />

percent), and is expected to be completed Sept. 15, 2012. Contract funds in the amount of $47,527,535 will expire at the end<br />

of the current fiscal year. This contract resulted from an unrestricted competition. The Marine Corps Systems Command,<br />

Quantico, Va., is the contracting activity.<br />

Surface Technologies Corp. (STC)*, Atlantic Beach, Fla. (N55236-11-D-0007), and South Bay Sand Blasting & Tank<br />

Cleaning (SBSB)*, San Diego, Calif. (N55236-11-D-0008), are each being awarded firm-fixed price, multiple-award,<br />

indefinite-delivery/indefinite-quantity contracts with a maximum value of $33,787,500 for STC, and $33,003,990 for SBSB, for<br />

non-skid decking removal and replacement. The non-skid removal work will be performed on frigates, destroyers, and<br />

cruisers. Work will be performed in Mayport/Jacksonville, Fla., and is expected to be completed by September 2012 for the<br />

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.<br />

This contract was competitively procured via the Navy Electronic Commerce Online website as a total small business setaside,<br />

with three proposals solicited and three offers received. The Southwest Regional Maintenance Center, San Diego,<br />

Calif., is the contracting activity.<br />

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded a<br />

$45,184,057 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for the procurement of<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

the following engineering change proposal upgrades: independent suspension axle systems; transfer case component kits;<br />

hydraulics upgrade kits; auxiliary power harness kits; battery harness kits; modular ammunition restraint system brackets;<br />

crew cooling kits; automated fire extinguisher system kits; and storage bin hardware. Work will be performed in Benoni,<br />

South Africa (91 percent); Halifax, Canada (5 percent); Goleta, Calif. (3 percent); and Irving, Texas (1 percent), and is<br />

expected to be completed no later than June 2012. Fiscal 2009 Other Procurement Appropriation contract funds in the<br />

amount of $45,184,057 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va.,<br />

is the contracting activity.<br />

Sauer, Inc., Jacksonville, Fla., is being awarded $18,161,000 for firm-fixed-price task order 0005 under a previously<br />

awarded multiple-award construction contract (N69450-09-D-1277) for construction of a paint and blast facility at Marine<br />

Corps Support Facility Blount Island. The work to be performed also provides for administrative areas and high bay areas<br />

with supporting systems. Work will be performed in Jacksonville, Fla., and is expected to be completed by May 2013.<br />

Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval<br />

Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.<br />

SOLPAC Construction, Inc., doing business as SOLTEK Pacific Construction Co., San Diego, Calif., is being awarded<br />

$15,232,841 for firm-fixed-price task order 0009 under a previously awarded multiple-award construction contract (N62473-<br />

06-D-1058) for repair and renovation to Bachelor Officer Quarters Wing B, Buildings 801and 804, and Senior Enlisted<br />

Barracks, Buildings 908 and 909, at Naval Air Station Lemoore. The work to be performed provides for the design and<br />

construction in order to upgrade and repair the existing bachelor housing buildings to meet current building codes; unified<br />

facilities criteria standards; Leadership in Energy and Environmental Design and energy code requirements; Architectural<br />

Barriers Act/Americans with Disabilities Act standards; Federal Emergency Management Agency and Tri-Service Seismic<br />

design criteria; installation requirements; and antiterrorism force protection standards. The task order also contains one<br />

planned modification and one unexercised option, which, if exercised, would increase cumulative task order value to<br />

$16,944,591. Work will be performed in Lemoore, Calif., and is expected to be completed by March 2013. Contract funds will<br />

expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities<br />

Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<br />

Rolls Royce Corp., Indianapolis, Ind., is being awarded a $14,978,534 modification to a previously awarded indefinitedelivery/indefinite-quantity<br />

contract (N00019-09-D-0020) to increase the ceiling on contract line items for power by the hour,<br />

per engine flight hours, and spares in support of the KC-130J aircraft. Work will be performed in Cherry Point, N.C., and is<br />

expected to be completed in February 2012. Contract funds will not expire at the end of the current fiscal year. No funding is<br />

being obligated at time of award. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

Rolls Royce, plc, Bristol, England, is being awarded a $12,232,537 firm-fixed-priced delivery order 5107 under the<br />

existing basic ordering agreement (N00383-08-G-003M) for the procurement of 8,436 turbine blades, HP ST2 used in<br />

support of the F-402 engine. Work will be performed in Bristol, England, and is expected to be completed by September<br />

2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured.<br />

NAVSUP Weapon System Support, Philadelphia, Pa., is the contracting activity.<br />

Canadian Commercial Corp., Ottawa, Ontario, is being awarded a $9,988,882 modification to a previously awarded<br />

fixed-price contract (N68335-11-C-0072) to exercise an option for the procurement of two recovery assist, securing and<br />

traversing systems in support of the Aircraft Launch and Recovery Equipment Program. Work will be performed in<br />

Mississauga, Ontario, and is expected to be completed in December 2013. Contract funds will not expire at the end of the<br />

current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.<br />

Marotta Control of Montville*, Montville, N.J., is being awarded a $9,865,747 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for the design, testing, and production of motor-operated pilot valves (MOPV) for<br />

shipboard firefighting systems. The MOPV will provide two control functions, as a four-port master MOPV and a three-port<br />

service MOPV. The four-port master MOPV will be used to initiate aqueous film forming foam (AFFF) concentrate flow, and<br />

fire main flow for mixing and disbursement to AFFF systems aboard the Navy fleet. The three-port MOPV serves as the local<br />

disbursement valve for either fire main flow or the AFFF mixture. Work will be conducted in Montville, N.J., and is expected to<br />

be completed by September 2016. Contract funds in the amount of $33,747 will expire at the end of the current fiscal year.<br />

This contract was competitively procured through Navy Electronic Commerce Online and Federal Business Opportunities<br />

websites, with three offers received. The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

contracting activity.<br />

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $9,112,698 fixed-price incentive-fee and firm-fixed-price<br />

modification to previously awarded contract (N00024-09-C-5305) for low rate initial production of fiscal 2011 Standard<br />

Missile-6 Block I all-up rounds. Work will be performed in Tucson, Ariz. (50 percent); Camden, Ark. (23 percent); Boston,<br />

Mass. (5 percent); Dallas, Texas (4 percent); Hanahan, S.C. (3 percent); Anniston, Ala. (2 percent); San Jose, Calif. (2<br />

percent); and other areas (11 percent), each having less than 1 percent. Work is expected to be completed by March 2014.<br />

Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is<br />

the contracting activity.<br />

MISSILE DEFENSE AGENCY<br />

The Missile Defense Agency is announcing the award of a sole-source undefinitized contract action to Raytheon<br />

Missile Systems Co., Tucson, Ariz., under contract N00024-07-C-6119, modification P00068. A cost-plus-incentive-fee<br />

modification is contemplated. The total not-to-exceed value of this effort is $285,800,000, increasing the total contract value<br />

from $1,269,128,730 to $1,554,928,730. Under this modification, the contractor will manufacture an additional 23 Standard<br />

Missile-3 Block IA missiles. The work will be performed in Tucson, Ariz. The performance period is from date of award<br />

through April 30, 2014. Fiscal 2011 defense-wide procurement funds in the amount of $60,000,000 will be used to<br />

incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military<br />

Sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.<br />

ARMY<br />

IMT Defense Corp., Westerville, Ohio (W52P1J-11-D-0094), and Medico Industries, Inc., Wilkes-Barre, Pa. (W52P1J-<br />

11-D-0095), were awarded a $141,300,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-award-task-order<br />

contract. The award will provide for the procurement of the M1 projectile metal parts. Work will be performed in Ingersoll,<br />

Ontario, Canada; Port Colborne, Ontario, Canada; and Wilkes-Barre, Pa., with an estimated completion date of Sept. 11,<br />

2016. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Rock Island,<br />

Ill., is the contracting activity (W51P1J-11-D-0095).<br />

Boh Bros. Construction Co., L.L.C., New Orleans, La., was awarded a $54,164,916 firm-fixed-price contract. The<br />

award will provide for the construction services in support of the Southeast Louisiana Urban Drainage Project. Work will be<br />

performed in Orleans Parish, La., with an estimated completion date of Oct. 19, 2014. The bid was solicited through the<br />

Internet, with 15 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-<br />

C-0058).<br />

Sierra Nevada Corp., Sparks, Nev., was awarded a $42,250,000 cost-plus-fixed-fee contract. The award will provide<br />

for the research and development services in the area of innovative centric, data fusion, network integration concepts and<br />

technologies. Work will be performed in Herndon, Va., with an estimated completion date of Sept. 14, 2014. The bid was<br />

solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Adelphi, Md., is the contracting<br />

activity (W911QX-11-D-0005).<br />

Native American Services Corp., Kellogg, Idaho, was awarded a $27,829,194 firm-fixed-price contract. The award will<br />

provide for the construction of the Battle Command Training Center, Fort Carson, Colo. Work will be performed in Fort<br />

Carson, Colo., with an estimated completion date of March 7, 2013. The bid was solicited through the Internet, with 20 bids<br />

received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-C-0061).<br />

Ultimate Concrete, L.L.C., El Paso, Texas, was awarded a $21,232,736 firm-fixed-price contract. The award will<br />

provide for the repair services of the aircraft parking apron at Rickenbacker Air National Guard Base, Columbus, Ohio. Work<br />

will be performed in Rickenbacker Air National Guard Base, Columbus, Ohio, with an estimated completion date of Jan. 31,<br />

2013. Thirty bids were solicited, with three bids received. The National Guard Bureau, Columbus, Ohio, is the contracting<br />

activity (W91364-11-C-0010).<br />

Great Lakes Dredge & Dock Company, L.L.C., Oak Brook, Ill., was awarded a $20,400,000 firm-fixed-price contract.<br />

The award will provide for the labor, equipment, and clean-up services to provide placement of additional beach fill material<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

on beach in Delaware. Work will be performed in several beaches throughout Delaware, with an estimated completion date<br />

of May 14, 2012. Sixteen bids were solicited, with three bids received. The U.S. Army Corps of Engineers, Philadelphia, Pa.,<br />

is the contracting activity (W912BU-11-C-0005).<br />

NISH, Vienna, Va., was awarded a $19,508,283 firm-fixed-price contract. The award will provide for the facilities<br />

maintenance services in support of the Directorate of Public Works. Work will be performed in Fort Knox, Ky., with an<br />

estimated completion date of July 31, 2012. One bid was solicited, with one bid received. The U.S. Army Mission and<br />

Installation Contracting Command, Fort Knox, Ky., is the contracting activity (W9124D-11-C-0019).<br />

ATK Launch Systems, Inc., Corinne, Utah, was awarded a $16,044,680 firm-fixed-price contract. The award will<br />

provide for the procurement of 7,400 LUU-2D/B illumination flares and 6,760 LUU-19B/B infrared flares for foreign military<br />

sales. Work will be performed in Corinne, Utah, with an estimated completion date of June 30, 2013. One bid was solicited,<br />

with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-<br />

0058).<br />

Ma-Chis Kawv III, L.L.C., Kinston, Ala., was awarded a $14,000,000 firm-fixed-price indefinite-delivery/indefinitequantity<br />

contract. The award will provide for the construction activities for use within the Tulsa district boundaries of the U.S.<br />

Army Corps of Engineers. Work location will be determined with each task order, with an estimated completion date of Sept.<br />

13, 2016. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting<br />

activity (W912BV-11-D-0022).<br />

Advanced American Construction, Inc., Portland, Ore., was awarded a $10,246,900 firm-fixed-price contract. The<br />

award will provide for the installation of a new river release pipe for the existing fish facility at McNarry Dam. Work will be<br />

performed in Umatilla, Ore., with an estimated completion date of May 30, 2012. The bid was solicited through the Internet,<br />

with eight bids received. The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-11-C-<br />

0017).<br />

Bowhead Science and Technology, L.L.C., Alexandria, Va., was awarded a $9,600,000 firm-fixed-price indefinitedelivery/indefinite-quantity<br />

contract. The award will provide for the support services for the engineering, research and<br />

development centers. Work will be performed in Hanover, N.H., Champaign, Ill., and Vicksburg, Miss., with an estimated<br />

completion date of Sept. 30, 2015. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers,<br />

Vicksburg, Miss., is the contracting activity (W912HZ-10-D-0004).<br />

Bay West, St. Paul, Minn., was awarded a $9,400,000 firm-fixed-price indefinite-delivery/indefinite-quantity task-order<br />

contract. The award will provide for the services for the Military Munitions Response Program in support of the U.S. Army<br />

Corps of Engineers, Northwestern Division, and existing customers. Work location will be determined with each task order,<br />

with an estimated completion date of Sept. 13, 2016. The bid was solicited through the Internet, with seven bids received.<br />

The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-D-0033).<br />

NSR Solutions, Inc., Rockville, Md., was awarded a $7,425,051 firm-fixed-price indefinite-delivery/indefinite-quantity<br />

contract. The award will provide for the nursing services in support of Tripler Army Medical Center. Work will be performed in<br />

Tripler Army Medical Center, Hawaii, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the<br />

Internet, with eight bids received. The U.S. Medical Command, Tripler Army Medical Center, Hawaii, is the contracting<br />

activity (W81K02-10-D-0004).<br />

Charpie Korte Group, L.L.C., Chicago, Ill., was awarded a $7,230,248 firm-fixed-price contract. The award will provide<br />

for the construction of a preventive medicine service facility at Joint Base Lewis McChord, Wash. Work will be performed in<br />

Joint Base Lewis McChord, Wash., with an estimated completion date of Jan. 30, 2013. The bid was solicited through the<br />

Internet, with nine bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-<br />

C-0015).<br />

Agentase, L.L.C., Pittsburgh, Pa., was awarded a $7,000,000 cost-plus-fixed-fee contract. The award will provide for<br />

the research and development services in support of chemical detection technology. Work will be performed in Pittsburgh,<br />

Pa., and West Lafayette, Ind., with an estimated completion date of Feb. 10, 2013. The bid was solicited through the Internet,<br />

with 2,334 bids received. The U.S. Army Contracting Command, Durham, N.C., is the contracting activity (W911NF-08-D-<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

0002).<br />

DEFENSE LOGISTICS AGENCY<br />

Northrop Grumman Technical Services, Herndon, Va., was awarded a firm-fixed-price contract for a maximum<br />

$76,591,506 for aircraft parts. Other locations of performance are California, Michigan, and Utah. Using service is Air Force.<br />

The date of performance completion is Aug. 31, 2018. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.,<br />

is the contracting activity (SPRTA1-11-C-0108).<br />

Valero Marketing and Supply Co., San Antonio, Texas, was issued a modification on the current contract SP0600-11-<br />

D-0450/P00009. Award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a<br />

maximum $37,046,676 for aviation turbine fuel. Other location of performance is Corpus Christi, Texas. Using service is the<br />

Foreign Military Sales Program. The date of performance completion is Nov. 30, 2011. The Defense Logistics Agency<br />

Energy, Fort Belvoir, Va., is the contracting activity.<br />

<strong>All</strong>ied Healthcare Products*, St. Louis, Mo., was awarded a fixed-price with economic price adjustment contract for a<br />

maximum $12,000,000 for various respiratory items such as ventilators, aspirators, and oxygen cylinders, with parts and<br />

accessories for patient care. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine<br />

Corps and federal civilian agencies. The date of performance completion is Sept. 13, 2016. The Defense Logistics Agency<br />

Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-11-D-8202).<br />

AIR FORCE<br />

Alion Science and Technology Corp., Chicago, Ill., is being awarded an estimated $47,595,013 cost-plus-fixed-fee,<br />

indefinite-delivery requirements contract to continue research and development of ballistic missile defense technologies<br />

including the upgrade of training systems to meet advanced ballistic missile defense weapon and combat system<br />

requirements to enhance the operation of distributed experimentation, evaluation, and training environment. Work will be<br />

performed at Alion Science and Technology in Chicago, Ill. The Air Force Materiel Command‟s Enterprise Sourcing<br />

Group/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-99-D-0301, Delivery Order 0214).<br />

Space Coast Launch Services, Patrick Air Force Base, Fla., is being awarded a $26,212,703 cost-plus-award-fee,<br />

award term contract for launch operations support, including operations maintenance and engineering support to critical<br />

launch, spacecraft and ordnance facilities, and support systems, owned by the 45th Space Wing. Work will be performed at<br />

Patrick Air Force Base, Fla. The 45th Contracting Squadron, Patrick Air Force Base, Fla., is the contracting activity (FA2521-<br />

05-C-0008, Modification P00121).<br />

L3 Communications Corp., Salt Lake City, Utah, is being awarded a $23,782,872 firm-fixed-price and costreimbursable<br />

contract for eight fixed installation satellite communications terminals to be installed at Europe Relay Site 2 in<br />

Germany. Work will be performed at Salt Lake City, Utah, and Ramstein Air Force Base, Germany. The Aeronautical<br />

Systems Center/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-08-G-0460 0007).<br />

Harris Corp., Government Communications Systems, Palm Bay, Fla., is being awarded an $8,567,994.34 cost-plusaward-fee,<br />

cost-plus-fixed-fee, cost contract for overseas contingency operations tasks for continued sustainment repair of<br />

systems within the space control mission area under space control depot support. Work will be performed at Palm Bay, Fla.<br />

The Space and Missile Systems Center, Space Superior Systems Directorate, El Segundo, Calif., is the contracting activity<br />

(FA8819-08-C-0001, P00090).<br />

Flash Tech, Inc., Kansas City, Mo., is being awarded a $7,717,000 firm-fixed-price contract for the purchase,<br />

installation, and training for new coatings removal system and upgrade of existing removal system for the 402nd<br />

Maintenance Group at Warner-Robins Air Logistics Center, Ga. The Warner-Robins Air Logistics Center/PKOA, Robins Air<br />

Force Base, Ga., is the contracting activity (FA8501-11-C-0049).<br />

Crew Training International, Inc., Memphis, Tenn., is being awarded a $6,864,843 fixed-price with cost-reimbursable<br />

line items contract modification for increased workload for MQ-1 and MQ-9 academic, simulator, and flying training<br />

requirements at Holloman Air Force Base, N.M., and March Air Force Base, Calif.; and initial MQ-9 support for Hancock<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Field, N.Y. Work will be performed at Creech Air Force Base, Nev.; Holloman Air Force Base, N.M.; March Air Reserve Base,<br />

Calif.; and Hancock Field, N.Y. The Air Combat Command Acquisition Management and Integration Center Contracting<br />

Division, Newport News, Va., is the contracting activity (FA4890-08-C-0006 and P00059).<br />

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY<br />

Lockheed Global Training & Logistics, Orlando, Fla., is being awarded a $10,778,746 cost-plus-fixed-fee contract.<br />

The work is for Phase II-B of the National Cyber Range Program. Work will be performed in Orlando, Fla. (79.07 percent);<br />

Cherry Hill, N.J. (10.27 percent); North Chelmsford, Mass. (4.64 percent); Piscataway, N.J. (2.34 percent); San Antonio,<br />

Texas (1.48 percent); Princeton, N.J. (1.30 percent); and Salt Lake City, Utah (0.91 percent). The work is expected to be<br />

completed by Sept. 30, 2012. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-<br />

0148).<br />

WASHINGTON HEADQUARTERS SERVICE<br />

<strong>All</strong> World Language Consultants, Inc., Rockville, Md., is being awarded a $6,815,361 modification under previously<br />

awarded contract (HQ0034-08-F-1058) to provide Arabic-speaking interpreters/linguists to assist defense counsel with<br />

interviews of Arabic-speaking detainees and witnesses, and to translate documents. Work will be performed in Arlington, Va.,<br />

with an estimated completion date of Feb. 22, 2012. The bid was solicited through the Internet, ith one bid received.<br />

Washington Headquarters Service is the contracting activity.<br />

Science Applications International Corp., McLean, Va., is being awarded a $1,486,942 modification, which brings the<br />

total of all prior modifications/increments to $6,858,689, under previously awarded contract (HQ0034-11-F-0080) to provide<br />

mission support services for court room and case preparation. Work will be performed in Washington, D.C., with an<br />

estimated completion date of April 14, 2016. The bid was solicited through the Internet, with one bid received. Washington<br />

Headquarters Service is the contracting activity.<br />

*Small business<br />

Total value of contracts awarded this day: $ 1,547.28M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 800-11<br />

September 19, 2011<br />

CONTRACTS<br />

ARMY<br />

Compton Construction, Bumpus Mills, Tenn. (W9126G-11-D-0064); Au Authum Ki, Chandler, Ariz. (W9126G-11-D-<br />

0063); Small Business Group, Inc., Summerville, S.C. (W9126G-11-D-0062); and GSC Construction, Augusta, Ga.<br />

(W9126G-11-D-0061), were awarded a $263,000,000 firm-fixed-price multiple-award-task-order contract. The award will<br />

provide for the construction of warehouses in states west of the Mississippi River. Work location will be determined with each<br />

task order, with an estimated completion date of Sept. 23, 2016. The bid was solicited through the Internet, with 41 bids<br />

received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.<br />

Zieson Construction Co., L.L.C., Riverside, Mo. (W912DQ-11-D-4009); Sealaska Constructor, L.L.C., Bellevue,<br />

Wash. (W912DQ-11-D-4010); Greenleaf Construction, Kansas City, Mo. (W912DQ-11-D-4011); and Alexander-Weitz,<br />

Kansas City, Mo. (W912DQ-11-D-4012), were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract.<br />

The award will provide for the design-build services to support military construction projects within the Kansas City district.<br />

Work location will be determined with each task order, with an estimated completion date of Nov. 25, 2012. The bid was<br />

solicited through the Internet, with 32 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting<br />

activity.<br />

Mass Service and Supply, L.L.C., Pueblo, Colo., was awarded a $39,700,000 firm-fixed-price contract. The award will<br />

provide for the construction of the Regional Training Institute at Fort Carson, Colo. Work will be performed in Fort Carson,<br />

Colo., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with eight bids<br />

received. The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-11-C-0008).<br />

Airborne Systems North America of N.J., Inc., Pennsauken, N.J., was awarded a $27,627,306 firm-fixed-price<br />

contract. The award will provide for the procurement of 3,500 Military Free Fall Advanced Ram Air Parachute Systems,<br />

including logistics and training data deliverables. Work will be performed in Pennsauken, N.J., with an estimated completion<br />

date of Sept. 14, 2016. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting<br />

Command, Natick, Mass., is the contracting activity (W911QY-11-D-0073).<br />

Longbow, L.L.C., Orlando, Fla., was awarded a $26,049,000 cost-plus-fixed-fee contract. The award will provide for<br />

the modification of an existing contract to add engineering service house for the Hellfire and Longbow missile requirements.<br />

Work will be performed in Orlando, Fla., with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one<br />

bid received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-<br />

C-0256).<br />

Raytheon Co., Huntsville, Ala., was awarded a $19,501,469 cost-plus-fixed-fee contract. The award will provide for<br />

the procurement of the Integrated Air and Missile Defense Plug and Flight A-kit design definition. Work will be performed in<br />

Huntsville, Ala., with an estimated completion date of Jan. 31, 2012. One bid was solicited, with one bid received. The U.S.<br />

Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0167).<br />

VSE Corp., Alexandria, Va., was awarded a $17,811,936 firm-fixed-price, level-of-effort contract. The award will<br />

provide for the technical manual updating services in support of Army Two Level Maintenance Program. Work will be<br />

performed in Alexandria, Va., with an estimated completion date of Sept. 15, 2012. Sixteen bids were solicited, with five bids<br />

received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-A906).<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

provide for the procurement of 16,798 Operation Enduring Freedom Camouflage Pattern Soldier Plate Carrier Systems with<br />

soft ballistics and cummerbund; 42,000 OCP component kits; and several other various components. Work will be performed<br />

in Eden, N.C., with an estimated completion date of Sept. 9, 2012. The bid was solicited through the Internet, with three bids<br />

received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-11-C-<br />

0167).<br />

AJAC Enterprises, Inc., Albuquerque, N.M., was awarded a $13,093,523 firm-fixed-price contract. The award will<br />

provide for the restoration services in support of the Middle Rio Grande Restoration Project. Work will be performed in<br />

Bernalillo, N.M., and Albuquerque, N.M., with an estimated completion date of April 15, 2014. The bid was solicited through<br />

the Internet, with four bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity<br />

(W912PP-11-C-0026).<br />

DRC Emergency Services, L.L.C., was awarded an $11,872,911 firm-fixed-price contract. The award will provide for<br />

the construction of a site for temporary housing in Minot, N.D. Work will be performed in Minot, N.D., with an estimated<br />

completion date of Oct. 28, 2011. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Corps of<br />

Engineers, St. Paul, Minn., is the contracting activity (W912ES-11-C-0026).<br />

Inland Construction & Equipment, Inc., was awarded a $9,849,926 firm-fixed-price contract. The award will provide for<br />

the pile and deck repair services for the Center Wharf, Military Ocean Terminal Sunny Point, Brunswick, N.C. Work will be<br />

performed in Brunswick County, N.C., with an estimated completion date of April 30, 2013. Eight bids were solicited, with five<br />

bids received. The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912HN-11-C-0008).<br />

Raytheon Co., Andover, Mass., was awarded an $8,393,659 cost-plus-fixed-fee contract. The award will provide for<br />

the repair and recapitalization services of Patriot missile systems assemblies and sub-assemblies. Work will be performed in<br />

Andover, Mass., with an estimated completion date of Oct. 14, 2012. One bid was solicited, with one bid received. The<br />

Directorate of Contracting, Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity (W911N2-09-D-0001).<br />

NAVY<br />

Raytheon, Integrated Defense Systems, Portsmouth, R.I., is being awarded a $42,640,122 fixed-price incentive, firmfixed<br />

price, cost-plus-fixed fee, cost-type contract for MK 54, Mod 0 lightweight torpedo kit production. This contract procures<br />

kits, test equipment, spares, engineering, and repair services related to upgrades of Navy lightweight torpedoes. The MK54<br />

Mod 0 lightweight torpedo is primarily intended as an anti-submarine torpedo in littoral scenarios. Its basic capabilities include<br />

operation in both shallow- and deep-water acoustic environmental conditions, using MK46 anti-submarine warfare<br />

capabilities in deep-water scenarios. The MK54 Mod 0 lightweight torpedo is an effective defense in the presence of threat<br />

countermeasures. Contract includes options, which, if exercised, would bring the cumulative value of this contract to<br />

$558,382,473. Work will be performed in Portsmouth, R.I. (80 percent), and Keyport, Wash. (20 percent), and is expected to<br />

completed by October 2015. Contract was competitively procured via Navy Electronic Business Opportunities website, with<br />

four offers received. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command,<br />

Washington D.C., is the contracting activity (N00024-11-C-6410).<br />

The TEC-AECOM Pacific, J.V., Charlottesville, Va., is being awarded $26,200,000 for firm-fixed-price task order 0002<br />

under a previously awarded indefinite-delivery/indefinite-quantity architect-engineering contract (N62742-11-D-1801) for<br />

preparation of National Environmental Policy Act documents, environmental planning services, environmental studies, and<br />

related technical services at various Navy and Marine Corps activities within the Pacific Basin and Indian Ocean areas. Work<br />

will be performed in Honolulu, Hawaii, and is expected to be completed by September 2016. Contract funds will expire at the<br />

end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command,<br />

Pacific, Pearl Harbor, Hawaii, is the contracting activity.<br />

Alpha Marine Services, L.L.C., Galliano, La., is being awarded a $25,266,636 firm-fixed-price contract for the time<br />

charter of M/V Dove, a U.S.-flagged, anchor-handling, towing supply vessel that will be used to support the Sea-Based X-<br />

Band Radar Platform, also called SBX-1. M/V Dove will transfer fuel, supplies, and offshore workers to and from SBX-1, and<br />

will function as the oil spill response vessel for SBX-1. Alpha Marine Services will operate and maintain M/V Dove for the<br />

duration of the charter. This contract includes four one-year option periods, which, if exercised, would bring the cumulative<br />

value of this contract to $146,986,164. Work will be provided in the Pacific Ocean, and is expected to be completed by<br />

September 2012. Contract funds are subject to availability in fiscal 2012 and will expire at the end of that fiscal year, or fiscal<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

2013. This contract was competitively procured via a solicitation posted to the Military Sealift Command, Navy Electronic<br />

Commerce Online, and Federal Business Opportunities websites with more than 100 companies having access to the<br />

solicitation, four offers were received. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-<br />

2006).<br />

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $18,389,065 modification to<br />

previously awarded contract (N00024-08-C-2300) for the accomplishment of the post-shakedown availability (PSA) for the<br />

DDG 51-class guided-missile destroyers USS William P. Lawrence (DDG 110) and USS Spruance (DDG 111). The effort to<br />

be performed includes services and material for the PSA. Specific efforts include: engineering and management support;<br />

labor and procurement of material to correct government responsible deficiencies and accomplish system upgrades; and<br />

performance of specific PSA work items inclusive of tests and post repair sea trials. Work will be performed in San Diego,<br />

Calif., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal<br />

year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.<br />

Kollsman, Inc., Merrimack, N.H., is being awarded a $12,500,000 modification to existing contract (N00164-10-D-<br />

JQ24) for 28 Night Targeting Systems (NTS). The NTS upgrades incorporate a third-generation electro-optics sensor. The<br />

scope of the proposed contract modification includes NTS modification. The upgraded configuration will incorporate a thirdgeneration<br />

forward-looking infrared sensor; a color charged coupled device camera on the gimbal; a color multi-functional<br />

display; laser rangefinder; and a target designator that improves the boresight capability of the NTS. Work will be performed<br />

in a Merrimack, N.H., and is expected to be completed by September 2016. Contract funds in the amount of $12,500,000 will<br />

expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting<br />

activity.<br />

Olin Corp., Winchester Ammunition, East Alton, Ill., is being awarded a $9,999,786 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for the purchase of .40 caliber frangible ammunition in support of the Coast Guard and<br />

Naval Criminal Investigative Service. Frangible ammunition is primarily used for training. Frangible, or “soft” rounds are<br />

designed to break apart when they hit walls or other hard surfaces to prevent ricochets during close-quarters combat. Work<br />

will be performed in Oxford, Miss., and is expected to be completed by September 2016. Contract funds in the amount of<br />

$41,278 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with seven proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the<br />

contracting activity (N00164-11-D-JN08).<br />

W.M. Robots, L.L.C.*, Colmar, Pa, is being awarded a $9,599,879 firm-fixed-price, indefinite-delivery/indefinitequantity<br />

contract for the procurement of Vallon mine detectors and consumable spares supporting the government of<br />

Afghanistan under the Foreign Military Sales Program. This contract includes options, which, if exercised, would bring the<br />

cumulative value of this contract to $12,390,063. Work will be performed in Colmar, Pa., and is expected to be completed by<br />

September 2012. Contract funds in the amount of $7,928,618 will expire at the end of the current fiscal year. This contract<br />

was synopsized via Federal Business Opportunities as a sole-source procurement, and was not competitively procured. The<br />

Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0015).<br />

EFW, Inc., Fort Worth, Texas, is being awarded a $9,449,387 modification to a previously awarded firm-fixed-price<br />

contract (N00019-09-C-0057) to provide hardware, installations, non-recurring engineering, technical data, and installation<br />

support of the Helmet Display Tracking System in AH-1W helicopters. Work will be performed in Haifa, Israel (51 percent),<br />

Fort Worth, Texas (25 percent), and Melbourne, Fla. (24 percent), and is expected to be completed in January 2013.<br />

Contract funds in the amount of $4,524,734 will expire at the end of the current fiscal year. The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity.<br />

Alion Science and Technology Corp., Washington, D.C., is being awarded an $8,256,758 undefinitized contract<br />

modification to previously awarded contract (N00024-10-C-5119) for professional support services for Program Executive<br />

Office Integrated Warfare Systems and Integrated Warfare Systems Deputy Assistant Secretary of the Navy Ships. This<br />

contract will provide subject matter experts, critical budget and finance support, and systems engineering support.<br />

Additionally, the contractor will provide direct support of the preparation of the Quarterly Execution Review; data analysis;<br />

preparation and review of information to be included in decision briefings; and preparation and review of issue papers, white<br />

papers, technical reports, study reports, and requirements documentation. Support services include program management,<br />

business financial management, and acquisition management at the Washington Navy Yard; as well as financial<br />

management, project management, and systems engineering support at the Pentagon. Work will be performed in the<br />

Washington, D.C., and is expected to be completed by September 2012. Contract funds in the amount of $766,077 will<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

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

American Contractor and Technology, Inc.*, Pensacola, Fla., is being awarded $6,843,316 firm-fixed-price task order<br />

0002 under a previously awarded multiple-award construction contract (N69450-08-D-1295) for hangar repair and paraloft<br />

relocation at Naval Air Station Meridian. The work to be performed provides for architectural, mechanical, and electrical<br />

repairs to Aircraft Hangar 2 that will consolidate various maintenance shops and demolish vacated associated shop<br />

buildings. Work will be performed in Meridian, Miss., and is expected to be completed by November 2013. Contract funds will<br />

expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities<br />

Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.<br />

AIR FORCE<br />

DynCorp International, L.L.C., Fort Worth, Texas, is being awarded a $36,041,734 firm-fixed-price contract for aircraft<br />

maintenance and related services in support of Euro-NATO joint jet pilot training; maintaining T-38 undergraduate pilot<br />

training, T-38 introduction to fighter fundamentals, and T-6A aircraft at Sheppard Air Force Base, Texas. The 82nd<br />

Contracting Squadron/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA-3002-09-C-0024, Modification<br />

Number A00026).<br />

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $25,135,974 cost-plus-fixed-fee, indefinitedelivery,<br />

requirements contract for electro-optical, ultraviolet, infrared, and radio frequency sensors and system engineering<br />

and testing, to include reconnaissance systems and equipment, and other platform survivability systems and equipment.<br />

Work will be performed at Atlanta, Ga. The Air Force Materiel Command‟s Enterprise Sourcing Group/PKS, Offutt Air Force<br />

Base, Neb., is the contracting activity (HC1047-05-D-4000, Delivery Order: 0190).<br />

Work Services Corp., Wichita Falls, Texas, is being awarded a $17,410,276 firm-fixed-price contract modification for<br />

full food service, consisting of four main dining facilities, the central preparation kitchen, and meals delivered to the Sheppard<br />

Training Annex. Work will be performed at Sheppard Air Force Base, Texas. The 82nd Contracting Squadron/LGCA,<br />

Sheppard Air Force Base, Texas, is the contracting activity (FA3020-07-F-0079, Modification Number P00039).<br />

DEFENSE LOGISTICS AGENCY<br />

Technology Research Corp.*, Clearwater, Fla., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity,<br />

long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test consoles.<br />

There are no other locations of performance. Using service is Army. The date of performance completion is Sept. 19, 2016.<br />

The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0033).<br />

United Support Solutions, Inc.*, Cedar Grove, N.J., was awarded a firm-fixed-price, indefinite-delivery/indefinitequantity,<br />

long-term contract for a maximum $12,853,363 for procurement of generator control box assemblies and test<br />

consoles. There are no other locations of performance. Using service is Army. The date of performance completion is Sept.<br />

19, 2016. The Defense Logistics Agency Land, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-<br />

0034).<br />

SYSCO Connecticut, Rocky Hill, Conn., was issued a modification exercising the first option year on the current<br />

contract SPM300-08-D-3238/P00029. Award is a fixed-price with economic price adjustment, prime vendor contract with a<br />

maximum $11,636,100 for food and beverage support for the Department of Defense and non-<strong>DoD</strong> customers in the<br />

Connecticut, Rhode Island, and Massachusetts area. There are no other locations of performance. Using services are Army,<br />

Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics Agency<br />

Troop Support, Philadelphia, Pa., is the contracting activity.<br />

*Small business<br />

Total value of contracts awarded this day: $ 822.13M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 803-11<br />

September 20, 2011<br />

CONTRACTS<br />

NAVY<br />

Hensel Phelps Granite Hangar, J.V., Irvine, Calif., is being awarded a $97,222,000 firm-fixed-price contract for the<br />

design and construction of an MV-22 aircraft parking apron/taxiway expansion; an Aircraft Maintenance Hangar 4 addition;<br />

and Aircraft Maintenance Hangar 7 construction at Marine Corps Air Station Miramar. The work to be performed provides for<br />

the construction and/or renovation of airfield facilities to enable the operation of both the MV-22 (medium lift) aircraft as well<br />

as the CH-53 (heavy-lift) helicopter. Specifically, the facilities will accommodate and maintain the MV-22 squadrons; conduct<br />

readiness and training operations; and conduct special exercise operations to attain and maintain proficiency in the<br />

operational employment of the MV-22. The contract also contains two planned modifications, which, if issued, would increase<br />

cumulative contract value to $103,602,000. Work will be performed in San Diego, Calif., and is expected to be completed by<br />

September 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured<br />

via the Navy Electronic Commerce Online website, with 10 proposals received. The Naval Facilities Engineering Command,<br />

Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-0401).<br />

General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded an estimated $64,590,000 indefinitedelivery/indefinite-quantity,<br />

cost-plus-incentive-fee and cost-plus-fixed-fee contract for software in-service support for<br />

maintenance, upgrades, and enhancements to the Wideband Networking Waveform software. Work will be performed in<br />

Scottsdale, Ariz., and is expected to be completed by September 2016. Contract funds will expire at the end of the current<br />

fiscal year. The contract was competitively procured via the Federal Business Opportunities website and the Space and<br />

Naval Warfare Systems Command E-commerce website, with two offers received. The Space and Naval Warfare Systems<br />

Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-4806).<br />

Science Applications International Corp., Virginia Beach, Va., is being awarded $42,800,000 firm-fixed-price General<br />

Services Administration task order contract for integrated training support and execution by U.S. Fleet Forces Command.<br />

Work will be performed in Hampton Roads (30 percent); Bremerton, Wash. (28 percent); Newport, R.I. (6 percent); Groton,<br />

Conn. (6 percent); Ingleside, Texas (6 percent); San Diego, Calif. (6 percent); Pearl Harbor, Hawaii (6 percent); Yokosuka,<br />

Japan (6 percent); and Sasebo, Japan (6 percent). Work is to be completed by July 2012. Contract funds will not expire<br />

before the end of the fiscal year. This contract was not competitively procured. NAVSUP Weapon Systems Support,<br />

Mechanicsburg, Pa., is the contracting activity (N00104-11-F-QT60).<br />

Architects Hawaii, Ltd., Honolulu, Hawaii, is being awarded a maximum $10,000,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

architect-engineering contract for preparation of plans and specifications for bachelor quarters and<br />

other architectural projects in the Naval Facilities Engineering Command (NAVFAC), Hawaii area of responsibility (AOR).<br />

The work to be performed provides for preparation of plans, specifications, cost estimates, design analysis and/or<br />

preparation of design-build request for proposal contract documents, field investigation, engineering study, geotechnical<br />

investigation, topographic survey, interior design, post construction award services, and other related services. No task<br />

orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other<br />

government facilities within the NAVFAC Hawaii AOR, and is expected to be completed by September 2016. Contract funds<br />

will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with 15 proposals received. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor,<br />

Hawaii, is the contracting activity (N62478-11-D-5012).<br />

Marine Hydraulics International, Inc., Norfolk, Va., is being awarded a $9,290,644 modification to previously awarded<br />

contract (N00024-10-C-4405) for USS Mahan (DDG 72) fiscal 2012 selective restricted availability for ship maintenance and<br />

repair. The contract will provide expert design, planning, and material support services for both DDG class ship construction<br />

and modernization. Work will be performed in Norfolk, Va., and is expected to be completed by February 2012. Contract<br />

funds in the amount of $8,790,907 will expire at the end of the current fiscal year. The Naval Ship Support Activity, Norfolk,<br />

Va., is the contracting activity.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Marine Hydraulics International, Norfolk, Va., is being awarded a $7,780,629 modification to previously awarded<br />

contract (N00024-10-C-4405) to exercise options for the accomplishment of the USS Ross (DDG 71) fiscal 2012 selective<br />

restricted availability. The contract will provide expert design, planning, and material support services for both DDG nondockers<br />

ship construction and modernization. Work will be performed in Norfolk, Va., and is expected to be completed by<br />

March 2012. Contract funds in the amount of $7,780,629 will expire at the end of the current fiscal year. The Naval Ship<br />

Support Activity, Norfolk, Va., is the contracting activity.<br />

EMR, Inc., Infrastructure and Environment*, Niceville, Fla., is being awarded $6,665,177 for firm-fixed-price task order<br />

0002 under a previously awarded multiple award construction contract (N69450-10-D-0787) for the Hangar 57 repair and<br />

modernization project at Naval Air Station Corpus Christi. The work to be performed provides for necessary repairs and<br />

modernization to a World War II-era hangar. The work includes selective demolition, and repairs and upgrades to<br />

architectural, structural, heating ventilation and air conditioning, plumbing, electrical, fire protection, and civil engineering<br />

systems. The task order also contains two unexercised options, which, if exercised, would increase cumulative task order<br />

value to $7,751,086. Work will be performed in Corpus Christi, Texas, and is expected to be completed by December 2012.<br />

Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval<br />

Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.<br />

DEFENSE LOGISTICS AGENCY<br />

Western Diesel Services, Inc.*, St. Louis, Mo., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity,<br />

long-term contract for a maximum $23,127,146 for procurement of engine parts. There are no other locations of performance.<br />

Using service is Army. The date of performance completion is Sept. 20, 2016. The Defense Logistics Agency Land,<br />

Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-11-D-0030).<br />

NAVCOM Defense Electronics, Inc.*, Corona, Calif., was awarded a firm-fixed-price, sole-source contract for a<br />

maximum $22,442,598 for aircraft parts. There are no other locations of performance. Using service is Air Force. The date of<br />

performance completion is Aug. 31, 2014. The Defense Logistics Agency Aviation, Robins Air Force Base, Ga., is the<br />

contracting activity (SPRWA1-11-C-0026).<br />

Pocono Produce Co.*, Stroudsburg, Pa., was issued a modification exercising the second option year on the current<br />

contract SPM300-08-D-3248/P00030. Award is a fixed-price with economic price adjustment, prime vendor contract with a<br />

maximum $15,000,000 for food and beverage support. There are no other locations of performance. Using services are<br />

Army, Navy, Air Force, and Marine Corps. The date of performance completion is Sept. 19, 2012. The Defense Logistics<br />

Agency Troop Support, Philadelphia, Pa., is the contracting activity.<br />

U.S. TRANSPORTATION COMMAND<br />

Maersk Line, Ltd., Norfolk, Va., is being awarded a $9,802,426 fixed-price delivery order for container purchases and<br />

detention in support of Operation Enduring Freedom. Contract funds will expire at the end of the current fiscal year. The U.S.<br />

Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-07-D-<br />

0040).<br />

*Small business<br />

Total value of contracts awarded this day: $ 308.72M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 808-11<br />

September 21, 2011<br />

CONTRACTS<br />

DEFENSE LOGISTICS AGENCY<br />

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

a maximum $180,501,821 for ownership, operation and maintenance of the electric distribution system at Travis Air Force<br />

Base, Calif. Another location of performance is Travis Air Force Base, Calif. Using service is Air Force. The date of<br />

performance completion is January 2062. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity<br />

(SP0600-11-C-8270).<br />

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

$109,635,061 for aft decks applicable to B-2 aircrafts. Another location of performance is St. Augustine, Fla. Using service is<br />

Air Force. The date of performance completion is April 19, 2016. The Defense Logistics Agency Aviation, Tinker Air Force<br />

Base, Okla., is the contracting activity (SPRTA1-11-C-0112).<br />

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

current contract SPM200-08-D-7537/P00005. Award is a firm-fixed-price, indefinite-delivery/quantity contract with a<br />

maximum $10,240,000 for spectacle cases. There are no other locations of performance. Using services are Army, Navy, Air<br />

Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 30, 2012. The Defense<br />

Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.<br />

NAVY<br />

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

(N00024-10-C-2118) for additional lead-yard services, development studies, and design efforts related to Virginia-class<br />

submarines. The contract provides lead, lead-yard services for Virginia-class submarines that will maintain, update, and<br />

support the Virginia-class design and related drawings and data for each Virginia-class submarine, including technology<br />

insertion, throughout its construction and post-shakedown availability period. The contractor will also provide all engineering<br />

and related lead-yard services necessary for direct maintenance and support of Virginia-class ship specifications. In addition,<br />

the contract provides development studies and design efforts related to the Virginia-class submarine design and design<br />

improvements; preliminary and detail component and system design; and integration of system engineering, design<br />

engineering, test engineering, logistics engineering, and production engineering. The contractor will continue development<br />

studies and design efforts related to components and systems to accomplish research and development tasks and<br />

prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding<br />

Virginia-class submarines. Work will be performed in Groton, Conn. (91.1 percent); Newport, R.I. (1.4 percent); Quonset, R.I.<br />

(3.5 percent); and Newport News, Va. (4 percent). Work is expected to be completed by September 2012. Contract funds will<br />

not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting<br />

activity.<br />

Del-Jen, Inc., Clarksville, Tenn., is being awarded a $24,640,037 modification under a previously awarded firm-fixedprice,<br />

indefinite-delivery/indefinite-quantity contract (N69450-07-D-0770) to exercise option four, for base operations support<br />

services at Naval Air Station Pensacola and surrounding areas (Saufley Field, Corry Station, and Bronson Field). The work to<br />

be performed provides for public works administration including labor, management, supervision, materials, supplies, and<br />

tools for facilities management, facilities investment, facility maintenance services (non-family housing and Navy family<br />

housing), pest control, street sweeping, utility plant and distribution operations and maintenance (chiller, electrical, gas,<br />

wastewater, steam and water), environmental services, centrally managed safety services, and base support vehicles and<br />

equipment. The total contract amount after exercise of this option will be $118,523,007. Work will be performed in Pensacola,<br />

Fla., and is expected to be completed by September 2012. Contract funds in the amount of $18,269,142 are obligated on this<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast,<br />

Jacksonville, Fla., is the contracting activity.<br />

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

modification to a previously awarded advance acquisition contract (N00019-11-C-0083) to procure long lead items in support<br />

of the Italian Air Force F-35 Lightning II Joint Strike Fighter aircraft (conventional takeoff and landing) for the government of<br />

Italy. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20<br />

percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent). Work is expected to be<br />

completed in December 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity.<br />

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

modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for environmental<br />

remedial action services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command<br />

Atlantic area of responsibility. After award of this modification, the total cumulative contract value will be $162,500,000. Work<br />

will be performed primarily in Virginia (25 percent); Maryland (15 percent); North Carolina (15 percent); Vieques, Puerto Rico<br />

(15 percent); Connecticut (5 percent); Maine (5 percent); Massachusetts (5 percent); Washington, D.C. (5 percent); Africa (5<br />

percent), Pennsylvania (4 percent); and West Virginia (1 percent). Work is expected to be completed by April 2013. Contract<br />

funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is<br />

the contracting activity (N62470-08-D-1007).<br />

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

firm-fixed-price contract for the acquisition of land mobile radio systems and equipment for the Hierarchical Yet<br />

Dynamically Reprogrammable Architecture Wireless Interior Communications Program. This contract includes options,<br />

which, if exercised, would bring the cumulative value of this contract to an estimated $49,025,409. Work will be performed in<br />

Lynchburg, Va., and is expected to be completed by September 2012. If all options are exercised, work could continue until<br />

September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a solesource<br />

basis. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-<br />

3215).<br />

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

agreement for the purchase of commercial electronic design automation software tool license and maintenance agreements.<br />

The required design tools are used to support Strategic Systems Programs work for the Trident II (D5) MK6 Life Extension<br />

Guidance System. This contract was sole-sourced, via Navy Electronic Commerce Online website, because the supplies and<br />

related maintenance efforts are only available from one source. The supplies are a suite of legacy software compatible with<br />

collected historical data and utilized for present efforts. Work will be performed in San Jose, Calif., and is expected to be<br />

completed by September 2016. This contract was non-competitively procured. Naval Surface Warfare Center, Crane<br />

Division, Crane, Ind., is the contracting activity (N00164-11-G-GM23).<br />

AIR FORCE<br />

Northrop Grumman Systems Corp., Defense Systems Division, Herndon, Va., is being awarded a $42,999,820 costplus-fixed-fee,<br />

firm-fixed-price contract for a five-month extension of the operation and support of the aircraft E-11A, serial<br />

numbers 11-9355 and 11-9358, modified to carry the Battlefield Airborne Communications Node (BACN) payload. This<br />

contract also provides for the operation and maintenance of the BACN payload by Northrop Grumman, and for the<br />

maintenance of modified aircraft. It also provides an option to re-paint the two aircraft to Air Force specifications. Electronic<br />

Systems Center, Airborne Networks Division, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-09-C-0010<br />

P00035).<br />

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Forth Worth, Texas, is being awarded a $7,668,445 costplus-fixed-fee<br />

contract modification for F-22 software maintenance based on root cause analysis. Work will be performed at<br />

Marietta, Ga. The Aeronautical Systems Center/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity<br />

(FA-8611-08-C-2897 P00099).<br />

Northrop Grumman Systems Corp., Linthicum Heights, Md., is being awarded a $6,881,978 maximum cost-plus-fixedfee<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

will be accomplished by research, experiments, analysis, demonstrations, and process validations in a variety of<br />

manufacturing technologies. The Air Force Research Laboratory, Det 1 AFRL/PKMT, Wright-Patterson Air Force Base, Ohio,<br />

is the contracting activity (FA8650-11-C-SS09).<br />

*Small business<br />

Total value of contracts awarded this day: $ 604.77M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 813-11<br />

September 22, 2011<br />

CONTRACTS<br />

NAVY<br />

Kellogg Brown & Root Services, Inc., Houston, Texas (N62742-11-D-3511); IAP-ECC, L.L.C., Cape Canaveral, Fla.<br />

(N62742-11-D-3512); Global Response Services, L.L.C., Fort Worth, Texas (N62742-11-D-3513); and Pacific Contingency<br />

Services, L.L.C., Fort Worth, Texas (N62742-11-D-3514), are each being awarded an indefinite-delivery/indefinite-quantity<br />

multiple award contract for the purchase of short-term facility support services with incidental construction in support of<br />

natural disasters; humanitarian efforts; the full range of military actions; and incumbent breaks in service at various locations<br />

throughout the world. The maximum dollar value, including the base period and four option years, for all four contracts<br />

combined is $900,000,000. Support services with incidental construction are to include airfield operations; port operations;<br />

ship charter; supply; emergency management; fire and emergency services; force protection; safety; environmental<br />

(compliance, conservation, cultural, and pollution prevention); facility support (base support vehicle and equipment, collateral<br />

equipment, facility investment, facility management, facility services, and utilities); fleet and family readiness (bachelor<br />

housing and dormitories, fisher house, galley lodging, morale welfare and recreation, child development, family housing, fleet<br />

and family support, and other community support); command; information technology services; resource management; total<br />

force management; and training and readiness. No task orders are being issued at this time. <strong>All</strong> work on this contract will be<br />

performed at various locations throughout the world, including remote and overseas locations. The term of the contract is not<br />

to exceed 60 months, with an expected completion date of September 2016. Contract funds in the amount of $400,000 are<br />

obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the<br />

Navy Electronic Commerce Online website, with seven proposals received. These four contractors may compete for task<br />

orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Pacific, Pearl<br />

Harbor, Hawaii, is the contracting activity.<br />

Patricia I. Romero, d.b.a. Pacific West Builders*, National City, Calif. (N62473-11-D-0065); I.E.-Pacific, Inc.*, San<br />

Diego, Calif. (N62473-11-D-0066); NEI Contracting and Engineering, Inc.*, San Diego, Calif. (N62473-11-D-0067);<br />

Dimensions Construction, Inc.*, San Diego, Calif. (N62473-11-D-0068); and Bilbro Construction Co., Inc.*, Escondido, Calif.<br />

(N62473-11-D-0069), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award<br />

construction contract for new construction, renovation, revitalization, alteration and repair of various facilities at locations<br />

within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar<br />

value for all five contracts combined is $500,000,000. The work to be performed provides for projects which may include, but<br />

are not limited to, commercial, institutional, and industrial type buildings, such as: administrative, armory, athletic court,<br />

swimming pool, dining, dormitory/barrack, theater, educational, fire station, hangar, retail complex, club house, child care<br />

centers, recreational, religious building, warehouse, laboratory, medical building, animal shelter, and other similar facilities.<br />

No task orders are being issued at this time. Work will be performed at various federal sites within the NAVFAC Southwest<br />

AOR; including, but not limited to, California (87 percent), Arizona (7 percent), Nevada (3 percent), Utah (1 percent),<br />

Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an<br />

expected completion date of September 2016. Contract funds in the amount of $25,000 are obligated on this award and will<br />

expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce<br />

Online website, with 65 proposals received. These five contractors may compete for task orders under the terms and<br />

conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the<br />

contracting activity.<br />

L-3 Communications Systems Field Support, Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a<br />

$48,797,627 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity requirements contract<br />

(N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 66 C-12 aircraft for the<br />

Navy (55) and the Marine Corps (11). Services to be provided include scheduled/unscheduled organizational maintenance,<br />

aircraft servicing, depot-level maintenance, support equipment maintenance, modifications, engineering, and engineering<br />

support. Funding will not be obligated at the time of award. Work will be performed in Corpus Christi, Texas (12 percent);<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Lincoln, Neb. (34 percent); and Winnipeg, Canada (34 percent). Work will also be performed in various locations both inside<br />

and outside the continental United States (20 percent), including: Yuma, Ariz.; Washington, D.C.; New Orleans, La.;<br />

Dallas/Fort Worth, Texas; Jacksonville, Fla.; Miramar, Calif.; New River, N.C.; Norfolk, Va.; Patuxent River, Md.; Andrews Air<br />

Force Base, Md.; Manassas, Va.; Japan; Cuba; and Bahrain. Work is expected to be completed in September 2012. Contract<br />

funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the<br />

contracting activities.<br />

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded a<br />

$47,336,308 firm-fixed-priced modification under a previously awarded contract (M67854-07-D-5028) for procurement of 425<br />

of the following engineering change proposal upgrades: power pack upgrade kit; heater guard assembly kit; and bracket door<br />

actuator kit. These upgrades are supporting the Mine Resistant Ambush Protected vehicles. Work will be performed in<br />

Benoni, South Africa, and is expected to be completed no later than June 2012. Contract funds will not expire at the end of<br />

the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.<br />

Straub-Driver, J.V., Fallbrook, Calif., is being awarded a $46,575,000 firm-fixed-price contract for the design and<br />

construction of the truck company operations complex at Marine Corps Base Camp Pendleton. The work to be performed<br />

provides for the design and construction of a dining facility, a multi-story headquarters facility, administrative facilities, a<br />

warehouse, an armory, a single marine facility, a dispatch facility, and a vehicle maintenance bay addition. The project also<br />

includes renovation to a vehicle maintenance facility and the demolition of four buildings. The contract also contains a<br />

planned modification, which, if issued, would increase cumulative contract value to $53,856,738. Work will be performed in<br />

Oceanside, Calif., and is expected to be completed by September 2013. Contract funds will not expire at the end of the<br />

current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 17<br />

proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity<br />

(N62473 11 C 0405).<br />

Communications and Power Industries, Palo Alto, Calif., is being awarded a $35,860,730 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for traveling wave tubes and associated data supporting the MK-99 Fire Control System.<br />

This contract combines purchases for the U.S. Navy (85 percent); the Missile Defense Agency (6 percent); and under the<br />

Foreign Military Sales Program, the governments of Spain (3 percent), Australia (3 percent), and South Korea (3 percent).<br />

Work will be performed in Palo Alto, Calif., and is expected to be completed by September 2016. Contract funds will not<br />

expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center,<br />

Crane, Ind., is the contracting activity (N00164-11-D-GR75).<br />

URS Group, Inc., San Antonio, Texas, is being awarded $29,992,802 for fixed-price-award-fee task order HC01<br />

under a previously awarded multiple award construction contract (N62742-09-D-1174) for the design and repair of Red Hill<br />

fuel tunnel at Naval Supply Fleet Logistics Center Pearl Harbor. The work to be performed provides for design and repair of<br />

approximately 3.5 miles of tunnel in Pearl Harbor to ensure proper structural integrity. Structural repairs include repairing<br />

cracks, installing rock bolts, steel “I” beams, and backfilling grout in the voids behind the formed gunite liner, all in<br />

accordance with the Federal Highway Administration Tunnel Rehabilitation guidelines. Work will be performed in Pearl<br />

Harbor, Hawaii, and is expected to be completed by April 2014. Contract funds will not expire at the end of the current fiscal<br />

year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor,<br />

Hawaii, is the contracting activity.<br />

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $17,098,027 cost-plus-fixed-fee contract for<br />

the Rapid Deployment Capability Weaponization Program in support of the Vertical Takeoff and Landing Tactical Unmanned<br />

Aerial Vehicle MQ-8B Fire Scout System. This contract includes the installation, engineering, manufacturing, and data<br />

development of the weapons systems, which include 12 Stores Management Systems. Work will be performed in San Diego,<br />

Calif. (75 percent), and Grand Rapids, Mich. (25 percent), and is expected to be completed in March 2013. Contract funds in<br />

the amount of $14,752,952 will expire at the end of the fiscal year. This contract was not competitively procured pursuant to<br />

FAR6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0087).<br />

Sechan Electronics, Inc.*, Lititz, Pa., is being awarded a $16,233,167 firm-fixed-price, indefinite-delivery/indefinitequantity<br />

contract for up to 350 electronic payload interface boxes; one engineering development model; engineering services<br />

not to exceed $50,000; and an optional final technical data package in support of Marine Corps Ground Based Operation<br />

Surveillance Systems. Work will be performed in Lititz, Pa., and is expected to be completed by September 2016. Contract<br />

funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business<br />

Opportunities with two offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

activity (N00064-11-D-JT36).<br />

The Boeing Co., St. Louis, Mo., is being awarded $14,480,278 for firm-fixed-price delivery order 0006 under a<br />

previously awarded performance based logistics contract (N00383-07-D-001J) for spare parts in support of the AV-8 aircraft.<br />

Work will be performed in St. Louis, Mo., and is expected to be completed by September 2014. Contract funds will not expire<br />

before the end of the current fiscal year. This contract was not awarded through full and open competition. Naval Supply<br />

Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.<br />

3 Phoenix, Inc.*, Chantilly, Va., is being awarded a $12,315,777 modification to previously awarded contract<br />

(N00024-07-C-6274) to exercise an option to provide engineering services to support software development, procurement of<br />

commercial-off-the-shelf products, and hardware/software integration required to provide improved technology for Navy open<br />

architecture and network centric operations and warfare systems in support of Virginia-class submarines and other<br />

submarine/surface ship systems. This requirement includes system engineering, architecture design, software engineering,<br />

prototyping, integration, and test activities. This effort is for phase three of a Small Business Innovative Research, topic N04-<br />

138, “Real-time Data Fusion and Visualization Interface for Environmental Research Data.” These services will be rendered<br />

as needed to support the Navy‟s initiative to maintain the pace of performance improvement through judicious use of lower<br />

power electronics, advanced algorithm design, and innovative applications of open software and hardware. Work will be<br />

performed in Chantilly, Va. (35 percent); Wake Forest, N.C. (35 percent); and Hanover, Md. (30 percent). Work is expected<br />

to be completed by September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea<br />

Systems Command, Washington, D.C., is the contracting activity.<br />

Hawk Protection, Inc., Pembroke Pines, Fla., is being awarded a $10,801,076 firm-fixed-price contract for the<br />

production of 45,155 protective overgarments. Work will be performed in Vonore, Tenn. (52 percent); Pembroke Pines, Fla.<br />

(27 percent); and Hialeah, Fla., (21 percent). Work is expected to be completed by Dec. 31, 2011. Contract funds expire at<br />

the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command,<br />

Quantico, Va., is the contracting activity (M67854-11-C-3052).<br />

Bell Helicopter Textron, Fort Worth, Texas, is being awarded a $10,047,265 cost-plus-fixed-fee order against a<br />

previously issued basic ordering agreement (N00019-11-G-0003) for design and development activities in support of the cuff<br />

and yoke redesign of the H-1 helicopter upgrades. This delivery order will include initiating the design-build-buy activities,<br />

part/drawing release, and support analysis for detailed design, preparation, execution, and follow up for preliminary design<br />

review; process development for yoke full-scale process and drive system center; complete tooling conceptual designs and<br />

initiate tooling preliminary design; structural qualification; and flight test plans requirements. Work will be performed in Fort<br />

Worth, Texas, and is expected to be completed in May 2013. Contract funds will not expire at the end of the current fiscal<br />

year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

Ames & Whitaker Architects, P.C.*, Southington, Conn., is being awarded a maximum $10,000,000 firm-fixed-price,<br />

indefinite-delivery/indefinite-quantity architect-engineering contract for civil/structural/architectural/mechanical/electrical and<br />

fire protection services in support of projects at military installations throughout the Naval Facilities Engineering Command<br />

(NAVFAC) Mid-Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $327,469 to provide design<br />

services for Building 1 renovations at Naval Station Newport, Newport, R.I. Work for this task order is expected to be<br />

completed by September 2012. Work will be performed in the Mid-Atlantic Northeast AOR including, but not limited to, Rhode<br />

Island (20 percent); Maine (20 percent); Connecticut (15 percent); New Jersey (15 percent); Pennsylvania (10 percent); New<br />

York (5 percent); New Hampshire (5 percent); Massachusetts (5 percent); Vermont (3 percent); and Delaware (2 percent).<br />

Work is expected to be completed by September 2016. Contract funds in the amount of $327,469 are obligated on this award<br />

and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with 65 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast<br />

Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-11-D-7205).<br />

Lockheed Martin Maritime Systems and Sensors, Baltimore Md., is being awarded an $8,785,494 contract<br />

modification to previously awarded contract (N00024-10-C-5347) for electrical design agent for the MK 41 Vertical Launching<br />

System (VLS). The MK 41 VLS provides a missile launching system for CG-47 and DDG-51 class surface combatants of the<br />

U.S. Navy, as well as surface combatants of allied navies. This effort includes design agent services to support the MK 41<br />

VLS program and the life cycle support facility through efforts such as the integration of new missiles into VLS; integration of<br />

VLS into new ships; technical refresh; systems engineering; computer program engineering; and failure analyses. Work will<br />

be performed in Baltimore, Md. (82 percent), and Ventura, Calif. (18 percent), and is expected to be completed by December<br />

2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington,<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

D.C., is the contracting activity.<br />

CMS Toltest, Inc.*, Bargersville, Ind., is being awarded $6,698,380 for firm-fixed-price task order 0004 under a<br />

previously awarded multiple award construction contract (N69450-10-D-1271) for construction of repair Trident Refit Facility<br />

dry dock at Naval Submarine Station Kings Bay. This project repairs or replaces pump motors, pumps, check valves, flow<br />

meters, actuators, heating, ventilation and air conditioning equipment, control panel annunciators, trench grating, and<br />

concrete coating basin. Work will be performed in Kings Bay, Ga., and is expected to be completed by December 2012.<br />

Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The<br />

Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.<br />

AIR FORCE<br />

Teletronics Technology Corp., Newton, Pa., is being awarded a $60,000,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for commercial supplies and services in sustainment of high-speed data acquisition<br />

systems specifically designed for flight test users. Work will be performed at Newtown, Pa. The Air Force Flight Test Center<br />

Directorate of Contracting, Edwards Air Force Base, Calif., is the contracting activity (FA9302-11-D-0004).<br />

Boeing Co., Long Beach, Calif., is being awarded a $52,457,622 fixed-price-award-fee, cost-plus-incentive-fee<br />

modification to the C-17 Globemaster III sustainment partnership contract. The contract modification implements the<br />

equitable adjustment outlined in the annual flying hour/engine cycle clause of the contract. Work will be performed at Long<br />

Beach, Calif. The Oklahoma City Air Logistics Center/GKSKH, Tinker Air Force Base, Okla., is the contracting activity<br />

(FA8106-05-C-0001 P00194).<br />

Lockheed Martin Corp., Lockheed Martin Simulator, Training and Support, Orlando, Fla., is being awarded a<br />

$28,515,000 firm-fixed-price contract for fiscal 2012 operations and maintenance for Air Mobility Command. The work will be<br />

performed at Little Rock Air Force Base, Ark. The Aeronautical Systems Center/WNSK, Wright-Patterson Air Force Base,<br />

Ohio, is the contracting activity (FA8621-06-C-6300).<br />

Boeing Co., Huntington, Calif., is being awarded a $20,087,191 cost-plus-fixed-fee, firm-fixed-price contract for laboronly<br />

installation of two C-17 Globemaster III On-Board Inert Gas Generating Systems (OBIGGS) II kits, and two C-17<br />

Globemaster III Extended Range OBIGGS kits. The work will be performed at San Antonio, Texas, and Warner-Robins Air<br />

Logistics Center, Robins Air Force Base, Ga. The Aeronautical Systems Center/WLMK, Wright-Patterson Air Force Base,<br />

Ohio, is the contracting activity (FA8614-04-C-2004, P00378).<br />

Merrick & Co., Aurora, Colo., is being awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for<br />

architecture-engineering services. Work will be performed at Aurora, Colo. The 10th Contracting Squadron, U.S. Air Force<br />

Academy, Colo, is the contracting activity (FA7000-11-D-0006).<br />

Intelligent Decision, Inc., Ashburn, Va., is being awarded a $9,513,513 firm-fixed-price contract for technical refresh of<br />

laptop computers in support of the Air Force Reserve Command mission. Work will be performed at Ashburn, Va. The<br />

Headquarters Air Force Reserve Command/A7KA, Robins Air Force Base, Ga., is the contracting activity (FA8771-10-A-<br />

0603-5Y02)<br />

DEFENSE LOGISTICS AGENCY<br />

Lockheed Martin MS2, Owego, N.Y., was awarded a firm-fixed-price, basic ordering agreement contract for a<br />

maximum $46,503,900 for radar equipment. There are no other locations of performance. Using service is Navy. The date of<br />

performance completion is Jan. 30, 2017. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting<br />

activity (SPRPA1-09-G-002Y-5015).<br />

Tiffin Metal Products Co.*, Tiffin, Ohio, was awarded a fixed-price with economic price adjustment contract for a<br />

maximum $12,330,000 for metal fence posts. There are no other locations of performance. Using services are Army, Navy,<br />

Air Force, and Marine Corps. The date of performance completion is Sept. 29, 2012. The Defense Logistics Agency Troop<br />

Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0009).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

American Posts, L.L.C.*, Toledo, Ohio, was awarded a fixed-price with economic price adjustment contract for a<br />

maximum $12,010,000 for metal fence posts. There are no other locations of performance. Using services are Army, Navy,<br />

Air Force, and Marine Corps. The date of performance completion is Sept. 29, 2012. The Defense Logistics Agency Troop<br />

Support, Philadelphia, Pa., is the contracting activity (SPM8E6-11-D-0010).<br />

CFM International, Cincinnati, Ohio, was awarded a fixed-price with economic price adjustment contract for a<br />

maximum $11,605,680 for compressor rotors. There are no other locations of performance. Using service is Air Force. The<br />

date of performance completion is Aug. 1, 2012. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the<br />

contracting activity (SPRTA1-11-G-0001-00C6).<br />

Seiler Instrument and Manufacturing Co., Inc., St. Louis, Mo., was awarded a firm-fixed-price contract for a maximum<br />

$11,191,160 for mortar telescope mounts. There are no other locations of performance. Using services is Army. The date of<br />

performance completion is Sept. 22, 2015. The Defense Logistics Agency Land, Warren, Mich., is the contracting activity<br />

(SPRDL1-11-D-0041).<br />

GE Aviation Systems, Vandalia, Ohio, was awarded a firm-fixed-price contract for a maximum $10,860,696 for<br />

generator control units. There are no other locations of performance. Using service is Navy. The date of performance<br />

completion is September 2014. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity<br />

(SPM4A1-09-G-0003-TH03).<br />

Excel Manufacturing, Inc.*, El Paso, Texas, was issued a modification exercising the fourth option year on the current<br />

contract SPM1C1-07-D-1501. Award is firm-fixed-price with a maximum $8,483,580 for men‟s and women‟s airmen battle<br />

uniform coats and trousers. There are no other locations of performance. Using service is Air Force. The date of performance<br />

completion is Sept. 24, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.<br />

Signature Flight Support Corp., Corpus Christi, Texas, was awarded a fixed-price with economic price adjustment<br />

contract for a maximum $7,017,851 for fuel. There are no other locations of performance. Using services are Army, Navy, Air<br />

Force, Marine Corps and federal civilian agencies. The date of performance completion is March 31 2015. The Defense<br />

Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-D-0142).<br />

*Small business<br />

Total value of contracts awarded this day: $ 1,992.11M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 817-11<br />

September 23, 2011<br />

CONTRACTS<br />

NAVY<br />

The Boeing Co., Seattle, Wash., is being awarded a $319,905,801 modification to a previously awarded fixed-priceincentive-fee<br />

contract (N00019-09-C-0022) for spares, support equipment and tools, logistics support, trainers, and<br />

courseware in support of the low rate initial production, lot two, P-8A multi-mission maritime aircraft. Work will be performed<br />

in McKinney, Texas (35 percent); Hazelwood, Mo. (35 percent); Seattle, Wash. (14 percent); Jacksonville, Fla. (4 percent);<br />

Anaheim, Calif. (4 percent); Baltimore, Md. (3 percent); Camden, N.J. (3 percent); and Greenlawn, N.Y. (2 percent). Work is<br />

expected to be completed in March 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air<br />

System Command, Patuxent River, Md., is the contracting activity.<br />

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $142,565,902 not-to-exceed cost-only contract for fiscal<br />

2011 Standard Missile-2 (SM-2) production of all-up-rounds, section level components and spares, shipping containers, and<br />

associated data. This contract will provide for the procurement of 60 SM-2 Block IIIB all-up-rounds, and SM-2 Block IIIB<br />

components and spares. This contract includes options, which, if exercised, would bring the cumulative value of this contract<br />

to $146,227,686. This contract combines purchases for the U.S. Navy (17.8 percent); and, under the Foreign Military Sales<br />

Program, the governments of Korea (32.4 percent), Japan (26.5 percent), Australia (21.9 percent), Germany (0.7 percent),<br />

Taiwan (0.5 percent), and Canada (0.2 percent). Work will be performed in Andover, Mass. (37 percent); Camden, Ark. (36<br />

percent); The Netherlands (7 percent); Anniston, Ala. (5 percent); Joplin, Mo. (4 percent); San Diego, Calif. (3 percent);<br />

Middleton, Conn. (3 percent); El Segundo, Calif. (3 percent); and Reisterstown, Md. (2 percent). Work is expected to be<br />

completed by June 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not<br />

competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity<br />

(N00024-11-C-5300).<br />

AMSEC, L.L.C., Virginia Beach, Va. (N65540-11-D-0022); Delphinus Engineering, Eddystone, Pa. (N65540-11-D-<br />

0020); General Dynamics Information Technology, Fairfax, Va. (N65540-11-D-0019); and NDI Engineering, Thorofare, N.J.<br />

(N65540-11-D-0021), are each being awarded indefinite-delivery/indefinite quantity, cost-plus-fixed-fee, multiple award<br />

contracts in the amount of $91,474,687 for services to support hull, mechanical, and electrical machinery and systems on<br />

Navy vessels, other federal agency vessels, federally contracted vessels and platforms, selected maritime agency vessels,<br />

and select land based sites. This contract will include prototype engineering; design, development, build, and testing;<br />

technology insertion; performance specifications; performance and data analysis; system fault tree analysis; system safety<br />

analysis; system integration; installation support; computer programming and software engineering; software verification and<br />

validation; integrated logistics support document preparation and system training development; and on-site technical support,<br />

alteration services, integrated logistics, and staging. The work is to be performed in Norfolk, Va. (45 percent), San Diego,<br />

Calif. (40 percent), and Mayport, Fla. (15 percent), and is expected to complete in September 2016. Contract funds in the<br />

amount of $880,363 will expire at the end of the current fiscal year. This contract was competitively procured through the<br />

Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received. The Naval<br />

Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity.<br />

Jacobs Technology, Inc., Fort Walton Beach, Fla., is being awarded $42,442,430 for task order 0039 under<br />

previously awarded firm-fixed-priced contract (M67854-02-A-9017). This effort is for the continuity of services contract to<br />

continue information technology services until the transition to the next generation Enterprise Network is accomplished. Work<br />

will be performed in Quantico, Va., and is expected to be completed in June 2014. Contract funds will not expire at the end of<br />

the current fiscal year. This contract was competitively procured via an electronic request for proposals with two offers<br />

received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

quantity contract for the design and production of automatic bus transfer switches. Automatic bus transfer switches procured<br />

under this contract are intended for use on all Navy ship and submarine classes. Work will be performed in Farmington,<br />

Conn., and is expected to be completed by September 2016. Contract funds in the amount of $149,230 will expire at the end<br />

of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal<br />

Business Opportunities websites, with three offers received. The Naval Surface Warfare Center Carderock Division,<br />

Philadelphia, Pa., is the contracting activity (N65540-11-D-0015).<br />

Sauer, Inc., Jacksonville, Fla., is being awarded $28,126,400 for firm-fixed-price task order 0006 under a previously<br />

awarded multiple award construction contract (N69450-09-D-1277) for design and construction of corrosion control repairs to<br />

Explosive Handling Wharf 2 cover and structure at Naval Submarine Base Kings Bay. Work will be performed in Kings Bay,<br />

Ga., and is expected to be completed by June 2013. Contract funds will expire at the end of the current fiscal year. Two<br />

proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the<br />

contracting activity.<br />

3Phoenix, Inc.*, Chantilly, Va., is being awarded a $20,452,418 sole source cost-plus-fixed-fee contract for the design<br />

and development of four Torpedo Warning System engineering development models. This effort is for phase three of Small<br />

Business Innovative Research topic N07-070, Distributed Sensor System Innovations. The contract includes options, which,<br />

if exercised, would bring the cumulative value of this contract to $45,009,130. Work will be performed in Fairfax, Va. (40<br />

percent), Wake Forest, N.C. (30 percent), and Hanover, Md. (30 percent). Work is expected to be completed by September<br />

2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington<br />

Navy Yard, D.C., is the contracting activity (N00024-11-C-6287).<br />

Force Protection Industries, Inc., Ladson, S.C., is being awarded a $16,941,232 firm-fixed-priced modification under<br />

previously awarded contract (M67854-07-D-5031) for the procurement of 961 fuel protection kits, and eight sets of capability<br />

insertion enhanced and inspect or repair only as necessary tools, for Mine Resistant Ambush Protected vehicles. Work will<br />

be performed in Charleston, S.C., and is expected to be completed no later than March 30, 2012. Contract funds in the<br />

amount of $5,289,902 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va.,<br />

is the contracting activity.<br />

Harris Corp., Rochester, N.Y., is being awarded a $14,898,576 firm-fixed-price contract modification for support to the<br />

Air Force Tactical Air Control Party Modernization Program. The equipment being purchased includes the AN/PRC-117G<br />

man-pack radio and accessories. Work will be performed in Rochester, N.Y., and is expected to completed by December<br />

2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the e-<br />

Buy website, with one offer received. Naval Surface Warfare Center Crane Division, Crane, Ind., is the contracting activity.<br />

(N00164-11-F-0142)<br />

<strong>All</strong>en Vanguard, Inc.*, Ogdensburg, N.Y., is being awarded a $10,291,862 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for the procurement of operations search kits and protective equipment in support of the<br />

government of Chile under the Foreign Military Sales Program (100 percent). At the time of contract award, $2,553,532 is<br />

being obligated. Work will be performed in Ogdensburg, N.Y., and is expected to be completed by September 2012. Contract<br />

funds will not expire at the end of the current fiscal year. This contract was synopsized via the Federal Business<br />

Opportunities website as a sole-source procurement, and was not competitively procured. The Naval Surface Warfare<br />

Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-11-D-0019).<br />

Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded $9,966,104 for delivery order 5458 under an<br />

existing basic ordering agreement (N00383-08-G-001J) to repair 530 parts kits for the loss of lube prevention initiative used<br />

in support of the V-22 aircraft for the constant frequency generator. Work will be performed in Rockford, Ill. (37.79 percent);<br />

York, Neb. (47.67 percent); and Singapore (14.54 percent). Work is expected to be completed by May 2017. Contract funds<br />

will not expire at the end of the current fiscal year. This effort is a sole-source solicitation. NAVSUP Weapon Systems<br />

Support, Philadelphia, Pa., is the contracting activity.<br />

Spectrum Laser and Technologies, Inc.*, Colorado Springs, Colo., is being awarded a $8,704,839 firm-fixed price,<br />

indefinite-delivery/indefinite-quantity contract for the purchase of circuit card assemblies in support of the Naval Air Systems<br />

Command. The circuit card assemblies are integrated into the MH-60R and MH-60S armed helicopter weapon system<br />

projects. The circuit cards contribute to the MH-60s ability to perform surface warfare, force protection, maritime interdiction<br />

operations, combat search and rescue, and vertical replenishment support missions. Work will be performed in Colorado<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Springs, Colo., and is expected to be completed by September 2016. Contract funds will not expire at the end of the current<br />

fiscal year. This contract was competitively procured via Navy Electronic Commerce Online, with five proposals received.<br />

Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JN89).<br />

Stuart Manufacturing*, Fort Wayne, Ind. (N00164-11-D-JN15); Integrated Consulting Services*, Louisville, Ky.<br />

(N00164-11-D-JN28); JKM Manufacturing*, Eufaula, Ala. (N00164-11-D-JN29); Ridge Instruments*, South, Decatur, Ala.<br />

(N00164-11-D-JN30); PALCO Telecom Service*, Huntsville, Ala. (N00164-11-D-JN31); and CRISTEK Interconnect*, Lowell,<br />

Mass. (N00164-11-D-JN27), are each being awarded $8,500,000 firm-fixed price, indefinite-delivery/indefinite-quantity<br />

contracts for the purchase of cable assemblies and wiring harnesses to be used to support various weapons systems in<br />

support of the Naval Air Systems Command, the Naval Sea Systems Command, and U.S. Special Operations Command.<br />

Work will be performed at the sites identified above depending on which contractor receives each competitive delivery order.<br />

Work is expected to be completed by September 2016. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with seven proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the<br />

contracting activity.<br />

GeoEye Analytics, Inc., McLean, Va., is being awarded a $6,871,826 cost-plus-fixed-fee contract for geospatial<br />

analysis, research, and studies. GeoEye Analytics will be performing threat, counter insurgency, and counter terrorism<br />

analysis to support intelligence analysis programs and operational organizations. The contract includes options, which, if<br />

exercised, will bring the cumulative contract value to $22,178,709. Work will be performed in Washington, D.C., and is<br />

expected to be completed by September 2014. This contract will be incrementally funded, and funds in the amount of<br />

$5,878,768 will expire at the end of the current fiscal year. This procurement was procured on a sole source basis via direct<br />

solicitation. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.<br />

DEFENSE LOGISTICS AGENCY<br />

Ceradyne, Inc., Costa Mesa, Calif., was awarded a firm-fixed-price contract for a maximum $127,349,100 for<br />

enhanced small arms protective inserts. Other locations of performance are California and Kentucky. Using services are<br />

Army, Navy, Air Force, and Marine Corps. The date of performance completion is March 31, 2013. The Defense Logistics<br />

Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-11-D-1061).<br />

Foster Fuels, Inc.*, Brookneal, Va., was awarded a fixed-price with economic price adjustment contract for a<br />

maximum $80,929,596 for fuel support. Other locations of performance are Texas, Louisiana, Mississippi, Florida, North<br />

Carolina, South Carolina, Georgia, and Alabama. Using service is federal civilian agencies. The date of performance<br />

completion is Sept. 19, 2012. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-11-<br />

D-4012).<br />

United Technologies Corp., East Hartford, Conn., was awarded a fixed-price with economic price adjustment contract<br />

for a minimum $13,062,784 for aircraft engine parts. There are no other locations of performance. Using service is Air Force.<br />

The date of performance completion is August 2013. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is<br />

the contracting activity (SPRTA1-09-G-0001-0267).<br />

Seiler Instrument and Manufacturing Co., Inc.*, St. Louis, Mo., was awarded a firm-fixed-price contract for a<br />

maximum $11,191,160 for mortar telescope mounts. There are no other locations of performance. Using service is Army.<br />

The date of performance completion is Sept. 22, 2015. The Defense Logistics Agency Land, Warren, Mich., is the contracting<br />

activity (SPRDL1-11-D-0041).<br />

Hardigg Industries, Inc., South Deerfield, Mass., was awarded a firm-fixed-price contract for a maximum $9,998,100<br />

for plastic trunk lockers. Other location of performance is Indiana. Using services are Army, Navy, Air Force, and Marine<br />

Corps. The date of performance completion is March 31, 2013. The Defense Logistics Agency Troop Support, Philadelphia,<br />

Pa., is the contracting activity (SPM1C1-11-D-1070).<br />

AIR FORCE<br />

Northrup Grumman Space and Mission Systems, Redondo Beach, Calif., is being awarded a $39,501,564 cost-plusaward-fee<br />

contract modification to exercise the option for the defense on-orbit support and sustainment contract providing<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

fiscal 2012 on-orbit sustainment for both the Defense Support Program sensor and spacecraft bus. Work will be performed at<br />

Redondo Beach, Calif. The Space and Missile Systems Center/ISK, Los Angeles Air Force Base, Calif., is the contracting<br />

activity (FA8810-09-C-0001, P00047)<br />

MacAulay-Brown, Inc., Dayton, Ohio, is being awarded a $24,891,000 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

contract to design, develop, and test innovation involving apertures, receivers, exciters, signal<br />

processing, and algorithms for signal intelligence, threat warning, direction finding, information operations, electronic attack,<br />

electronic support, and electronic protection applications. Work will be performed at Wright-Patterson Air Force Base, Ohio.<br />

The Air Force Research Laboratory/PKSR, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-D-<br />

1004 and Task Orders 0001 and 0002).<br />

Lockheed Martin Corp., Lockheed Martin Simulator, Training and Support, Orlando, Fla., is being awarded a<br />

$23,990,000 firm-fixed-price contract modification for the C-130 Aircrew Training Systems visual system replacement. Work<br />

will be performed at Little Rock Air Force Base, Ark.; Dobbins Air Force Base, Ga.; Dyess Air Force Base, Texas; McChord<br />

Air Force Base, Wash.; and Minneapolis Air National Guard, Minn. The Aeronautical Systems Center/WNSK, Wright-<br />

Patterson Air Force Base, Ohio, is the contracting activity (FA8223-11-C-0001 P00014).<br />

InDyne, Inc., Reston, Va., is being awarded a $11,453,051 cost-plus-incentive-fee/award-fee contract to provide for<br />

the Western Range operations and maintenance; support services; testing, modifying and installing communications,<br />

information and computer system services; and testing, modifying and installing communications, electronic and security<br />

systems at launch facilities, launch control centers and test facilities. The contract is a two-month interim extension. Work will<br />

be performed at Vandenberg Air Force Base, Calif., and California coastal sites Pillar Point, Anderson Peak, and Santa<br />

Barbara. The Air Force Space Commands 30th Contracting Squadron/LGCZG, Vandenberg Air Force Base, Calif., is the<br />

contracting activity (F04684-03-C-0050; Modification P003).<br />

SERE Solutions, Inc., Spokane, Wash., is being awarded a $9,188,179 firm-fixed-price contract for survival, evasion,<br />

resistance, and escape services. Work will be performed at Fairchild Air Force Base, Wash., and Lackland Air Force Base,<br />

Texas. The Air Education and Training Command CONS/LGCU, Randolph Air Force Base, Texas, is the contracting activity<br />

(FA3002-06-D-0008-P00026).<br />

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY<br />

The RN Armor Vax Consortium, Orlando, Fla., is being awarded a $17,300,230 technology investment agreement.<br />

The award is for a research and development program designed to identify, investigate, and develop candidate RNA<br />

vaccines against infectious disease. Work will be performed in Orlando, Fla. (19.59 percent); Lyon, France (11.93 percent);<br />

Tubingen, Germany (56.62 percent); and Nantes, France (11.86 percent). The work is expected to be completed by<br />

September 2015. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-3-0001).<br />

DEFENSE THREAT REDUCTION AGENCY<br />

Achaogen, Inc., South San Francisco, Calif., is being awarded a $8,919,538 cost-plus-fixed-fee contract modification<br />

for novel broad spectrum therapeutics against gram-negative bacterial threat agents, research and development effort for the<br />

Defense Threat Reduction Agency in support of the research and development enteprise. Work will be performed at South<br />

San Francisco, Calif., and is expected to be completed June 2012. The Defense Threat Reduction Agency, Fort Belvoir, Va.,<br />

is the contracting activity (HDTRA1-07-C-0079).<br />

*Small business<br />

Total value of contracts awarded this day: $ 1,177.22M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 822-11<br />

September 26, 2011<br />

CONTRACTS<br />

NAVY<br />

Huntington Ingalls, Inc., Pascagoula, Miss., is being awarded a $697,629,899 fixed-price-incentive contract for DDG<br />

114 construction. On June 15, 2011, Huntington Ingalls was awarded a $783,572,487 fixed-price-incentive contract for DDG<br />

113 construction. At the time of contract award, the Navy did not release the contract award amount because it was<br />

considered source selection information. For DDG 114 construction, significant amounts of work will be performed in<br />

Pascagoula, Miss.; Cincinnati, Ohio; Walpole, Mass.; York, Pa.; Charlottesville, Va.; Erie, Pa.; and Burns Harbor, Ind. Work is<br />

expected to be completed by July 2018. Contract funds will not expire at the end of the current fiscal year. This contract was<br />

procured via a limited competition between Huntington Ingalls and Bath Iron Works. The Naval Sea Systems Command,<br />

Washington, D.C., is the contracting activity (N00024-11-C-2305).<br />

Bath Iron Works, Bath, Maine, is being awarded a $679,600,348fixed-price-incentive contract for DDG 115<br />

construction. This contract includes options for DDG 116 construction valued at $665,016,688. Significant amounts of work<br />

will be performed in Bath/Brunswick, Maine; Cincinnati, Ohio; Walpole, Mass.; Brunswick, Ga.; Coatesville, Pa.; Falls Church,<br />

Va.; Indianapolis, Ind.; York, Pa.; South Portland, Maine; Charlottesville, Va.; Tulsa, Okla.; Anaheim, Calif.; and Portland,<br />

Maine. Work is expected to be completed by August 2017. Contract funds will not expire at the end of the current fiscal year.<br />

This contract was procured via a limited competition between Bath Iron Works and Huntington Ingalls. The Naval Sea<br />

Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-2305).<br />

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $92,000,000 modification to a<br />

previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering,<br />

analytical, and manufacturing services to support various aging aircraft. Work will be performed in various locations<br />

throughout the United States (80 percent) and Rockville, Md. (20 percent), and is expected to be completed in September<br />

2012. No funds will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The<br />

Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

S.T. Wooten, Wilson, N.C., is being awarded a $65,787,840 firm-fixed-price contract for roadwork and utilities<br />

expansion for the Hadnot Point and French Creek areas at Marine Corps Base Camp Lejeune. The work to be performed<br />

provides for the expansion and upgrade of the water, sanitary sewer, steam, electrical, telephone, communication systems,<br />

and roadway networks. This also includes future growth impacting the existing utility systems and road networks serving the<br />

French Creek area. The contract also contains 10 unexercised options, which, if exercised, would increase cumulative<br />

contract value to $83,779,094. Work will be performed in Jacksonville, N.C., and is expected to be completed by October<br />

2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the<br />

Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Mid-<br />

Atlantic, Norfolk, Va., is the contracting activity (contract number N40085-11-C-4030).<br />

Northrop Grumman Systems Corp., Information System Sector, Defense Technologies Division, Herndon, Va., is<br />

being awarded a $49,900,000 indefinite-delivery/indefinite-quantity contract forthe design, development, and installation of<br />

PC-based open-architecture for reconfigurable training systems applications for the naval surface training community to be<br />

run in automated electronic classrooms and team training system environments with networked PCs running under the<br />

Windows operating system. Work will be performed in Newport, R.I. (85 percent); Orlando, Fla. (5 percent); Mayport, Fla. (5<br />

percent); and San Diego, Calif. (5 percent). Work is expected to be completed in September 2016. Contract funds in the<br />

amount of $1,000,000 will expire at the end of the current fiscal year. This contract was competitively procured via an<br />

electronic request for proposals, with one offer received. The Naval Air Warfare Center Training Systems Division, Orlando,<br />

Fla., is the contracting activity (N61340-11-D-0005).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

The Boeing Co., Seattle, Wash., is being awarded a $32,769,084 modification to a previously awarded firm-fixedprice<br />

contract (N00019-09-C-0022) for one operational flight trainer and one weapons tactics trainer in support of the low rate<br />

initial production, lot two, P-8A multi-mission maritime aircraft. Work will be performed in St. Louis, Mo. (75 percent), and<br />

Seattle, Wash. (25 percent), and is expected to be completed in April 2014. Contract funds will not expire at the end of the<br />

current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.<br />

Archer Western Contractors, Ltd., Atlanta, Ga., is being awarded $29,650,047for firm-fixed-price task order 0005<br />

under a previously awarded multiple-award construction contract (N40085-08-D-9739) for the design and construction to<br />

relocate personnel to vacated buildings and spaces of the disestablished Joint Forces Command at Naval Station Norfolk<br />

and Naval Support Activity. It involves relocating Naval Air Force Atlantic, United States Fleet Forces, Naval Surface Force<br />

Atlantic, and Naval Submarine Force Command to 13 buildings at Naval Support Activity and Naval Station Norfolk. The task<br />

order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $29,725,047.<br />

Work will be performed in Norfolk, Va., and is expected to be completed by August 2014. Contract funds will expire at the<br />

end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command,<br />

Mid-Atlantic, Norfolk, Va., is the contracting activity.<br />

MWH Americas, Inc., Arcadia, Calif., is being awarded a maximum amount $28,000,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

architect-engineering contract for architectural/engineering services for various projects involving<br />

civil engineering for water and wastewater system projects at various Marine Corps facilities within the Naval Facilities<br />

Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for<br />

preparation of design plans and specifications for a multiple-year, multiple-phased design of a comprehensive water and<br />

wastewater treatment system program specifically for the Marine Corps Base Camp Pendleton, and also other Marine Corps<br />

bases within the California and Arizona geographical areas. Task order 0001 is being awarded at $4,408,495 for studies for a<br />

new potable water conveyance system and wastewater conveyance and recycled water distribution at Marine Corps Base<br />

Camp Pendleton, Oceanside, Calif. Work for this task order is expected to be completed by June 2012. <strong>All</strong> work will be<br />

performed at Marine Corps bases within the NAVFAC Southwest AOR including, but not limited to, California (90 percent)<br />

and Arizona (10 percent). Work is expected to be completed by September 2016. Contract funds will not expire at the end of<br />

the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine<br />

proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity<br />

(contract number N62473-11-D-0443).<br />

Tompco-Triton, Inc., Bremerton, Wash., is being awarded $19,541,449 for firm-fixed-price task order 0006 under a<br />

previously awarded multiple-award construction contract (N44255-08-D-3018) for maintenance construction for the<br />

renovation of two bachelor enlisted quarters at Naval Base Kitsap-Bangor. The work to be performed provides for the repair<br />

and modernization of a three-story concrete structure, Building 2302; and the repair and modernization of a second concrete<br />

structure, Building 2102. The effort requires correcting building deficiencies, including upgrades to mechanical systems,<br />

electrical systems, roofing structural components, seismic upgrades, interior finishes, and life safety issues. Work will be<br />

performed in Silverdale, Wash., and is expected to be completed by March 2014. Contract funds will expire at the end of the<br />

current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest,<br />

Silverdale, Wash., is the contracting activity.<br />

Manson-Nan Hawaii, J.V., Honolulu, Hawaii, is being awarded $18,781,182 for firm-fixed-price task order 0005 under<br />

a previously awarded multiple-award construction contract (N62478-09-D-4016) for the repair and renovation of Building 9 at<br />

Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor. The work to be performed provides for<br />

repairing portion of the first floor, and all of the second and third floors. The project includes architectural, structural,<br />

mechanical and electrical work, and will include offices, conference rooms, equipment rooms, bathrooms, and other areas<br />

required to meet current design standards and safety standards and codes. Repair work includes, but is not limited to, the<br />

repair of interior and exterior walls, ceilings, lighting, electrical power systems, air conditioning, bathrooms, fire alarm system,<br />

and fire sprinkler systems. The building will be structurally reviewed and modified as required to meet current seismic<br />

requirements. Supporting facility work includes replacing electrical substation/transformer, fresh water distribution system,<br />

fire sprinkler water lateral, and sanitary sewer laterals. Anti-terrorism/force protection measures for the site include standoff<br />

distances, access control gates, and signage. The task order also contains one unexercised option, which, if exercised,<br />

would increase cumulative task order value to $22,385,832. Work will be performed in Oahu, Hawaii, and is expected to be<br />

completed by November 2013. Contract funds will expire at the end of the current fiscal year. Five proposals were received<br />

for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

quantity, firm-fixed-price contract to manufacture the SM-875B/ALE simulator flare. The SM-875B/ALE is a flare used by the<br />

Navy to train aircrew on the use of airborne expendable infrared countermeasures. Work will be performed in Milan, Tenn.,<br />

and is expected to be completed by September 2014. Contract funds will not expire before the end of the current fiscal year.<br />

This contract was competitively procured, with two firms solicited and two offers received in response to the solicitation. The<br />

NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-D-K095).<br />

K.O.O. Construction, Inc., Sacramento, Calif., is being awarded $12,161,316 for firm-fixed-price task order 0002<br />

under a previously awarded multiple award construction contract (N62473-09-D-1655) for the renovation of bachelor enlisted<br />

quarters (BEQ) Buildings 57 and 59 at San Nicholas Island, Naval Base Ventura County. The work to be performed provides<br />

for the renovation of two, two-story, multi-unit BEQ structures completed in 1990 on San Nicholas Island. BEQ Building 57<br />

contains 26 rooms; BEQ Building 59 contains 42 rooms. Work will be performed in Ventura, Calif., and is expected to be<br />

completed by April 2013. Contract funds will expire at the end of the current fiscal year. Six proposals were received for this<br />

task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<br />

BE Meyers & Co., Inc., Redmond, Wash., is being awarded a $9,099,026 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for handheld high-power infrared lasers, high-power crew-served weapon mount infrared<br />

pointer/illuminator lasers, aircraft-mounted infrared lasers, spare parts, engineering services, and travel in support of the<br />

Marine Corps and Navy. Work will be performed in Redmond, Wash., and is expected to be complete by September 2016.<br />

Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured. Naval Surface<br />

Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-D-JQ76).<br />

Syn-Tech Systems, Inc., Tallahassee Fla., is being awarded an estimated $8,169,882 indefinite-delivery/indefinitequantity,<br />

cost-plus-fixed-fee/firm-fixed-price, performance-based contract to provide technical support, standardization,<br />

installation, real-time control of fuel operations, and maintenance capabilities for FuelMaster automated fuel service stations<br />

and automated data collection equipment at more than 525 sites, worldwide, operated by the Navy, Air Force, Army, and<br />

Marine Corps. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an<br />

estimated $35,222,637. Work will be performed in the continental United States (75 percent), with varied locations dependent<br />

upon work requirements, and outside the continental United States (25 percent). Work is expected to be completed by<br />

September 2012. If all options are exercised, work could continue until September 2015. Contract funds will not expire at the<br />

end of the current fiscal year.This contract was not competitively procured because it is sole-source. The Space and Naval<br />

Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-11-D-3231)<br />

Ehresmann Engineering, Inc.*, Yankton, S.D., is being awarded an $8,148,810 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract to provide telecommunication monopole towers for the Force Training Assessment<br />

Department at the Naval Surface Warfare Center, Corona Division, Corona, Calif. Work will be performed in Yankton, S.D.,<br />

and is expected to be completed by September 2016. Contract funds will not expire at the end of the current fiscal year. This<br />

contract was competitively procured via Federal Business Opportunities, with four offers received. Naval Surface Warfare<br />

Center, Port Hueneme Division, Hueneme, Calif., is the contracting activity (N63394-11-D-5080).<br />

Raass Brothers, Inc.*, Provo, Utah, is being awarded $7,970,811 for firm-fixed-price task order 0010 under a<br />

previously awarded multiple award construction contract (N62748-10-D-4022) to repair and renovate Warehouse Buildings<br />

490 and 491 at the Defense Logistics Agency Disposition Services, Joint Base Pearl Harbor-Hickam. The existing asphaltic<br />

concrete and reinforced concrete interior slabs-on-grade floors shall be removed and replaced with a new reinforced<br />

concrete slab, vapor barrier, soil termite treatment, and fill material. The building structure work will include repair and<br />

replacement existing wood roof decking, roof trusses, roof and wall framing, columns and reinforced concrete bases and<br />

perimeter concrete curbs. The roofing system on Building 491 shall be removed and replaced with fluid applied roofing<br />

system, including replacement of all skylights. The building interior work shall include the demolition of the existing offices,<br />

restrooms and storage room areas and the installation of new offices, restrooms, conference and utility rooms in both<br />

warehouses, and upgrades to the existing fire sprinkler system and fire alarm system will be made. The electrical systems<br />

work shall include replacement and new installation of the building electrical distribution system, power systems, lighting<br />

systems, and voice and data communication services. The exterior site work includes constructing accessible parking stalls,<br />

building entry concrete landings and re-grading, swale and motorized chain link entrance gates installation, and termite<br />

fumigation. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2012. Contract<br />

funds will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities<br />

Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

installation and supply of four “turn key” Dry Dock Wastewater Treatment Systems. This contract contains options, which, if<br />

exercised, will bring the contract value to $13,445,100. Work will be performed at the Puget Sound Naval Shipyard,<br />

Bremerton, Wash., and is expected to be completed by September 2012. If options are exercised, the work will continue<br />

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<br />

year. This contract was competitively procured, with seven offers received. The NAVSUP Fleet Logistics Center, Puget<br />

Sound, Wash., is the contracting activity (N00406-11-C-003).<br />

GE Aviation Systems, L.L.C., doing business as Dowty Propellers, Sterling, Va., is being awarded a not-to-exceed<br />

$6,699,060 undefinitized contractual action against an existing basic ordering agreement (N00104-11-G-A004) to repair<br />

marine propellers used onboard landing craft air cushion vessels. Work will be performed in Sterling Va. (85 percent), and in<br />

the United Kingdom (15 percent), and is expected to be completed by February 2014. Contract funds will not expire before<br />

the end of the current fiscal year. The obligated funds used on this action will be $3,349,530. One company was solicited for<br />

the non-competitive requirement and one offer was received in response to the solicitation. NAVSUP Weapons System<br />

Support, Mechanicsburg, Pa., is the contracting activity.<br />

Northrop Grumman Guidance and Electronics Co., Inc., Apopka, Fla., is being awarded a $6,555,395 firm-fixed-price,<br />

basic ordering agreement for the procurement of lasertransmitters, failure analysis, repairs, test equipment, provisioned item<br />

order spares, and related technical services and documentation for the laser transmitter used in the support of the<br />

multispectral targeting system family of systems. The purchase of the laser transmitter as spare/replacement items, failure<br />

analysis and repair/revision/upgrade of failed units received from field users of the multispectral targeting system (MTS), and<br />

organic depot training/specialized test equipment, will facilitate shortened repair turnaround time for return of the MTSs to<br />

operational use. Only one responsible source and no other supplies or services will satisfy agency requirements. Work will be<br />

performed in Apopka, Fla., and is expected to be completed by September 2016. Contract funds in the amount of $311,305<br />

will expire at the end of the current fiscal year. This contract was not competitively procured. Naval Surface Warfare Center,<br />

Crane Division, Crane, Ind., is the contracting activity (N00164-11-G-JQ01).<br />

DEFENSE LOGISTICS AGENCY<br />

Science Applications International Corp., Fairfield, N.J., was issued a modification exercising the seventh option year<br />

on the current contract SPM500-02-D-0121/P00029. Award is an indefinite-delivery/indefinite-quantity, prime vendor contract<br />

with a maximum $105,000,000 for maintenance, repair, and operations for the Southeast region, zone one. There are no<br />

other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The<br />

date of performance completion is Sept. 17, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the<br />

contracting activity.<br />

The Goodyear Tire and Rubber Co., Akron, Ohio, was awarded a fixed-price with economic price adjustment contract<br />

for a maximum $61,409,317 for pneumatic tires. Other locations of performance are Virginia, Kansas, and Alabama. Using<br />

services are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense<br />

Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0166).<br />

Michelin North America, Inc., Greenville, S.C., was awarded a fixed-price with economic price adjustment contract for<br />

a maximum $35,987,004 for pneumatic tires. Other locations of performance are Italy, France, and Canada. Using services<br />

are Army, Air Force, and Marine Corps. The date of performance completion is Sept. 22, 2013. The Defense Logistics<br />

Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-11-D-0165).<br />

Zoll Medical Corp., Chelmsford, Mass., was issued a modification exercising the second option year on the current<br />

contract SPM2D1-09-D-8017/P00002. Award is a firm-fixed-price contract with a maximum $10,170,000 for airworthy M-<br />

series CCT defibrillators. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine<br />

Corps and federal civilian agencies. The date of performance completion is Sept. 27, 2012. The Defense Logistics Agency<br />

Troop Support, Philadelphia, Pa., is the contracting activity.<br />

Bell Helicopter Textron, Inc., Fort Worth, Texas, was awarded a firm-fixed-price contract for a maximum $8,622,105<br />

for cuff assemblies. There are no other locations of performance. Using service is Navy. The date of performance completion<br />

is Dec. 31, 2016. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (W58RGZ-06-G-0003-<br />

THLN).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Philips Healthcare, Andover, Mass., was issued a modification exercising the second option year on the current<br />

contract SPM2D1-09-D-8018/P00005. Award is a firm-fixed-price contract with a maximum $8,353,887 for airworthy<br />

HeartStart MRx defibrillators and related accessories. There are no other locations of performance. Using services are Army,<br />

Navy, Air Force, Marine Corps and federal civilian agencies. The date of performance completion is Sept. 27, 2012. The \<br />

Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.<br />

Impact Instrumentation, Inc.*, West Caldwell, N.J., was issued a modification exercising the fourth option year on the<br />

current contract SPM2D0-07-D-0007/P00007. Award is a firm-fixed-price contract with a maximum $7,089,398 for airworthy<br />

ventilators. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal<br />

civilian agencies. The date of performance completion is Sept. 27, 2012. The Defense Logistics Agency Troop Support,<br />

Philadelphia, Pa., is the contracting activity.<br />

AIR FORCE<br />

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $94,770,783 cost-plus-award-fee<br />

contract modification to the existing engineering, manufacturing, and development contract for the Space Based Infrared<br />

System high component. This action will exercise two options that deliver logistics and sustainment support in fiscal 2012.<br />

Work will be performed in Boulder, Colo. Space and Missile Systems Center, Space Based Infrared Systems Directorate, Los<br />

Angeles Air Force Base, Calif., is the contracting activity (F04701-95-C-0017 P00710).<br />

The Boeing Co., Defense, Space & Security, Long Beach, Calif., is being awarded a $39,855,050 firm-fixed-price<br />

contract modification for 17 landing gear overhauls for C-17 aircraft. Work will be performed in Long Beach, Calif.<br />

ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004 P00401).<br />

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $36,887,906 cost-plus-fixed-fee,<br />

indefinite-delivery and requirements contract to collect, analyze, interpret, and evaluate data from several external and<br />

internal pandemic influenza project activities that are designed as Center for Disease Control and Preventions‟ primary<br />

responsibility in the overall national response to a potential influenza pandemic. ESG/PKS, Offutt Air Force Base, Neb., is the<br />

contracting activity (SP0700-00-D-3180, Delivery Order 0730).<br />

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $24,363,993 cost-plus-fixed-fee contract modification<br />

for the F-22 Program to provide sustaining engineering and depot partnering task associated with non-destructive inspection<br />

organic capability, hypoxia root cause analysis, titanium crack growth, site activation, slider seals, and radar cross section<br />

turntable. ASC/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 P00098).<br />

DOSS Aviation, Inc., Colorado Springs, Colo., is being awarded an estimated $23,903,598 contract modification to<br />

provide flight screening for Air Force pilot candidates. Work will be performed at Pueblo, Colo. Air Education and Training<br />

Command Contracting Squadron/LGCU, Randolph Air Force Base, Texas, is the contracting activity (FA3002-06-D-0010<br />

PO0029).<br />

Booz <strong>All</strong>en Hamilton, Inc., Herndon, Va., is being awarded a $15,149,310 cost-plus-fixed-fee contract perform<br />

research and development in order to complete and deliver survivability and vulnerability reports such as the Weapon<br />

System Gap and Deficiency Analysis Study; the Weapon System Requirements Lifecycle Analysis Study; the Weapon<br />

System Requirements Lifecycle Analysis Study; and the Weapon System Office Cost Benefit Analysis Study. Air Force<br />

Intelligence, Surveillance, Reconnaissance Agency Weapon System‟s Office will use these reports to enhance the<br />

enterprise‟s ability to improve the effectiveness of technology assessments, developments, and evaluations. ESG/PKS DTIC,<br />

Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380 DO 0441).<br />

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an estimated $12,200,000 cost-plusaward-fee<br />

contract to upgrade the two existing highly elliptical orbit (HEO) strings to be capable of operating two or three<br />

HEO satellites while maintaining the health and safety of the offline HEO-using software based on geosynchronous orbit<br />

initial operations software baseline that is in use at the Interim Test Center. SMC/ISK, Los Angeles Air Force Base, Calif., is<br />

the contracting activity (FA8810-08-C-0002 PO0033).<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

delivery/indefinite-quantity contract for Type 1 Special training (flight training) for multiple countries. This contract is 100-<br />

percent foreign military sales. Air Education and Training Command Contracting Squadron/LGCI, Randolph Air Force Base,<br />

Texas, is the contracting activity (FA3002-11-D-0010).<br />

L-3 Communications Vertex Aerospace, Madison, Miss., is being awarded an $11,345,639 firm-fixed-price contract<br />

modification for trainer maintenance at Sheppard Air Force-Base, Texas, and satellite site at Naval Air Station Pensacola,<br />

Fla. This action is to exercise option period one, Oct. 1, 2011 through Sept. 30, 2012. 82nd Contracting Squadron/LGCA,<br />

Sheppard Air Force Base, Texas, is the contracting activity (FA3002-ll-C-0001 A00009).<br />

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $6,930,630 cost-plus-fixed-fee, indefinitedelivery,<br />

requirements contract to further enhance the knowledge base supporting EPA‟s risk-informed approach to preparing<br />

for, and responding to, releases of chemical, biological, radiological and nuclear materials. ESG/PKS, Offutt Air Force Base,<br />

Neb., is the contracting activity (SP0700-00-D-3180, Delivery Order 0729).<br />

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY<br />

Raytheon Vision Systems, Goleta, Calif., is being awarded a $13,488,582 cost-plus-fixed-fee contract. The award is<br />

for development of a manufacturing process for low-cost, high-performance, ultra-low form factor thermal cameras.<br />

Raytheon‟s effort aims to reduce the cost of uncooled infrared sensors by 10 times, to enable widespread use of this<br />

technology in the modern battlefield. Work will be performed in Goleta, Calif., and is expected to be completed by March 24,<br />

2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0125).<br />

BAE Systems, Arlington, Va., is being awarded a $13,773,910 cost-plus-fixed-fee contract. This work seeks to<br />

develop a wafer-scale integrated thermal imager manufacturing capability to produce very low-cost and hig-throughput<br />

thermal camera components. Also, the performer will facilitate technology transition of a very compact fully integrated thermal<br />

camera interfaced to a small handheld platform, such as a cell phone. Work will be performed in Columbia, Md. (48 percent);<br />

Newport Beach, Calif. (22 percent); Yorktown Heights, N.Y. (14 percent); San Jose, Calif. (11 percent); Santa Barbara, Calif.<br />

(2 percent); Manchester, N.H. (2 percent); and Atlanta, Ga. (1 percent). Work is expected to be completed by Sept. 23, 2014.<br />

The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0126).<br />

DEFENSE HUMAN RESOURCE ACTIVITY<br />

Data Recognition Corp., Maple Grove, Minn., is being awarded an estimated $7,630,127 firm-fixed-price,<br />

requirements contract for 2011 Operational Survey support for the Defense Manpower Data Center Human Resources<br />

Strategic Assessment Program. Work will be performed at Maple Grove, Minn., and is expected to be completed in<br />

September 2012. Contract funds will be obligated on individual delivery orders that will be placed in fiscal 2011 and fiscal<br />

2012. This requirement was solicited on the Federal Business Opportunities website on a sole-source basis. One bid was<br />

received. The Defense Human Resources Activity Procurement Support Office, Alexandria, Va., is the contracting activity<br />

(H98210-11-D-0006).<br />

*Small business<br />

Total value of contracts awarded this day: $ 2,315.12M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 825-11<br />

September 27, 2011<br />

CONTRACTS<br />

AIR FORCE<br />

The Boeing Co., Huntington Beach, Calif., is being awarded a not-to-exceed $469,000,000 firm-fixed-price, cost-plusfixed-fee<br />

contract modification for a foreign military sales requirement for the Indian Air Force (IAF) C-17 Globemaster III<br />

Sustainment Partnership Program. This action incorporates support of the IAF aircraft into the “virtual fleet” which includes<br />

aircraft maintenance, upgrades, and sustainment. ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting<br />

activity (FA8614-04-C-2004, PO0436).<br />

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $49,181,949 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

requirements contract to provide research and analysis to replace existing handheld biometrics,<br />

which currently lack the required reliability, quality, and supportability. Research will provide biometric system assessments,<br />

technology, and architecture enhancements, and prototype development to enable information fusion. Specific deliverables<br />

include: analysis of alternatives, configuration analysis, sensitive site exploitation, and tagging/tracking location reports.<br />

ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0190).<br />

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $47,595,440 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

requirements contract to provide for reliability, maintainability, quality, supportability, and<br />

interoperability to develop and enhance the U.S. Army Criminal Investigation Laboratory. Research results will be used to<br />

enhance efficiencies, reliability, and interoperability of systems, equipment, and information technologies. Research will<br />

support exploitation capability requirements and apply those requirements to other geographic combatant commands to<br />

establish long-term programmatic responsibilities and identify gaps and vulnerabilities between expeditionary entities.<br />

ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0208).<br />

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $44,953,376 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

requirements contract to provide development of reliability improvement processes and successful<br />

implementation to enhance readiness while reducing life-cycle costs for unmanned aerial systems programs utilizing<br />

reliability, maintainability, quality, supporting ability, and interoperability best practices. ESG/PKS DTIC, Offutt Air Force<br />

Base, Neb., is the contracting activity (HC1047-05-D-4005 0211).<br />

G.B. Johnson Construction Co., Colorado Springs, Colo., is being awarded a $27,826,000 firm-fixed-price contract for<br />

Vandenberg Hall renovation, Phases 7 and 8, at the U.S. Air Force Academy, Colo. 10 CONS/LGCA, U.S. Air Force<br />

Academy, Colo., is the contracting activity (FA7000-11-C0035).<br />

Booz <strong>All</strong>en Hamilton, Inc., Herndon, Va., is being awarded a $24,966,507 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract to perform research and development in order to complete and deliver the “Emerging Leading-Edge<br />

Technological Advancement of Intelligence Surveillance Recon Capabilities Report”, “Tactics, Techniques, and Procedures<br />

Report” and wargame/exercise lessons learned reports. These deliverables will be used to ultimately increase the situational<br />

awareness and survivability of the warfighter by helping them to better identify battlefield threats. ESG/PKS DTIC, Offutt Air<br />

Force Base, Neb., is the contracting activity (SP0700-03-D-1380 0449).<br />

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $24,590,971 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

requirements contract to provide engineering expertise to the Science and Technology Office to<br />

achieve the initiatives and goals of Defense Intelligence Agency in the area of measurement and signature intelligence.<br />

ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005 0205).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Booz <strong>All</strong>en Hamilton, Inc., Herndon, Va., is being awarded a $24,116,927 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract to perform research and development in order to complete and deliver the capability evolution<br />

description document; the system prototype report; and the test and evaluation master plan. The Navy will use these reports<br />

for investment decisions regarding potential technologies that can best protect warfighters from threats posed by<br />

technological warfare, natural disaster, biochemical warfare, and terrorism/insurgency. ESG/PKS DTIC, Offutt Air Force<br />

Base, Neb., is the contracting activity (SP0700-03-D-1380 0444).<br />

Booz <strong>All</strong>en Hamilton, Inc., Herndon, Va., is being awarded a $20,768,477 cost-plus-fixed-fee, indefinite-delivery<br />

requirements contract to perform research and development in order to complete/deliver critical infrastructure facilities<br />

assessments; strategic planning technical reports; and experimentation, war gaming and exercise technical reports. The III<br />

Marine Expeditionary Force will use these deliverables to analyze and recommend methods to limit terrorist and enemy<br />

threats in a permanently deployed, overseas environment consisting of III Marine Expeditionary Force and Marine Corps<br />

personnel, equipment, facilities and staff. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-<br />

D-1380 0439).<br />

Wyle Laboratories, Inc., Ridgecrest, Calif., is being awarded an $11,756,257 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

requirements contract for engineering expertise for aircraft and related resource test,<br />

countermeasure, protection programs, and projects to refine and improve the emerging mission capabilities, processes, and<br />

portfolio of programs/projects and training including in-service systems and equipment. ESG/PKS DTIC, Offutt Air Force<br />

Base, Neb., is the contracting activity (HC1047-05-D-4005 0219).<br />

Amherst Systems, Inc., Buffalo, N.Y., is being awarded an $11,400,000 maximum firm-fixed-price contract to provide<br />

sustaining engineering services support (SESS) on government-owned B-1, B-2, B-52, and fighter test facilities‟ threat<br />

simulations. SESS will consist of recurring and non-recurring engineering tasks in support of the combat electromagnetic<br />

environment simulators and the advanced multiple environment simulators threat simulators located in various test facilities.<br />

AAC/PKES, Eglin Air Force Base, Fla., is the contracting activity (FA9200-11-D-0373).<br />

University of Oklahoma, Norman, Okla., is being awarded a $10,773,593 cost-plus-fixed-fee contract to create<br />

experimental serious games to train participants and measure their proficiency in recognizing and mitigating the cognitive<br />

biases that commonly affect all types of intelligence analysis. The research objective is to experimentally manipulate<br />

variables in serious games and to determine whether and how such variables enable player-participant recognition and<br />

persistent mitigation of cognitive biases. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity<br />

(FA8650-11-C-7178).<br />

HRL Laboratories, L.L.C., Malibu, Calif., is being awarded a $10,618,875 cost-plus-fixed-fee contract for research and<br />

development to develop and demonstrate an energy-efficient, low cost mixed-signal chip set for separating and analyzing<br />

mixtures of complex wideband radio frequency signals, and also to develop an integrated radio frequency front-end that will<br />

integrate with the chip set and demonstrate signal separation and classification with low power consumption. AFRL/PKDB,<br />

Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA86S0-11-C-7158).<br />

ARMY<br />

Guild Associates, Dublin, Ohio (W911QY-11-D-0043); Berg Manufacturing, Inc., Spokane, Wash. (W911QY-11-D-<br />

0044); Tri-Tech USA, Inc., Liberty, S.C. (W911QY-11-D-0045); Highland Engineering, Inc., Howell, Mich. (W911QY-11-D-<br />

0080); and Triton Metals, Inc., Hollywood, Md. (W911QY-11-D-0081), were awarded a $465,000,000 firm-fixed-price contract<br />

between five contractors. The award will provide for the Expeditionary Triple Container Systems, consisting of laundry,<br />

shower, kitchen and latrine. Work location will be determined with each task order, with an estimated completion date of Oct.<br />

1, 2016. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Contracting Command, Natick,<br />

Mass., is the contracting activity.<br />

Thales Raytheon Systems, Fullerton, Calif., was awarded a $162,652,249 firm-fixed-price contract. The award will<br />

provide for the procurement of 56 Sentinel AN/MPQ64-A3 radars, along with associated spares and fielding support. Work<br />

will be performed in Fullerton, Calif., and Forest, Miss., with an estimated completion date of June 1, 2014. One bid was<br />

solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity<br />

(W31P4Q-11-C-0301).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Robertson Fuel Systems, L.L.C., Tempe, Ariz., was awarded a $127,875,000 firm-fixed-price contract. The award will<br />

provide for the procurement of 3,300 Bradley fuel cell survivability modification kits, designed specifically for incorporation<br />

and use on the Bradley Family of Vehicles. Work will be performed in Tempe, Ariz., with an estimated completion date of<br />

Jan. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the<br />

contracting activity (W56HZV-11-C-0420).<br />

Hensel Phelps Construction Co., Chantilly, Va., was awarded a $125,900,000 firm-fixed-price contract. The award will<br />

provide for the construction of a new North Campus substation electrical utility plant at Fort Meade, Md. Work will be<br />

performed in Fort Meade, Md., with an estimated completion date of Sept. 15, 2014. The bid was solicited through the<br />

Internet, with nine bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-11-<br />

C-0036).<br />

AAI Corp., Hunt Valley, Md., was awarded a $118,792,331 firm-fixed-price contract. The award will provide for the<br />

modification of an existing contract to procure 19 Tactical Common Data Link (TCDL) pool configuration kits; four TCDL<br />

regular configuration kits; 14 sets of mobile maintenance facility spares; and one set of TCDL spares for the Shadow<br />

Unmanned Aircraft System. Work will be performed in Hunt Valley, Md., with an estimated completion date of April 30, 2012.<br />

One bid was solicited, with one bid received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the<br />

contracting activity (W58RGZ-08-C-0023).<br />

Bauer Foundation Corp., Odessa, Fla., was awarded a $106,611,907 firm-fixed-price contract. The award will provide<br />

for the construction of a deep foundation concrete barrier wall in a high-head earthen dam with a karst limestone foundation.<br />

Work will be performed in Smithville, Tenn., with an estimated completion date of March 22, 2014. The bid was solicited<br />

through the Internet, with five bids received. The U.S. Army Corps of Engineers, Nashville, Tenn., is the contracting activity<br />

(W912P5-11-C-0014).<br />

Science Applications International Corp., McLean, Va., was awarded a $106,275,386 firm-fixed-price level-of-effort<br />

contract. The award will provide for the sustainment services of the Mine Resistant Ambush Protected Vehicle, and provides<br />

the joint logistics integrator capability for integrated logistics, engineering, and fielding services. Work will be performed in<br />

McLean, Va.; Kuwait; Afghanistan; and Iraq, with an estimated completion date of Sept. 19, 2012. One bid was solicited, with<br />

one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).<br />

Leo A Daly Co., Atlanta, Ga. (W9127S-11-D-6009); HDR Engineering, Inc., Kansas City, Mo. (W9127S-11-D-6007);<br />

and Aecom Technical Services, Inc., Los Angeles, Calif. (W9127S-11-D-6005), were awarded a $90,000,000 firm-fixed-price<br />

contract between three contractors. The award will provide for the development of facility development plans, providing<br />

planning, design support, and contract development services to include the development of requests for proposals in support<br />

of the Air Force Medical Services Design-Build Program. Work location will be determined with each task order, with an<br />

estimated completion date of Sept. 18, 2016. The bid was solicited through the Internet, with 31 bids received. The U.S.<br />

Army Corps of Engineers, Little Rock, Ark., is the contracting activity.<br />

Astec, Inc., Chattanooga, Tenn., was awarded an $89,383,141 firm-fixed-price contract. The award will provide for<br />

the acquisition of an asphalt mixing plant and 24 plus units associated accessories and services. Work location will be<br />

determined with each task order, with an estimated completion date of Sept. 23, 2016. The bid was solicited through the<br />

Internet, with two bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-<br />

11-D-0112).<br />

Globe Trailer Manufacturing, Bradenton, Fla., was awarded an $86,687,878 firm-fixed-price contract. The award will<br />

provide for the procurement of 1,337 M870A4 semitrailers. Work will be performed in Bradenton, Fla., with an estimated<br />

completion date of Sept. 12, 2016. The bid was solicited through the Internet, with 13 bids received. The U.S. Army TACOM,<br />

Warren, Mich., is the contracting activity (W56HZV-11-D-0204).<br />

Engineered Electric Co., doing business as DRS Fermont, Bridgeport, Conn., was awarded a $75,000,000 cost-plusfixed-fee<br />

and firm-fixed-price contract. The award will provide for the modification of an existing contract to procure tactical<br />

quiet generator sets. Work will be performed in Bridgeport, Conn., with an estimated completion date of March 20, 2014. The<br />

bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Fort Belvoir, Va., is the<br />

contracting activity (DAAB07-00-D-B207).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

iRobot Corp., Bedford, Mass., was awarded a $60,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity<br />

contract. The award will provide for the procurement of up to 300 PackBot Robot Systems, sustainment parts, repair,<br />

maintenance, and training. Work will be performed in Bedford, Mass., with an estimated completion date of July 27, 2016.<br />

One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity<br />

(W56HZV-11-D-0093).<br />

Polaris Sales, Inc., Medina, Minn., was awarded a $54,183,409 firm-fixed-price contract. The award will provide for<br />

the procurement of 6,501 all-terrain vehicle; 266 all-terrain vehicle trailers; and contractor spare parts. Work will be performed<br />

in Brooklyn, Minn., with an estimated completion date of Sept. 24, 2014. The bid was solicited through the Internet, with<br />

seven bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-G210).<br />

J & S Construction Co., Inc., Cookeville, Tenn. (W912DQ-11-D-4013); K & K Industries, Inc., Newberry, Mich.<br />

(W912DQ-11-D-4014); Titan Construction Organization, Inc., Olathe, Kan. (W912DQ-11-D-4015); and Carlson Constructors<br />

Corp., Joliet, Ill. (W912DQ-11-D-4016), were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract. The<br />

award will provide for the construction, renovation, and repair of facilities located in the Kansas City district. Work location will<br />

be determined with each task order, with an estimated completion date of Sept. 23, 2015. The bid was solicited through the<br />

Internet, with 31 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.<br />

American Equipment Co., Inc., Greenville, S.C., was awarded a $48,540,267 firm-fixed-price contract. The award will<br />

provide for the procurement of 1,200 full-size pickup trucks. Work will be performed in New Castle, Del., with an estimated<br />

completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army<br />

Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-D-G209)<br />

SM Resources Corp., Lanham, Md., was awarded a $48,500,000 cost-plus-fixed-fee and firm-fixed-price contract.<br />

The award will provide for the services to obtain environmental, safety, health, and research support operations at Edgewood<br />

Chemical Biological Center facilities. Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion<br />

date of Sept. 22, 2016. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting<br />

Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-11-D-0003).<br />

AM General, L.L.C., South Bend, Ind., was awarded a $46,308,827 firm-fixed-price contract. The award will provide<br />

for the modification of an existing contract to procure 306 various models of high mobility multi-purpose wheeled vehicles.<br />

Work will be performed in Mishiwaka, Ind., with an estimated completion date of March 30, 2012. One bid was solicited, with<br />

one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0405).<br />

Satterfield and Pontikes Construction, Inc., was awarded a $45,885,000 firm-fixed-price contract. The award will<br />

provide for the construction of the Lackland Airman Training Center dormitory at Lackland Air Force Base, San Antonio,<br />

Texas. Work will be performed in Lackland Air Force Base, San Antonio, Texas, with an estimated completion date of Sept.<br />

30, 2013. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Fort Worth,<br />

Texas, is the contracting activity (W9126G-11-C-0024).<br />

Science Applications International Corp., McLean, Va., was awarded a $45,000,000 firm-fixed-price level-of-effort<br />

contract. The award will provide for the modification of an existing contract for operational readiness services at government<br />

facilities in Kuwait and the continental United States. Work will be performed in McLean, Va., and Kuwait, with an estimated<br />

completion date of Sept. 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command,<br />

Warren, Mich., is the contracting activity (W56HZV-09-A-0003).<br />

NAVY<br />

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $187,000,000<br />

cost-plus-fixed-fee modification to a previously awarded advance acquisition contract (N00019-10-C-0002). This modification<br />

provides additional funding for recurring sustainment support, and system engineering sustainment activities necessary to<br />

meet the requirement and delivery schedule of this low rate initial production, lot five, F-35 Joint Strike Fighter. Work will be<br />

performed in Eglin, Fla. (60 percent); Fort Worth, Texas (15 percent); El Segundo, Calif. (5 percent); Warton, United Kingdom<br />

(5 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be<br />

completed in May 2012. Contract funds in the amount of $25,795,004 will expire at the end of the current fiscal year. The<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Naval Air Systems Command, Patuxent River, Md., is the contracting.<br />

L-3 Communications Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $123,180,168 modification to a<br />

previously awarded indefinite-delivery, requirements contract (N00019-08-D-0014) to exercise an option for logistics services<br />

and materials for organizational, intermediate, and depot-level maintenance required to support 36 T-45A, and 168 T-45C,<br />

aircraft based at Naval Air Station (NAS) Meridian, Miss.; NAS Kingsville, Texas; NAS Pensacola, Fla., and NAS Patuxent<br />

River, Md. This requirement also includes the organizational level maintenance for the engine. No funding will be obligated at<br />

time of award. Work will be performed in Kingsville, Texas (57 percent); Meridian, Miss. (36 percent); Pensacola, Fla. (6<br />

percent); and Patuxent River (1 percent), and is expected to be completed in September 2012. Contract funds will not expire<br />

at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $99,919,152 modification to a previously<br />

awarded firm-fixed-price requirements contract (N00019-09-D-0002) to exercise an option for intermediate and depot-level<br />

maintenance and related support for in-service T-45 F405-RR-401 Adour engines under the power-by-the-hour arrangement.<br />

In addition, this modification provides for inventory control, sustaining engineering and configuration management, as well as<br />

integrated logistics support and required engineering elements necessary to support the F405-RR-401 engine at the<br />

organization level. No funding is being obligated at time of award. Work will be performed at the Naval Air Station (NAS)<br />

Kingsville, Texas (48 percent); NAS Meridian, Miss. (47 percent); NAS Pensacola, Fla. (4 percent); and NAS Patuxent River,<br />

Md. (1 percent), and is expected to be completed in September 2012. Contract funds will not expire at the end of the current<br />

fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is receiving a $94,701,577 contract modification (P00018) to<br />

a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020) to exercise<br />

option year three for prepositioning and Marine Corps logistics support services for Blount Island Command. The contract<br />

provides logistics services at the industrial facility at Blount Island, shipboard maintenance, supply support and care-in-stores<br />

at sea and in port areas around the world, and operational logistics support to deployed Marine Corps forces. Work will be<br />

performed in Jacksonville, Fla. (86 percent), aboard 16 maritime prepositioning ships (12 percent), and in six locations in<br />

Norway (2 percent). Work is expected to be completed Sept. 30, 2012. At this time, none of the funds have been obligated.<br />

U. S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.<br />

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $92,000,000 modification to a<br />

previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering,<br />

analytical, and manufacturing services to support various aging aircraft. No funds will be obligated at time of award. Work will<br />

be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), and is expected<br />

to be completed in September 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air<br />

Systems Command, Patuxent River, Md., is the contracting activity.<br />

Raytheon Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $81,700,000 firm-fixed-price<br />

contract to procure 24 MH-60R Airborne Low Frequency Sonar Systems and all associated program management support<br />

for lot nine production. Work will be performed in Brest, France (72 percent); Portsmouth, R.I. (20 percent); and Johnstown,<br />

Pa. (8 percent). Work is expected to be completed in September 2014. Contract funds will not expire at the end of the current<br />

fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command,<br />

Patuxent River, Md., is the contracting activity (N00019-11-C-0077)<br />

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $50,613,287 modification to previously awarded<br />

contract (N00024-10-C-4308) for USS Stout (DDG 55) fiscal 2011 Extended Drydocking Selected Restricted Availability<br />

(EDSRA). An EDSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will<br />

update and improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to<br />

be completed by January 2012. Contract funds in the amount of $50,613,287 will expire at the end of the current fiscal year.<br />

Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.<br />

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $26,757,039 modification to a<br />

previously awarded firm-fixed-price contract (N00019-11-C-0048) for the procurement of 699 newly designed point and click<br />

operator system interface kits, and 123 pointing devices in support of the MH-60 Romeo and Sierra aircraft, including<br />

installation. Work will be performed in Owego, N.Y. (61.1 percent); Austin, Texas (20 percent); and Everett, Wash. (18.9<br />

percent), and is expected to be completed in February 2015. Contract funds will not expire at the end of the current fiscal<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

IAP-Hill, L.L.C., Cape Canaveral, Fla., is being awarded a $26,356,252 modification under a previously awarded firmfixed-price,<br />

indefinite-delivery/indefinite-quantity contract (N69450-10-D-5073) to exercise option two for the base operating<br />

support services at Naval Air Station, Jacksonville; Naval Station, Mayport; Bureau of Medicine and Surgery, Jacksonville;<br />

and Blount Island Command, Jacksonville. Regional base operating support services include, but are not limited to, the<br />

following functions: port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance,<br />

utilities, environmental, transportation, bachelor housing, fire alarms, wastewater, steam, and facility management. Work also<br />

provides service calls consisting of repairs of base facilities, utilities, transportation and fire alarm systems. The total contract<br />

amount after exercise of this option will be $77,908,695. Work will be performed in Jacksonville, Fla., and is expected to be<br />

completed March 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering<br />

Command, Southeast, Jacksonville, Fla., is the contracting activity.<br />

SDV Engineering & Consulting IOI, J.V.*, San Diego, Calif. (N40083-11-D-0028); Lee & Ryan Environmental<br />

Consulting, Inc.*, Greenfield, Ind. (N40083-11-D-0029); VRHabilis-KEMRON, L.L.C.*, Knoxville, Tenn. (N40083-11-D-0030);<br />

SEQ Vets Remediation, J.V. B*, San Diego, Calif. (N40083-11-D-0031); and TTL Associates, Inc.*, Toledo, Ohio (N40083-<br />

11-D-0032), are each being awarded an indefinite-delivery/indefinite-quantity environmental multiple award contract for<br />

environmental services at Naval Station Great Lakes and Department of Defense facilities located within the continental<br />

United States. The maximum dollar value, including the base period and two option years, for all five contracts combined is<br />

$24,000,000. The work to be performed provides for removal and remediation of environmental contamination and<br />

monitoring for Naval Station Great Lakes and Department of Defense facilities within the continental United States. Lee &<br />

Ryan Environmental Consulting is being awarded task order 0001 at $326,515 for remediation of a trichloroethylene plume at<br />

Naval Support Activity Mid-South, Millington, Tenn. Work for this task order is expected to be completed by September 2015.<br />

<strong>All</strong> work will be performed primarily at Naval Facilities Engineering Command Midwest facilities and at government facilities in<br />

Indiana (40 percent), Illinois (30 percent), Tennessee (20 percent), and the rest of the United States (10 percent). The term of<br />

the contract is not to exceed 36 months, with an expected completion date of September 2014. Contract funds in the amount<br />

of $330,515 are obligated on this award and will not expire at the end of the current fiscal year. This contract was<br />

competitively procured via the Navy Electronic Commerce Online website as a service disabled veteran owned small<br />

business set-aside, with 19 proposals received. These five contractors shall compete for task orders under the terms and<br />

conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting<br />

activity.<br />

L-3 Communications Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $23,539,003 firm-fixed-price,<br />

indefinite-delivery requirements contract for contractor logistics support and Aircraft Intermediate Maintenance Department<br />

(AIMD) support for the T-39 Undergraduate Military Flight Officer (UMFO) Training Program. This effort includes support of<br />

the UMFO government-owned T-39N and T-39G aircraft and associated equipment, including organizational and depot-level<br />

repair. In addition, this provides intermediate level maintenance and support for Chief of Naval Air Training aircraft, transient<br />

aircraft, tenant, and other services activities at the Naval Air Station (NAS) Pensacola, Fla., and NAS Corpus Christi, Texas,<br />

and surrounding areas through the AIMD. No funds are being obligated at time of award. Work will be performed in<br />

Pensacola, Fla. (75 percent), and Corpus Christi, Texas (25 percent), and is expected to be completed in March 2012.<br />

Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR<br />

6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-D-0024).<br />

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded an $18,096,417 modification previously awarded<br />

contract (N00024-10-C-4308) for USS Bulkeley (DDG-84) fiscal 2012 drydocking selected restricted availability. The effort to<br />

be performed includes planning and execution of depot-level maintenance, alterations, and modifications to update and<br />

improve the ship‟s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed<br />

by April 2012. Contract funds in the amount of $18,096,417 will expire at the end of the current fiscal year. Norfolk Ship<br />

Support Activity, Norfolk, Va., is the contracting activity.<br />

Lockheed Martin, Mission Systems and Sensors, Moorestown, N.J., is being awarded a $17,742,288 modification to<br />

previously awarded contract (N00024-09-C-5103) to exercise fiscal 2011 options for Aegis platform systems engineering<br />

agent activities, and Aegis modernization advanced capability build engineering efforts. The platform systems engineering<br />

agent manages the in-service combat systems configurations, as well as the integration of new or upgraded capability into<br />

the Ticonderoga- and Arleigh Burke-class of ships. Work will be performed in Moorestown, N.J., and is expected to be<br />

completed by September 2012. Contract funds in the amount of $17,742,288 will expire at the end of the current fiscal year.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

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

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $16,650,000 firm-fixed-price<br />

contract for six spare AN/AAQ-30 target sight systems (TSS) for the AH-1Z Cobra attack helicopter. The TSS provides target<br />

identification and tracking; passive targeting for integrated weapons, including Hellfire missiles; and a laser designation<br />

capability supporting friendly laser-guided weapons. Work will be performed in Orlando, Fla. (90 percent), Ocala, Fla. (10<br />

percent), and is expected to be completed by December 2014. Contract funds will not expire at the end of the current fiscal<br />

year. This contract was not competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the<br />

contracting activity (N00164-11-G-JQ97).<br />

CACI, Inc., Federal, Chantilly, Va. (N65236-11-D-3841); Computer Sciences Corp., Falls Church, Va. (N65236-11-D-<br />

3842); L-3 Services, Inc., Mount Laurel, N.J. (N65236-11-D-3843); Life Cycle Engineering, Inc., Charleston, S.C. (N65236-<br />

11-D-3844); Science Applications International Corp., McLean, Va. (N65236-11-D-3845); and Scientific Research Corp.,<br />

Atlanta, Ga. (N65236-11-D-3846), are each being awarded a $16,644,455 indefinite-delivery/indefinite-quantity, cost-plusfixed-fee,<br />

performance-based (with provisions for firm-fixed-price orders) multiple award contracts for operational command<br />

and control support services. These contracts include options, which, if exercised, would bring the cumulative value of the<br />

individual contracts to an estimated $88,168,808. Work will be performed in Charleston, S.C. (80 percent); Norfolk, Va. (10<br />

percent); and Washington, D.C. (10 percent). Work is expected to be completed by September 2012. If all options are<br />

exercised, work could continue until September 2016. Contract funds will not expire at the end of the current fiscal year.<br />

These multiple award contracts were competitively procured with proposals solicited via the Commerce Business Daily‟s<br />

Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website,<br />

with 10 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.<br />

Manson-Nan Hawaii, J.V., Honolulu, Hawaii, is being awarded $15,870,000 for firm-fixed-price task order 0004 under<br />

a previously awarded multiple award construction contract (N62748-09-D-4016) to repair the existing exterior windows<br />

throughout the shipfitting shop, Building 155, in the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility area<br />

at Joint Base Pearl Harbor-Hickam. The work to be performed provides for window repair to provide protection to equipment<br />

from the wind and rain and prevent shock hazards and slip hazards. The project includes repairing or replacing damaged or<br />

cracked windows, glazing, deteriorated window frames, steel girts, metal supports, hardware operators and concrete sill. The<br />

project will also remove steel windows containing lead paint and asbestos caulking, metal flashing, and remove and reinstall<br />

any associated window obstructions and penetrations. Work will be performed in Pearl Harbor, Hawaii, and is expected to be<br />

completed by August 2013. Contract funds will expire at the end of the current fiscal year. Six proposals were received for<br />

this task order. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.<br />

Thomas & Betts Power Solutions*, Richmond, Va., is being awarded a $15,715,700 firm-fixed-price indefinitedelivery/indefinite-quantity<br />

contract for the delivery of static transfer switches for use aboard Navy ships. The static transfer<br />

switches will be used to distribute, restore, transfer, and provide uninterrupted power. $815,700 will be obligated at time of<br />

award. Work will be performed in Richmond, Va., and is expected to be completed by September 2012. Contract funds in the<br />

amount of $815,700 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal<br />

Business Opportunities website, with one offer received. The Naval Surface Warfare Center Carderock Division,<br />

Philadelphia, Pa., is the contracting activity (N65540-11-D-0029).<br />

Advance Technology Construction*, Renton, Wash., is being awarded $12,829,520 for firm-fixed-price task order<br />

0005 under a previously awarded multiple award construction contract (N44255-10-D-5004) for construction of Marine Corps<br />

Reserve center at U.S. Army Yakima Training Center. The work to be performed provides for the construction of a standalone,<br />

one-story main Marine Corps Reserve center building; and ancillary facilities, which include covered parking, tank<br />

parking, wash rack, organic equipment shed, and a battery charging station. The facility will also include built-in equipment,<br />

compressed air system, vehicle lube system, vehicle exhaust system, and bridge crane with crane rails. Work will be<br />

performed in Yakima, Wash., and is expected to be completed by February 2013. Contract funds will not expire at the end of<br />

the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command,<br />

Northwest, Silverdale, Wash., is the contracting activity.<br />

Intergraph Government Solutions, Madison, Ala., is being awarded a $9,950,000 firm-fixed-price, time-and-material<br />

contract for procurement of information technology engineering systems, hardware, software, systems integration/design,<br />

and software development support services, related training, maintenance, and spare parts. Work will be performed in<br />

Philadelphia, Pa. (84 percent); Pearl Harbor, Hawaii (10 percent); Hampton Roads, Va. (2 percent); Puget Sound, Wash. (2<br />

percent); and Kittery, Maine (2 percent). Work is expected to be completed by September 2011. Contract funds will not<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

expire before the end of the current fiscal year. This contract was not awarded through full and open competition. Naval<br />

Supply Systems Command Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-11-D-QW43).<br />

Lockheed Martin Corp., Owego, N.Y., is being awarded an $8,987,306 firm-fixed-price contract for the procurement of<br />

specialized test equipment necessary to perform depot-level repairs to the ALQ-210 Electronic Support Measures Receiver<br />

Processor System in support of the H-60 aircraft. Work will be performed at the Naval Air Station Jacksonville, Jacksonville,<br />

Fla., and is expected to be completed in June 2014. Contract funds will not expire at the end of the current fiscal year. This<br />

contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst,<br />

N.J., is the contracting activity (N68335-11-C-0403).<br />

The Boeing Co., St. Louis, Mo., is being awarded a $7,050,777 firm-fixed-price delivery order against a previously<br />

issued basic ordering agreement (N68335-10-G-0012) for the design, development, fabrication, and first article production of<br />

Operational Test Program sets 824, 825, and 560 in support of the F/A-18E/F Aircraft Distributing Targeting System. Work<br />

will be performed in St. Louis, Mo., and is expected to be completed in December 2014. Contract funds will not expire at the<br />

end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.<br />

U.S. SPECIAL OPERATIONS COMMAND<br />

FLIR Systems, Inc., North Billerica, Mass., is being awarded a $24,625,000 indefinite-delivery/indefinite-quantity<br />

contract for new production or retrofit of AN/ZSQ-3 (V1 Assault) and AN/ZSQ-3 (V2 Attack), Electro-Optic Sensor Systems<br />

with laser rangefinder/designator units for the MH-6M assigned to the Special Operations Aviation Regiment at Fort<br />

Campbell, Ky., in support of the Technology Applications Contracting Office. Work will be performed primarily in North<br />

Billerica, Mass., and is expected to be completed by Sept. 22, 2016. Delivery order 0001 is anticipated to be issued on<br />

Sept.23, 2011 in the amount of $497,092. This contract was awarded as sole-source after approval of a justification and<br />

approval document as an exception to full and open competition under the authority of FAR 6.302-1. U.S. Special Operations<br />

Command is the contracting activity (H92241-11-D-0007).<br />

*Small business<br />

Total value of contracts awarded this day: $ 3,806.30M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 830-11<br />

September 28, 2011<br />

CONTRACTS<br />

AIR FORCE<br />

The MITRE Corp., Bedford, Mass., is being awarded a $394,186,883 contract modification to exercise option year<br />

three for systems engineering and integration support for Air Force ceiling programs and Air Force non-ceiling programs for<br />

fiscal 2012. Support level is estimated at 892 staff years for the Air Force ceiling programs, and 300 direct staff years for the<br />

Air Force non-ceiling programs. MITRE is a federally funded research and development center. This contract supports<br />

Foreign Military Sales programs (6 percent) to Saudi Arabia, France, United Kingdom, and Japan. ESC/CAA, Hanscom Air<br />

Force Base, Mass., is the contracting activity (FA8721-12-C-0001).<br />

Northrop Grumman Corp., Aerospace System, San Jose, Calif., is being awarded an estimated $54,227,582 costplus-incentive-fee<br />

contract modification to provide logistics support activities required to support the Global Hawk unmanned<br />

aerial vehicle fielded systems and subsystems used in peacetime operations, which includes fielded air vehicles, engines,<br />

payloads, ground segments, and support segments. WR-ALC/GRCKA, Robins Air Force Base, Ga., is the contracting activity<br />

(FA8528-11-C-0003-PZ0001).<br />

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $25,135,974 cost-plus-fixed-fee, indefinitedelivery,<br />

requirements contract for ground-based sensors for remotely controlled aircraft. ESG/PKS, Offutt Air Force Base,<br />

Neb., is the contracting activity (HC1047-05-D-4000 0201).<br />

General Atomics Aeronautical Systems, Inc., Poway, Calif., is being awarded a $21,618,560 cost-plus-fixed-fee<br />

contract for expedited contractor support that is mandatory to meet urgent service operational requirements for the Predator<br />

and Reaper programs. ASC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038-<br />

0040).<br />

Burgess & Nipple, Cincinnati, Ohio, is being awarded a maximum $12,000,000 indefinite-delivery/indefinite-quantity<br />

contract in which individual firm-fixed-price delivery orders will be awarded for mechanical-electrical architect/engineer<br />

services to support Wright Patterson Air Force Base. ASC/PKOC, Wright-Patterson Air Force Base, Ohio, is the contracting<br />

activity (FA8601-11-D-0011).<br />

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $9,887,022 cost-plus-fixed-fee, indefinitedelivery/indefinite-quantity<br />

requirements contract to provide research and analysis of reliability, maintainability, supportability,<br />

quality, and interoperability of the Naval Air Warfare Center Weapons Division. Specific deliverables include: requirement<br />

analysis, security mitigation, risk assessment, infrastructure management plans, spare concepts recommendations, and<br />

interoperability analysis. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (BC1047-05-D-4005 0220).<br />

ITT Corp., Systems Division, Patrick Air Force Base, Fla., is being awarded an $8,593,640 contract modification to<br />

provide Eastern Range Central Command Remoting Systems replacement, phase two. The location of performance is<br />

Kennedy Space Center, Fla. Space and Missile Systems Center, SMC/LRK, Launch and Range Systems Directorate, El<br />

Segundo, Calif., is the contracting activity (F04701-01-C-0001 PO0768).<br />

Defense Support Services, Greenville, S.C., is being awarded an $8,094,326 indefinite-delivery/indefinite-quantity<br />

with firm-fixed-price, time-and-material, and cost reimbursement contract for the installation of the Large Aircraft Infrared<br />

Countermeasure System on to nine each C-5 aircraft models B and M; one lot of over and above for potential aircraft legacy<br />

issues which may arise during the installation process; one lot of contractor acquired property needed to support the<br />

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<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

lot of shipping associated with shipment of defective government furnished property; and one lot of data. ASC/WLSK, Wright-<br />

Patterson Air Force Base, Ohio, is the contracting activity (FA8625-10-D-6501 0003).<br />

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $7,756,883 cost-plus-fixed-fee<br />

contract to develop a compact, power efficient radio frequency (RF) transmitter by inventing dynamic power conditioning<br />

circuits (power supply modulators) and closely integrating them with RF monolithic microwave integrated circuit power<br />

amplifiers and necessary control circuits. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity<br />

(FA8650-11-C-7184).<br />

NAVY<br />

Canadian Commercial Corp., General Dynamics Land Systems - Canada, Ontario, Canada, is being awarded an<br />

$87,335,007 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for procurement of 425 of<br />

the following engineering change proposal upgrades: upgraded transfer case kit; hood/bonnet assembly kit; exhaust system<br />

kit; central tire inflation system upgrade kit; skydex flooring material kit; electrical harness kit; route clearance digirack kit;<br />

remote weapon station joystick kit; front door assist kit; wheel and tire upgrade kit; and independent suspension axel system<br />

kit. Work will be performed in Benoni, South Africa (70 percent); Trenton, N.J. (20 percent); Chandler, Ariz. (6 percent); and<br />

Halifax, Canada (4 percent). Work is expected to be completed July 31, 2012. Fiscal 2009 other procurement appropriation<br />

contract funds in the amount of $17,007,225 will expire at the end of the current fiscal year. Marine Corps Systems<br />

Command, Quantico, Va., is the contracting activity.<br />

Manu Kai, L.L.C.*, Honolulu, Hawaii, is being awarded a $72,592,497 contract modification on a previously awarded<br />

contract (N00604-09-0001) to exercise the third option period for range operations support and base operations support<br />

services for the Pacific Missile Range Facility, Kauai, Hawaii. Work will be performed at the Pacific Missile Range Facility,<br />

Kauai, Hawaii, and is expected to be completed September 2012. Contract funds will not expire by the end of the current<br />

fiscal year. The basic contract was posted on the Navy Electronic Commerce Online and Federal Business Opportunities<br />

websites, with four offers received in response to the solicitation. The Fleet Logistics Center, Pearl Harbor, Hawaii, is the<br />

contracting activity (N00604-09-0001).<br />

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $51,269,726 modification to a previously<br />

awarded contract (N00024-10-C-4308) for USS Barry (DDG 52) fiscal 2011 extended drydocking selected restricted<br />

availability (EDSRA). An EDSRA includes the planning and execution of depot-level maintenance, alterations, and<br />

modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Norfolk,<br />

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<br />

the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.<br />

The Boeing Co., Jacksonville, Fla., is being awarded a $31,503,536 firm-fixed-price, cost-plus-fee requirements<br />

contract for supplies and services for in-warranty and out-of-warranty depot-level modification installations and in-service<br />

repairs incident to modification kit installs including associated material and services as required to support the continued<br />

safe, reliable, and improved operation of the F/A-18 series aircraft. Work will be performed in Jacksonville, Fla., and is<br />

expected to be completed in September 2012. No funding is being obligated at time of award. Contract funds will not expire<br />

at the end of the current fiscal year. This contact was not competitively procured pursuant to FAR 6.302-1. The Naval Air<br />

System Command, Patuxent River, Md., is the contracting activity (N00019-11-D-0013).<br />

RQ-Berg, J.V., Carlsbad, Calif., is being awarded $30,857,000 for firm-fixed-price task order 0005 under a previously<br />

awarded multiple award construction contract (N62473-10-D-5409) for design and construction of electrical upgrades at<br />

Marine Corps Base Camp Pendleton. The work to be performed provides for all labor, materials, equipment, transportation,<br />

supervision, and incidental related work to provide design, construction, procurement, and installation services for electrical<br />

upgrades consisting of multiple metering stations and other incidental site work for substations, and multiple electrical<br />

distribution lines. The task order also contains three unexercised options, which, if exercised, would increase cumulative task<br />

order value to $31,606,000. Work will be performed in Oceanside, Calif., and is expected to be completed by January. 2014.<br />

Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval<br />

Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<br />

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $26,945,901 modification to previously awarded<br />

contract (N00024-11-C-4407) for the USS Kearsarge (LHD-3) fiscal 2011 planned maintenance availability. The effort to be<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

performed includes planning and execution of a work package containing major repairs to tanks, flightdeck, aircraft elevators,<br />

free-board preservation and painting, and modifications to update and improve the ship‟s military and technical capabilities.<br />

Work will be performed in Norfolk, Va., and is expected to be completed by November 2011. Contract funds in the amount of<br />

$26,945,901 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting<br />

activity.<br />

Northrop Grumman Corp., San Diego, Calif., is being awarded an $18,650,000 cost-plus-fixed-fee contract for<br />

intelligence, surveillance and reconnaissance services in support of the deployment of the MQ-8B vertical takeoff and landing<br />

tactical unmanned aerial vehicle. Work will be performed in Afghanistan (90 percent) and Patuxent River, Maryland (10<br />

percent), and is expected to be completed in October 2012. Contract funds in the amount of $1,434,742 will expire at the end<br />

of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0094)<br />

Trace Industries, Inc.*, Honolulu, Hawaii (N62478-10-D-2369); Contech Engineering, Inc.*, Honolulu, Hawaii<br />

(N62478-10-D-2373); and BAM Contractors, Inc.*, Dallas, Texas (N62478-10-D-2374), are each being awarded a<br />

modification under a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award service contract to exercise option<br />

two for demolition projects, located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility.<br />

The maximum dollar value for all three contracts combined is $17,771,369. No task orders are being issued at this time. The<br />

work to be performed provides for demolition of facilities and structures. The work includes asbestos removal; removal of<br />

lighting ballasts and lamps containing polychlorinated biphenyls and mercury; disconnection of utilities; earthwork; grading;<br />

demolition and removal of various buildings, miscellaneous structures, and equipment, site preparation; and all incidental<br />

related work. <strong>All</strong> work will be performed in Hawaii, and is expected to be completed by September 2012. Contract funds will<br />

not expire at the end of the current fiscal year. These three contractors may compete for task orders under the terms and<br />

conditions of the awarded contract. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the<br />

contracting activity.<br />

EADS North American, Inc., Irvine, Calif., is being awarded a $15,400,864 indefinite-delivery/indefinite-quantity<br />

contract for the procurement of one pilot production Turboprop engine test instrumentation (TPTI) unit; up to 11 TPTI<br />

production units; two pilot production test program sets (TPS) (T56-425/-427 and T56-427A); up to two TPS production units;<br />

technical and logistics data items; package, deliver, and installation of pilot production and production of TPTI and TPS<br />

systems; up to 1,300 hours of engineering support services; up to 700 hours of technical representative support services;<br />

and up to 1,200 hours of integrated logistics support contractor support. Work will be performed in Irvine, Calif., and is<br />

expected to be completed by September 2014. This contract was competitively procured via electronic request for proposal,<br />

with three offers received. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center<br />

Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-11-D-0017).<br />

Wright Tool Co., Troy, Mich., is being awarded a $14,149,134 firm-fixed-price, indefinite-delivery/indefinite-quantity<br />

contract for the purchase of diesel fuel injection test systems and spare parts in support of Marine Corps ground vehicles and<br />

equipment. Work will be performed in Buckingham, England, and is expected to be completed by September 2014. Contract<br />

funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with three proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the<br />

contracting activity (N00164-11-D-GS80).<br />

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $14,089,047 firm-fixed-price<br />

order under previously awarded basic ordering agreement (N00164-11-G-JQ97) for target sight system (TSS) spare parts<br />

and program support. This acquisition is for AN/AAQ-30 TSS spares that will be utilized for the current TSS that are installed<br />

into AH-1Z Cobra attack helicopters. The TSS provides target identification and tracking, passive targeting for integrated<br />

weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons. The TSS is<br />

used on the Marine Corps fleet of 180 AH-1W Super Cobra helicopters. Work will be performed in Orlando, Fla., and is<br />

expected to be completed by April 2014. Contract funds will not expire at the end of the current fiscal year. This contract was<br />

not competitively procured. Naval Surface Warfare Center, Crane, Ind., is the contracting activity.<br />

John C. Grimberg Co., Inc., Rockville, Md., is being awarded $13,925,000 for firm-fixed-price task order 0004 under a<br />

previously awarded multiple award construction contract (N40080-10-D-0492) for repair to the envelope of Buildings 60 and<br />

61 at Naval Support Activity, National Naval Medical Center. Buildings 60 and 61 are four-story dormitories, each with two<br />

residential wings connected by a common area. This project will remove the exterior brick cladding and the non-structural<br />

stud wall assembly at the exterior walls. The brick will be replaced with a precast concrete panel and curtain wall system.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Work will be performed in Bethesda, Md., and is expected to be completed by December 2013. Contract funds in the amount<br />

of $13,925,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received<br />

for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.<br />

CNMS, J.V., Honolulu, Hawaii, is being awarded $13,617,193 for firm-fixed-price task order HC01 under a previously<br />

awarded multiple award construction contract (N62742-10-D-1306) for design and repair of Headquarters Pacific Air Forces<br />

Building 1102 at Joint Base Pearl Harbor-Hickam. The work to be performed provides for bringing Building 1102 up to<br />

compliance with life safety codes to include structural, fire detection, alarm, and suppression systems, establishment of areas<br />

of refuge, and meeting egress requirements. Work will be performed in Oahu, Hawaii, and is expected to be completed by<br />

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<br />

fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Pearl<br />

Harbor, Hawaii, is the contracting activity.<br />

TolTest, Inc., Maumee, Ohio, is being awarded a $13,338,385 firm-fixed-price contract for maintenance construction<br />

for the repairs of an electrical sub-station at Naval Base Kitsap-Bangor. The work to be performed provides for the<br />

replacement of switchyard transformers, circuit interrupters, expansion of the sub-station grounding grid system, and various<br />

associated work, including installation of security fencing, security cameras, and access control systems. Work will be<br />

performed in Silverdale, Wash., and is expected to be completed by July 2012. Contract funds in the amount of $13,338,385<br />

are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via<br />

the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command,<br />

Northwest, Silverdale, Wash., is the contracting activity (N44255-11-C-9003).<br />

KIRA, Inc., Boulder, Colo., is being awarded a $12,833,025 modification under a previously awarded firm-fixed-price,<br />

indefinite-delivery/indefinite-quantity contract (N69272-03-D-1010) to exercise option three for regional base operating<br />

support services at Naval Air Station Jacksonville and Naval Station Mayport. The work to be performed provides for<br />

janitorial, pest control, refuse, and grounds maintenance service and service calls. Work also provides services for fire alarm,<br />

heating, ventilation, and air conditioning, and security alarms for nine Navy and Marine Reserve centers within the Naval<br />

Facilities Engineering Command Southeast area of responsibility. The total contract amount after exercise of this option will<br />

be $75,811,342. Work will be performed in Jacksonville, Fla., and is expected to be completed September 2012. Contract<br />

funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast,<br />

Jacksonville, Fla., is the contracting activity.<br />

L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $12,629,287 modification to a previously awarded contract<br />

(N61331-11-C-0005) for in-theater subject matter experts/field service representatives to perform maintenance and repair of<br />

the Marine Corps mine roller systems. Field service representatives will be responsible for all scheduled and unscheduled<br />

maintenance and repair of Marine Corps mine roller systems to ensure operational levels meet in-theater needs. Work will be<br />

performed in Afghanistan and is expected to be completed by December 2012. Contract funds will not expire at the end of<br />

the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting<br />

activity.<br />

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,436,224 cost-plus-fixed-fee order<br />

against a previously issued basic ordering agreement (N68335-10-G-0026) to continue efforts initiated under Small Business<br />

Innovation Research topic N94-178, to assess, procure, deploy, and support an advanced coalition, command, control,<br />

communications, computer, intelligence, surveillance, and reconnaissance equipment and system of architecture. Work will<br />

be performed in Warminster, Pa. (50 percent); Patuxent River, Md. (30 percent); and Afghanistan (20 percent). Work is<br />

expected to be completed in September 2014. Contract funds in the amount of $2,701,194 will expire at the end of the<br />

current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.<br />

TCOM, L.P.*, Columbia, Md., is being awarded a $12,354,993 modification to a previously awarded firm-fixed-price<br />

contract (N68335-11-C-0250) for the procurement of hardware in support of phase three of the Persistent Ground<br />

Surveillance Systems (PGSS) for the Navy. Hardware to be provided includes three 28M+ aerostat systems and three site<br />

spares to outfit and enhance the capabilities of the existing PGSS currently fielded. Work will be performed in Elizabeth City,<br />

N.C. (90 percent), and Columbia, Md. (10 percent), and is expected to be completed in November 2011. Contract funds will<br />

not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the<br />

contracting activity.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,341,259 order against a previously<br />

issued basic ordering agreement (N68335-10-G-0026) for the assessment, procurement, and deployment of innovative<br />

intelligence, surveillance, and reconnaissance systems, and communication systems in support of phase three Persistent<br />

Ground Surveillance Systems. This effort also includes the assessment of unmanned aircraft vehicle (UAV) noise reducing<br />

technology, aircraft aerodynamics with increased lift and decreased drag, UAV weatherization, long endurance, submersible<br />

technology, interoperability of airborne and waterborne techniques to support ISR military operations and counter-narcoterrorism<br />

and related support hardware. Work will be performed in Warminster, Pa. (71 percent); Patuxent River, Md. (14<br />

percent); Yuma, Ariz. (5 percent); Washington, D.C. (5 percent); Avon Park, Fla. (3 percent); and Tampa, Fla. (2 percent).<br />

Work is expected to be completed in September 2013. Contract funds will not expire at the end of the current fiscal year. The<br />

Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.<br />

NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,336,876 order against a previously<br />

issued basic ordering agreement (N68335-10-G-0026) for the assessment, procurement, and deployment of innovative<br />

intelligence, surveillance, and reconnaissance systems, and communication systems, micro unmanned aircraft vehicle<br />

technology, and related hardware in support of phase three Persistent Ground Surveillance Systems. This effort also<br />

includes the procurement of 10 appropriately configured TigerShark unmanned aircraft system for precision acquisition<br />

weaponized system testing. Work will be performed in Warminster, Pa. (48 percent); Patuxent River, Md. (20 percent); Avon<br />

Park, Fla. (19 percent); Washington, D.C. (7 percent); and Tampa, Fla. (6 percent). Work is expected to be completed in<br />

September 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft<br />

Division, Lakehurst, N.J., is the contracting activity.<br />

Kaman Aerospace Corp., Bloomfield, Conn., is being awarded an $11,978,497 firm-fixed-price, cost-plus-fixed-fee<br />

contract for engineering technical services in support of four Egyptian Air Force 5H-2G(E) aircraft under the Foreign Military<br />

Sales Program. Services to be provided include aircraft, structural and system inspections, and repairs. Work will be<br />

performed in Bloomfield, Conn., and is expected to be completed in December 2013. Contract funds will not expire at the end<br />

of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-4. The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0052).<br />

STV, Inc., Douglassville, Pa., is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

architect-engineering contract for civil/structural/architectural/mechanical/electrical and fire<br />

protection services in support of projects at military installations throughout the Naval Facilities Engineering Command<br />

(NAVFAC) Mid-Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $518,075 to provide design<br />

services for the interior and exterior repairs of the Navy Propeller Shop at Philadelphia Naval Business Center, Philadelphia,<br />

Pa. Work for this task order is expected to be completed by April 2012. <strong>All</strong> work will be performed in the Mid-Atlantic<br />

Northeast AOR including, but not limited to, Rhode Island (20 percent); Maine (20 percent); Connecticut (15 percent); New<br />

Jersey (15 percent); Pennsylvania (10 percent); New York (5 percent); New Hampshire (5 percent); Massachusetts (5<br />

percent); Vermont (3 percent); and Delaware (2 percent). Work is expected to be completed by September 2016. Contract<br />

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<br />

was competitively procured via the Navy Electronic Commerce Online website, with 65 proposals received. The Naval<br />

Facilities Engineering Command, Mid-Atlantic Northeast Integrated Product Team, Norfolk, Va., is the contracting activity<br />

(N40085-11-D-7211).<br />

Referentia Systems, Inc.*, Honolulu, Hawaii, is being awarded a $9,922,078 cost-plus-fixed-fee contract for the<br />

development and demonstration of a cross-aircraft-platform ground-based data management and analysis capability.<br />

Included in this effort is the development of the prognostics, analytic and reporting for complex systems and shareable realtime<br />

cyber-network situational awareness. Work will be performed in Honolulu, Hawaii, and is expected to be completed in<br />

September 2016. Contract funds in the amount of $4,458,823 will expire at the end of the fiscal year. This contract was<br />

competitively procured via broad agency announcement; one offer was received. The Naval Air Warfare Center Aircraft<br />

Division, Lakehurst, N.J., is the contracting activity (N68335-11-C-0536).<br />

The Hana Group, Inc.*, Honolulu, Hawaii, is being awarded a $9,860,647 modification under a previously awarded<br />

firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62478-07-D-2311) to exercise option four, for regional<br />

security services at Commander Naval Region Hawaii, Joint Base Pearl Harbor-Hickam; Naval Magazine Lualualei; and<br />

Naval Communications Telecommunications Area Master Station Wahiawa. The work to be performed provides for, but is not<br />

limited to, entry control point services personnel and vehicle checks; roving patrol services; interior and perimeter patrol;<br />

escort and courier services; crowd control; dispatching services; traffic court services; and armor service. The total contract<br />

amount after exercise of this option will be $56,658,764. Work will be performed in Oahu, Hawaii, and is expected to be<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

completed by September 2012. Contract funds in the amount of $9,271,162 are obligated on this award and will expire at the<br />

end of the current fiscal year. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting<br />

activity.<br />

Northrop Grumman Space and Mission Systems, Herndon, Va., is being awarded a $9,287,788 firm-fixed-price level<br />

of effort contract to provide professional and program management support services, engineering support services, financial<br />

management services, and other technical support services to the International Fleet Support Program Office (PMS 326).<br />

The purpose of this contract is to assist the International Fleet Support Program Office in day-to-day management of security<br />

assistance programs and assigned foreign military sales cases. The contractor shall provide administrative and technical<br />

support to interact with personnel at various activities and echelon levels and occasionally other government and navy<br />

representatives. This contract includes options, which, if exercised, would bring the cumulative value of this contract to<br />

$12,117,886. Work will be performed in Washington, D.C. (80 percent), and in various locations throughout the world (20<br />

percent) as required by security assistance projects, and is expected to be completed by April 2012. Contract funds in the<br />

amount of $3,078,585 will expire at the end of the current fiscal year. This contract was not competitively procured. The<br />

Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-4218).<br />

Corrpro Companies, Inc., San Diego, Calif., is being awarded an $8,000,000 modification under a previously awarded<br />

firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62583-09-D-0185) for exercise of the second option period<br />

for cathodic protection inspection and repair in support of various Navy, Marine Corps, and federal government programs<br />

requesting assistance from the Capitol Improvements Division of the Naval Facilities Engineering Service Center, Port<br />

Hueneme. The work to be performed provides for cathodic protection inspection and repair, and corrosion control services on<br />

petroleum storage and distribution centers worldwide. After award of this option, the total cumulative contract value will be<br />

$24,000,000. Work will be performed worldwide, and work is expected to be completed September 2012. Contract funds will<br />

not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions,<br />

Port Hueneme, Calif., is the contracting activity.<br />

Oak Point Associates, Biddeford, Maine, is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

architect-engineering contract for multi-disciplined architect and engineering services in support of<br />

projects at military installations throughout the Public Works Department Maine (PWD) area of responsibility (AOR). The<br />

work to be performed provides for civil, structural, electrical and mechanical design services to support installation, repair,<br />

and upgrades to mechanical and electrical utilities distribution systems, power plant auxiliaries, generation systems, heating,<br />

ventilating and air conditioning systems, fire protection systems, petroleum fuel facilities, energy conservation measures,<br />

electrical metering installations, interior and exterior electrical design, and electrical systems studies. Additional services<br />

include preparation of Historic American Engineering Record documentation, laboratory testing services, including<br />

metallurgical testing, heating, ventilating and air conditioning systems flow testing, petrographic testing, soils testing probes,<br />

borings, mold and asbestos sampling and testing and lead paint sampling and testing. Project planning services include but<br />

are not limited to, energy compliance analyses, performance rating reports, energy returns on investments calculations, and<br />

geological construction inspection services. Task order 0001 is being awarded at $173,708 for repairs to the fire station at<br />

Naval Computer and Telecommunications Area Master Station, Atlantic Detachment, Cutler, Maine. Work for this task order<br />

is expected to be completed by April 2012. <strong>All</strong> work will be performed within the PWD Maine AOR, including, but not limited<br />

to, Portsmouth Naval Shipyard, Kittery, Maine (75 percent); Naval Computer and Telecommunications Area Master Station,<br />

Atlantic Detachment, Cutler, Maine (20 percent); and Naval Satellite Operations Command, Detachment ALFA, Prospect<br />

Harbor, Maine (5 percent). The term of the contract is not to exceed 36 months, with an expected completion date of August<br />

2014. Contract funds in the amount of $173,708 are obligated on this award and will expire at the end of the current fiscal<br />

year. This contract was competitively procured via the Navy Electronic Commerce Online website with 23 proposals<br />

received. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Portsmouth, N.H., is<br />

the contracting activity (N40085-11-D-0502).<br />

Weston Solutions, Inc., San Antonio, Texas, is being awarded $7,203,654 for firm-fixed-price task order WE01 under<br />

a previously awarded multiple award construction contract (N62583-08-D-0138) for advanced metering infrastructure at<br />

Naval Station Norfolk. The work to be performed provides for modernization of the utility system with advanced metering<br />

infrastructure meters and data acquisition system. The advanced metering infrastructure effort at Naval Station Norfolk<br />

encompasses 782 meters and installation of steam and electrical data acquisition systems. Work will be performed in<br />

Norfolk, Va., and is expected to be completed by April 2014. Contract funds in the amount of $7,203,654 are obligated on this<br />

award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval<br />

Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

The City of Pensacola, doing business as Energy Services of Pensacola, Pensacola, Fla., is being awarded<br />

$6,558,354 for firm-fixed-price task order 0005 under a previously awarded basic ordering agreement (N69450-07-G-0090)<br />

for energy savings at Building 3465 at the National Museum of Naval Aviation complex. The work to be performed provides<br />

for replacement of 19 air handler units with new; replacement of three existing chillers with three new six-hundred ton<br />

centrifugal chillers; one new six-hundred ton stainless steel cooling tower; and implementation of demand flow technology to<br />

maximize chilled water plant performance. Work also includes complete energy conservation measures upgrade in Building<br />

3465. This includes new chilled water control valves, complete wiring upgrade, and associated work to provide complete<br />

usable project. Work will be performed in Pensacola, Fla., and is expected to be completed by March 2013. Contract funds in<br />

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<br />

Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.<br />

DEFENSE LOGISTICS AGENCY<br />

On Site Gas Systems, Inc.*, Newington, Conn., was awarded a fixed-price with economic price adjustment contract<br />

for a maximum $20,400,000 for oxygen generation systems including accessories and spare kits. There are no other<br />

locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. The date of performance completion<br />

is Sept. 19, 2016. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DH-11-D-<br />

8217).<br />

Thomson Aerospace, doing business as Linear Motion, Saginaw, Mich., was awarded a firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for a maximum $13,782,000 for aircraft ballscrews. There are no other locations of<br />

performance. Using services are Air Force and, as required, foreign military sales. The date of performance completion is<br />

September 2017. The Defense Logistics Agency Procurement Operations Warner Robins, Robins Air Force Base, Ga., is the<br />

contracting activity (SPRWA1-11-D-0018).<br />

CEF Industries, Addison, Ill., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a<br />

maximum $13,782,000 for aircraft ballscrews. There are no other locations of performance. Using services are Air Force and,<br />

as required, foreign military sales. The date of performance completion is September 2017. The Defense Logistics Agency<br />

Procurement Operations Warner Robins, Robins Air Force Base, Ga., is the contracting activity (SPRWA1-11-D-0019).<br />

MISSILE DEFENSE AGENCY<br />

The Missile Defense Agency is announcing the award of a contract modification to exercise an option to Gray<br />

Research, Inc., under the W9113M-05-D-0003 contract, P00052. The ceiling value of this effort is $18,608,597, increasing<br />

the total contract value from $169,792,608 to $188,401,205. Under this modification, the contractor will maintain continuity of<br />

operations and avoid disruption of critical support for the Missile Defense Data Center Program. The work will be performed<br />

in Huntsville, Ala. The performance period is from Oct. 1, 2011 through March 31, 2012. Fiscal 2012 research, development,<br />

test and evaluation funds will be used to incrementally fund individual task orders. Contract funds will not expire at the end of<br />

the current fiscal year. The Missile Defense Agency, Redstone Arsenal, Ala., is the contracting activity.<br />

*Small business<br />

CORRECTION: Sept. 28, 2011 -- The correct contract number for the Navy‟s Sept. 26 $697,629,899 award to<br />

Huntington Ingalls, Inc., Pascagoula, Miss., is N00024-11-C-2307.<br />

Total value of contracts awarded this day: $ 1,184.78M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 835-11<br />

September 29, 2011<br />

CONTRACTS<br />

ARMY<br />

The Ross Group Construction Corp., Tulsa, Okla. (W912HN-11-D-0034); Absher Construction Co., Puyallup, Wash.<br />

(W912HN-11-D-0032); Garco Construction, Inc., Spokane, Wash. (W912HN-11-D-0031); and S&P - Mason & Hanger, J.V.,<br />

Houston, Texas (W912HN-11-D-0033), were awarded a $499,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity<br />

multiple-award-task-order contract. The award will provide for the construction of tactical equipment maintenance facilities.<br />

Work location will be determined with each task order, with an estimated completion date of Sept. 26, 2014. The bid was<br />

solicited through the Internet, with 27 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting<br />

activity.<br />

Megen Construction Co., Cincinnati, Ohio (W912HN-11-D-0026); C3, L.L.C., Broken Arrow, Okla. (W912HN-11-D-<br />

0027); Carntribe-Clement 8AJV #1, L.L.C., Ozark, Ala. (W912HN-11-D-0028); and LCC-MZT Team III, Homedale, Idaho<br />

(W912HN-11-D-0029), were awarded a $360,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity multiple-awardtask-order<br />

contract. The award will provide for the construction of company operations facilities. Work location will be<br />

determined with each task order, with an estimated completion date of Sept. 27, 2014. Eight bids were solicited, with 30 bids<br />

received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.<br />

EOIR Technologies, Inc., Fredericksburg, Va., was awarded an $83,750,574 cost-plus-fixed-fee contract. The award<br />

will provide for the maintenance and logistics support for the Constant Hawk-Afghanistan and light detection and ranging<br />

aircraft. Work will be performed in Fredericksburg, Va., with an estimated completion date of June 26, 2012. One bid was<br />

solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting<br />

activity (W15P7T-11-C-H001).<br />

CGI Federal, Inc., Manassas, Va., was awarded a $42,485,968 firm-fixed-price indefinite-delivery/indefinite-quantity<br />

contract. The award will provide for the procurement and development of the Human Terrain System. Work will be performed<br />

in Newport News, Va., with an estimated completion date of Sept. 27, 2016. The bid was solicited through the Internet, with<br />

four bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity<br />

(W911S0-11-D-0058).<br />

Harris Corp., RF Communications Division, Rochester, N.Y., was awarded a $37,974,251 firm-fixed-price contract.<br />

The award will provide for the tactical communication services and equipment in support of counternarcotics operations.<br />

Work location will be determined with each task order, with an estimated completion date of Sept. 30, 2015. The bid was<br />

solicited through the Internet, with one bid received. The U.S. Army Space & Missile Defense Command, Huntsville, Ala., is<br />

the contracting activity (W9113M-11-D-0005).<br />

ASI Constructors, Inc., Pueblo West, Colo., was awarded a $37,572,175 firm-fixed-price contract. The award will<br />

provide for the procurement of Canton auxillary spillway hydraulic Structures. Work will be performed in Canton Lake, Blaine<br />

County, Canton, Okla., with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with<br />

four bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0026).<br />

The Pennsylvania State University, University Park, Pa., was awarded a $34,077,057 cost-plus-fixed-fee contract.<br />

The award will provide for the research and development services in support of electro-optical and infrared technologies;<br />

night vision technology; and laser technologies and payloads for unmanned platforms. Work will be performed in University<br />

Park, Pa., with an estimated completion date of Sept. 20, 2014. One bid was solicited, with one bid received. The U.S. Army<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

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

Vigil Contracting, Inc., Crofton, Md., was awarded a $33,908,500 firm-fixed-price contract. The award will provide for<br />

the construction of a Joint Armed Forces Reserve Center at New Castle, Del. Work will be performed in New Castle, Del.,<br />

with an estimated completion date of March 22, 2013. Nine bids were solicited, with nine bids received. The National Guard<br />

Bureau, New Castle, Del., is the contracting activity (W912L5-11-C-0002).<br />

MW Builders, Inc., Temple, Texas, was awarded a $33,815,000 firm-fixed-price contract. The award will provide for<br />

the construction of four, three-story barracks and an optional barracks. Work will be performed in Fort Leonard Wood, Mo.,<br />

with an estimated completion date of Dec. 27, 2012. The bid was solicited through the Internet, with 10 bids received. The<br />

U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-11-C-4040).<br />

King Fisher Marine Service, L.P., Port Lavaca, Texas, was awarded a $33,537,027 firm-fixed-price contract. The<br />

award will provide for the dredging services in support of the pipeline dredging project in Nueces County, Texas. Work will be<br />

performed in Nueces County, Texas, with an estimated completion date of July 31, 2013. The bid was solicited through the<br />

Internet, with five bids received. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-<br />

11-C-0028).<br />

Harper Construction Co., Inc., San Diego, Calif., was awarded a $32,477,776 firm-fixed-price contract. The award will<br />

provide for the renovation services in support of the Training Barracks Upgrade Program at Fort Sill, Okla. Work will be<br />

performed in Lawton, Okla., with an estimated completion date of March 31, 2013. The bid was solicited through the Internet,<br />

with 11 bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-11-C-0025).<br />

Security Signals, Inc., Cordova, Tenn., was awarded a $31,357,180 firm-fixed-price contract. The award will provide<br />

for the procurement of handheld signals, including the M125 and the M159. Work will be performed in Oakland, Tenn., with<br />

an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with three bids received. The U.S.<br />

Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-D-0112).<br />

Oshkosh Corp., Oshkosh, Wis., was awarded a $29,970,756 firm-fixed-price contract. The award will provide for the<br />

modification of an existing contract to procure 452 Family of Medium Tactical Vehicles and 86 armor B-kits. Work will be<br />

performed in Oshkosh, Wis., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet,<br />

with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-<br />

0159).<br />

ACC Construction Co., Augusta, Ga., was awarded a $29,602,793 firm-fixed-price contract. The award will provide for<br />

the construction of a barracks complex and company operations facilities at Fort Bragg, N.C. Work will be performed in Fort<br />

Bragg, N.C., with an estimated completion date of Dec. 18, 2013. The bid was solicited through the Internet, with 18 bids<br />

received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-11-C-0013).<br />

M.R. Pittman Group, L.L.C., Harahan, La., was awarded a $29,391,080 firm-fixed-price contract. The award will<br />

provide for the construction of a pump station in support of the Southeast Louisiana Urban Flood Control Project. Work will<br />

be performed in Jefferson Parish, La., with an estimated completion date of June 8, 2015. The bid was solicited through the<br />

Internet, with 13 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-<br />

C-0068).<br />

Lockheed Martin MS2, Liverpool, N.Y., was awarded a $26,321,139 firm-fixed-price and cost-plus-fixed-fee contract.<br />

The award will provide for the modification of an existing contract to support country field service representatives. Work will<br />

be performed in Liverpool, N.Y., with an estimated completion date of July 30, 2012. The bid was solicited through the<br />

Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting<br />

activity (W15P7T-06-C-T004).<br />

Nan, Inc., Honolulu, Hawaii, was awarded a $25,313,294 firm-fixed-price contract. The award will provide for the<br />

renovation of buildings at Schofield Barracks, Oahu, Hawaii. Work will be performed in Oahu, Hawaii, with an estimated<br />

completion date of Aug. 27, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

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

Tanner Heavy Equipment Co., L.L.C., Leesville, La., was awarded a $25,000,000 firm-fixed-price contract. The award<br />

will provide for the repair and alternation of roads and culverts at Fort Polk, La. Work will be performed in Fort Polk, La., with<br />

an estimated completion date of Aug. 1, 2013. The bid was solicited through the Internet, with two bids received. The U.S.<br />

Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-11-D-0074).<br />

Koontz Electric Co., Inc., Morrilton, Ariz., was awarded a $23,777,237 firm-fixed-price contract. The award will provide<br />

for the construction of a high-voltage switchyard at Garrison Dam, N.D. Work will be performed in Riverdale, N.D., with an<br />

estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with five bids received. The U.S.<br />

Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-11-C-0068).<br />

Bristol Engineering Services Corp., Anchorage, Alaska, was awarded a $23,626,000 firm-fixed-price contract. The<br />

award will provide for the road and infrastructure work services at Joint Base Lewis McChord, Wash. Work will be performed<br />

in Joint Base Lewis McChord, with an estimated completion date of March 30, 2013. The bid was solicited through the<br />

Internet, with six bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-11-<br />

C-0017).<br />

DRS, St. Louis, Mo., was awarded a $22,854,538 firm-fixed-price and cost-plus-fixed-fee contract. The award will<br />

provide for the reset of 72 M1200 Armored Knight vehicles. Work will be performed in St. Louis, Mo., with an estimated<br />

completion date of June 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command,<br />

Warren, Mich., is the contracting activity (W56HZV-11-C-0132).<br />

L-3 Communication Corp., Budd Lake, N.J., was awarded a $22,235,189 firm-fixed-price indefinite-delivery/indefinitequantity<br />

contract. The award will provide for the procurement of up to 90 Improved Position and Azimuth Determining<br />

Systems. Work will be performed in Budd Lake, N.J., with an estimated completion date of Sept. 20, 2014. One bid was<br />

solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity<br />

(W15QKN-11-D-0229).<br />

Honeywell Technology Solutions, Inc., Columbia, Md., was awarded a $21,632,735 firm-fixed-price and cost-plusfixed-fee<br />

contract. The award will provide for the modification of an existing contract to provide logistics support and<br />

maintenance services in support of the U.S. Army Sustainment Command. Work will be performed in Afghanistan, with an<br />

estimated completion date of Sept. 23, 2012. Ten bids were solicited, with seven bids received. The U.S. Army Contracting<br />

Command, Rock Island, Ill., is the contracting activity (W52P1J-10-D-0097).<br />

Communications Supply Corp., Clarksburg, Md., was awarded a $20,360,218 firm-fixed-price contract. The award will<br />

provide for the procurement of command, control, communication and computer infrastructure materials. Work will be<br />

performed in Bagram, Afghanistan, with an estimated completion date of Oct. 31, 2011. One bid was solicited, with one bid<br />

received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-D-0078).<br />

Simmonds Precision Products, Inc., Vergennes, Vt., was awarded a $20,039,154 firm-fixed-price indefinitedelivery/indefinite-quantity<br />

contract. The award will provide for the procurement of 350 Integrated Vehicle Health<br />

Management Systems and 210 IVHMS peculiar ground support equipment kits to support 210 deployment spares to support<br />

the UH-60 aircraft. Work will be performed in Vergennes, Vt., with an estimated completion date of July 31, 2013. One bid<br />

was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity<br />

(W58RGZ-08-D-0224).<br />

U.S. SPECIAL OPERATIONS COMMAND<br />

Oregon Iron Works, Inc., Clackamas, Oregon (H9222-11-D-0080), and United States Marine, Inc., Gulfport, Miss.<br />

(H92222-11-D-0079), are each being awarded an indefinite-delivery/indefinite-quantity contract with a maximum order<br />

limitation of $400,000,000 and issued concurrent delivery orders ($6,994,132 obligated to Oregon Iron Works; $6,998,541 to<br />

United States Marine) for the delivery of test articles for the Combatant Craft, Medium Mark 1 (CCM Mk 1) Program. The<br />

CCM Mk I Program is an acquisition program to develop, test, produce, field, and sustain a modern, clandestine, agile,<br />

adaptive, technically relevant, reliable, and operationally capable combatant craft system in support of U.S. Special<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Operations Command. The work will be performed concurrently in Clackamas, Oregon, and Gulfport, Miss. Completion is<br />

expected by December 2012. The government will test and evaluate the test articles provided by the awardees during phase<br />

three of this evaluation and make a final down select decision in 2013, resulting in a single indefinite-delivery/indefinitequantity<br />

contract with a $400,000,000 ceiling and 10-year term. The final ordering period will end in 2021. U.S. Special<br />

Operations Command is the contracting activity.<br />

NAVY<br />

McDonnell Douglas Corp., St. Louis, Mo., is being awarded $298,607,786 for cost-plus-fixed-fee delivery order 0014<br />

under a previously awarded contract (N00383-06-D-001J) for logistics support and associated material requirements for the<br />

F/A-18E/F aircraft. This effort includes the government of Australia (3 percent) under the Foreign Military Sale Program. Work<br />

will be performed in St. Louis, Mo., and is to be completed by December 2014. Contract funds will not expire before the end<br />

of the current fiscal year. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting<br />

activity.<br />

VSE Corp., Alexandria, Va., is being awarded a $277,926,039 cost-plus-award-fee, indefinite-delivery/indefinitequantity<br />

contract for continuous lifecycle support of naval vessels bought, sold, or otherwise transferred to Foreign Military<br />

Sales customers through the International Fleet Support Program. The services provided to foreign customers and allies<br />

under this contract include design, configuration management, field engineering, maintenance planning, maintenance, spare<br />

parts support, training, casualty, and depot-level repair. The contractor will provide engineering, technical, procurement,<br />

logistics, test, inspection, calibration, repair, maintenance, equipment upgrade installation, and overhaul support services –<br />

including reactivation to safe-to-sail status. No funds are being obligated at this time. This contract includes options, which, if<br />

exercised, would bring the cumulative value of this contract to $1,503,446,270. This contract involves Foreign Military Sales.<br />

Work will be performed in Alexandria, Va., and in various locations throughout the world as required by Foreign Military Sales<br />

customers. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the<br />

Federal Business Opportunities website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the<br />

contracting activity (N00024-11-D-4229).<br />

Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded a $157,582,983 cost-plus-fixedfee<br />

contract for Aegis Weapon System and Aegis Combat System systems, engineering, alteration installation/repair<br />

overhaul execution, computer program maintenance, in-country support services, and staging support to fulfill Aegis lifetime<br />

support requirements of the Japan Maritime Self Defense Force. The contract includes options, which, if exercised, would<br />

bring the total cumulative value of this contract to $228,155,587. This contract option involves Foreign Military Sales to Japan<br />

(100 percent). Work will be performed in Moorestown, N.J. (82.9 percent); Baltimore, Md. (3.4 percent); Tokyo, Japan (3.1<br />

percent); Seoul, South Korea (2.5 percent); Kongsberg, Norway (2.3 percent); Washington, D.C. (1.3 percent); Nagasaki,<br />

Japan (1.1 percent); Yokohama, Japan (1.1 percent); Pusan, South Korea (0.8 percent); Maizuru, Japan (0.5 percent);<br />

Sasebo, Japan (0.5 percent); and Yokosuka, Japan (0.5 percent), and is expected to be completed by January 2016.<br />

Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval<br />

Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-5106).<br />

EDO Communications and Countermeasures Systems, Inc., also known as ITT Force Protection Systems, Thousand<br />

Oaks, Calif., is being awarded a $103,000,905 firm-fixed-price contract to procure 3,351 Band-C upgrade kits, initial spares<br />

and consumables, engineering support services hours, and data to upgrade fielded Counter Radio-Controlled Electronic<br />

Warfare Vehicle Receiver/Jammer (CVRJ) Systems. CVRJ systems are vehicle-mounted electronic jammers designed to<br />

prevent the initiation of radio controlled improvised explosive devices. Work will be performed in Thousand Oaks, Calif., and<br />

is expected to complete by January 2013. Contract funds in the amount of $447,065 will expire at the end of the current fiscal<br />

year. This contract was not competitively procured as no other source can meet the required schedule for fielding a unit to<br />

counter new, emerging threats against military operations in Afghanistan and Iraq. Naval Sea Systems Command,<br />

Washington, D.C., is the contracting activity (N00024-11-C-6317).<br />

Manson Construction Co., Seattle, Wash., is being awarded a $79,523,000 firm-fixed-price contract for demolition<br />

and replacement of Pier 12, and upgrade to Pier 13 at Naval Base San Diego. The work to be performed provides for the<br />

demolition of the existing pier, followed by the complete design and construction of a new general purpose berthing pier and<br />

installing the requisite utilities. Dredging will be accomplished to depths corresponding to the surrounding area. Additionally,<br />

Pier 13 will be upgraded with a 4,160 volt transformer. The construction of the pier will enable Naval Base San Diego to<br />

better support the current home ported ships and future ship classes. The contract also contains two unexercised options,<br />

which, if exercised, would increase cumulative contract value to $82,196,254. Work will be performed in San Diego, Calif.,<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This<br />

contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The<br />

Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-2850).<br />

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $68,696,948 firm-fixed-price contract for the<br />

design and construction of two bachelor enlisted quarters at Marine Corps Base Camp Pendleton that will house a total of<br />

860 Marines. The contract also contains two planned modifications, which, if issued, would increase cumulative contract<br />

value to $75,557,265. Work will be performed in Oceanside, Calif., and is expected to be completed by October 2013.<br />

Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy<br />

Electronic Commerce Online website, with 15 proposals received. The Naval Facilities Engineering Command, Southwest,<br />

San Diego, Calif., is the contracting activity (N62473-11-C-0406).<br />

EJB Facilities Services, Arlington, Va., is being awarded a $67,498,461 modification under a previously awarded firmfixed-price,<br />

indefinite-delivery/indefinite-quantity contract (N44255-05-D-5103) to exercise option six for base operations<br />

support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility<br />

(AOR). The work to be performed provides for, but is not limited to, all management and administration, visual services,<br />

security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support<br />

vehicles and equipment, and environmental services to provide base operations support services. The total contract amount<br />

after exercise of this option will be $424,740,328. Work will be performed at various installations in the NAVFAC Northwest<br />

AOR including, but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent),<br />

Oregon (1 percent), and Wyoming (1 percent). Work is expected to be completed in September 2012. Contract funds will not<br />

expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the<br />

contracting activity.<br />

Raytheon Co., Missile Systems, Tucson, Ariz., is being awarded a $61,869,792 firm-fixed-price, fixed-price-incentivefirm<br />

contract for the lot 11, low rate initial production of 60 AIM-9X Block II <strong>All</strong> Up Round tactical missiles, 30 for the Navy and<br />

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<br />

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<br />

associated tooling for the Navy and the Air Force. Work will be performed in Tucson, Ariz. (39.85 percent); Andover, Mass.<br />

(14.36 percent); Midland, Ontario, Canada (6.60 percent); Vancouver, Wash. (6.21 percent); various locations inside the<br />

continental United States (5.89 percent); Goleta, Calif. (4.04 percent); Rocket Center, W.Va. (2.95 percent); Valencia, Calif.<br />

(2.81 percent); Heilbronn, Germany (2.20 percent); El Cajon, Calif. (2.13 percent); Cheshire, Conn. (2.03 percent);<br />

Chatsworth, Calif. (1.89 percent); Cincinnati, Ohio (1.80 percent); San Jose, Calif. (1.60 percent); Montgomery, Ala (1.40<br />

percent); Anniston, Ala. (1.18 percent); Newbury Park, Calif. (1.08 percent); San Diego, Calif. (0.94 percent); Orlando, Fla.<br />

(0.77 percent); and various locations outside the continental United States (0.27 percent). Work is expected to be completed<br />

in April 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured<br />

pursuant to FAR 6.302.1. This contract combines purchases for the Air Force ($34,539,747; 55.83 percent) and the Navy<br />

($27,330,045; 44.17 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-11-<br />

C-0001).<br />

Stauder Technologies, Saint Peter, Mo., is being awarded a $46,078,883 indefinite-delivery/indefinite-quantity<br />

contract for software development, system integration, and engineering services to include field services representatives.<br />

Work will be performed in St. Peters, Mo., and is expected to be completed by September 2016. Contract funding will expire<br />

and the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity<br />

(M67854-11-D-2219).<br />

Honeywell Technology Solutions, Inc. is being awarded a not-to-exceed $42,948,528 cost-plus-award-fee task order<br />

under a previously awarded contract (M67004-09-D-0020) for prepositioning and Marine Corps logistics support services for<br />

Blount Island Command. Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2012.<br />

Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville,<br />

Fla., is the contracting agency.<br />

L-3 Fuzing and Ordnance Systems, Inc., Cincinnati, Ohio, is being awarded a $35,990,703 firm-fixed-price contract<br />

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<br />

D-5 cutaway fuzes; and 3,000 accessory kits for the U.S. Navy and the governments of Australia, Turkey, Pakistan, Korea,<br />

Bahrain, Malaysia, Finland, and Spain. Work will be performed in Cincinnati, Ohio (50 percent), and Orlando, Fla. (50<br />

percent), and is expected to be completed in September 2014. Contract funds in the amount of $20,927,389 will expire at the<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; two offers<br />

were received. This contract combines purchases for the U.S. Navy ($20,927,389; 58.15 percent); and under the Foreign<br />

Military Sales Program, the governments of Australia ($6,076,900; 16.88 percent), Turkey ($4,052,014; 11.26 percent),<br />

Pakistan ($2,386,981; 6.63 percent), Korea ($1,341,157; 3.73 percent), Bahrain ($396,093; 1.1 percent), Malaysia<br />

($345,292; 0.96 percent), Finland ($268,630; 0.75 percent), and Spain ($196,247; 0.55 percent). The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity (N00019-11-C-0090).<br />

K2 Solutions Corp.*, Southern Pines, N.C., is being awarded a $34,394,858 firm-fixed-priced contract for life cycle<br />

sustainment for the Marine Corps‟ fleet of improvised explosive device detector dogs, including kenneling and daily care,<br />

operational training for Marine handlers, logistics support, transportation, support during overseas operations, and associated<br />

materials. The contract includes options, which, if exercised, would bring the cumulative value of this contract to<br />

$91,022,617. Work will be performed in Southern Pines, N.C. (70 percent), Twentynine Palms, Calif. (20 percent), and<br />

overseas (10 percent), and is expected to be completed by September 2012. If all options are exercised, work will be<br />

completed March 2014. Contract funds in the amount of $34,394,858 will expire at the end of the current fiscal year. This<br />

contract was competitively procured as a total small business set-aside solicitation via the Navy Electronic Commerce Online<br />

website, with two offers received in response to the solicitation. The Marine Corps Systems Command, Quantico, Va., is the<br />

contracting activity (M67854-11-C-3015).<br />

T-Solutions, Inc., Chesapeake, Va., is awarded a $30,294,986 cost-plus-fixed-fee contract for to provide continental<br />

United States, and outside continental United States, port engineering, combat systems engineering, maintenance<br />

management and port engineering support services for Navy ships on behalf of the requirements activity of Commander<br />

Naval Surface Force. The contract provided incremental funding the amount of $29,278,243. Work will be performed at<br />

multiple locations including Norfolk, Va. (36.2 percent); San Diego, Calif. (24.1 percent); Japan (16.4 percent); Mayport, Fla.<br />

(8.6 percent); Honolulu, Hawaii (7.8 percent); Bahrain (4.3 percent); and Everett, Wash., and Bremerton, Wash. (2.6<br />

percent). Work is expected to be completed by September 27, 2012. Contract funds will expire at the end of the current fiscal<br />

year. The contract was posted on the Navy Electronic Commerce Online and Federal Business Opportunities websites as a<br />

sole source. The Naval Supply Systems Command Fleet Logistics Center, San Diego, Calif., is the contracting activity<br />

(N00244-11-C-0035).<br />

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $22,534,505 modification to previously awarded<br />

contract (N00024-11-C-2306) for DDG 1000-class services. This contract modification provides additional class services<br />

associated with the detail design and construction of DDG 1000-class ships. Services will provide technical and industrial<br />

engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship<br />

design. Work will be performed in Bath, Maine, and is expected to be completed by October 2012. Contract funds will not<br />

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

Alutiiq-Mele, L.L.C.*, Anchorage, Alaska, is being awarded a $19,337,981 modification under a previously awarded<br />

firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-09-D-4003) to exercise option two for base operation<br />

support services at the Naval Air Weapons Station, China Lake. The work to be performed provides for all labor, materials,<br />

equipment, supervision, and transportation necessary to perform management and administration, weapons support<br />

services, supply and materials management services, facilities investment services, grounds maintenance services, janitorial<br />

services, pest control services, street sweeping services, base support vehicles and equipment services, and environmental<br />

services. The total contract amount after exercise of this option will be $56,319,319. Work will be performed in Ridgecrest,<br />

Calif., and is expected to be completed by September 2012. Contract funds will not expire at the end of the current fiscal<br />

year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<br />

The Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded $15,369,782 for firm-fixed-price task order<br />

0004 under a previously awarded multiple award construction contract (N62473-09-D-1653) for renovation of Advanced<br />

Electronic School Building 3143 at Naval Base San Diego. The work to be performed provides for renovations to meet<br />

current regulations, codes and criteria for fire protection, anti-terrorism force protection, seismic energy conservation, and the<br />

American Disability/Architectural Barriers Acts. The project will seismically upgrade the building; provide asbestos and lead<br />

base paint abatement; replace deteriorated build-up roofing system with single-ply roof system; replace deteriorated floor<br />

finish; repair/replace aged built-in electrical, communication, security, alarm wirings, light fixtures with energy efficient<br />

fixtures; replace corroded fittings attached to the sprinkler system; provide seismic bracing and restraint to comply with the<br />

National Fire Protection Association; replace all plumbing fixtures with low flow fixtures; and replace deteriorated pipes for<br />

water and sewer. The task order also contains six unexercised options, which, if exercised, would increase cumulative task<br />

order value to $21,941,995. Work will be performed in San Diego, Calif., and is expected to be completed by October 2013.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

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.<br />

Eight proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif.,<br />

is the contracting activity.<br />

Progeny Systems Corp.*, Manassas, Va., is being awarded a $14,801,175 indefinite-delivery/indefinite-quantity, costplus-fixed-fee,<br />

Small Business Innovative Research (SBIR) phase three contract to mature, adapt, and utilize the Data<br />

Acquisition and Retrieval System developed by Progeny Systems under Naval Sea Systems Command SBIR topic N99-100,<br />

used to collect combat systems data used on Navy submarines. Work will be performed in Norfolk, Va. (17 percent); Kings<br />

Bay, Ga. (17 percent); Groton, Conn. (17 percent); Washington, D.C. (17 percent); Port Canaveral, Fla. (17 percent); and<br />

Pearl Harbor, Hawaii (15 percent). Work is expected to be completed by September 2013. Contract funds will not expire at<br />

the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website,<br />

with one offer received. The Naval Undersea Warfare Center, Newport, R.I., is the contracting activity (N66604-11-D-0978).<br />

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $14,632,594 cost-plusfixed-fee<br />

task order 0052 under a previously awarded contract (M67004-09-D-0020) for operations supporting forward-instores,<br />

preservation, packaging, and packing, and the Afghanistan retrograde team. Work will be performed within<br />

Afghanistan and is expected to be completed in September 2012. Contract funds will not expire at the end of the current<br />

fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.<br />

Wackenhut Service, Inc., Government Solutions, Palm Beach Gardens, Fla., is being awarded a $14,559,872 firmfixed-price,<br />

indefinite-delivery/indefinite-quantity contract for base operation support services at the Naval Support Activity,<br />

Kingdom of Bahrain. The work to be performed provides for, but is not limited to, all management, supervision, tools,<br />

materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities<br />

investment, custodial, pest control, integrated solid waste management, grounds maintenance, wastewater, operate reverse<br />

osmosis water treatment system, and base support vehicles and equipment at the Naval Support Activity in the Kingdom of<br />

Bahrain and its seven outlying areas. The maximum dollar value, including the base period and four option years, is<br />

$71,032,613. Work will be performed in the Kingdom of Bahrain, and is expected to be completed by November 2016.<br />

Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy<br />

Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Europe<br />

Africa and Southwest Asia, Naples, Italy, is the contracting activity (N33191-11-D-0738).<br />

L-3 Communications Corp., Greenville, Texas, is being awarded a $12,551,264 cost-plus-firm-fixed modification<br />

(P00019) for the integration of two King Air 350ER aircraft in support of the Army Constant Hawk Program. The integrated<br />

King Air 350ER aircraft provide an immediate response to urgent intelligence, surveillance, and reconnaissance requirements<br />

in combat zones. Work will be performed in Greenville, Texas, and is expected to be completed by July 2012. Contract funds<br />

will not expire at the end of the current fiscal year. This competition was competitively procured via direct solicitation. Naval<br />

Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-C-JQ93).<br />

STARA Technologies, Inc.*, Gilbert, Ariz., is being awarded a $12,527,861 cost-plus-fixed-fee, firm-fixed-fee contract<br />

for 14 Surveillance Tower Integration Kit (STIK) systems; eight field service representatives deployed in theater for the STIK<br />

systems; 11 towers to integrate into the STIK system to create a persistent ground surveillance tower; and level three<br />

drawings. Work will be performed in Afghanistan (50 percent), Gilbert, Ariz. (30 percent), and Yuma, Ariz. (20 percent), and is<br />

expected to be completed in September 2012. Contract fund in the amount of $5,759,074 will expire at the end of the fiscal<br />

year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the<br />

contracting activity (N68335-11-C-0218).<br />

Neany, Inc.*, Hollywood, Md., is being awarded a $12,065,493 modification to a previously awarded cost-plus-fixedfee<br />

contract (N68335-11-C-0261) for training of Persistent Ground Surveillance System (PGSS) instructors and operators in<br />

support of PGSS Phase III B. This modification will also include logistic and deployment support and properly qualified and<br />

experienced PGSS operators at locations outside the United States. Work will be performed in various forward deployed<br />

operating bases located in Afghanistan (90 percent); Hollywood, Md. (5 percent); and Yuma, Ariz. (5 percent). Work is<br />

expected to be completed in November 2011. Contract funds in the amount of $12,000,000 will expire at the end of the<br />

current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.<br />

The Boeing Co., St. Louis, Mo., is being awarded a $12,037,926 firm-fixed-price delivery order against a previously<br />

issued basic ordering agreement (N00019-11-G-0001) for the low rate initial production of 26 Distributed Targeting Systems<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

and supporting equipment/documentation for the F/A-18E/F and EA-18G aircraft. Work will be performed in Melbourne, Fla.<br />

(85 percent), and St. Louis, Mo. (15 percent), and is expected to be completed in December 2013. Contract funds will not<br />

expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $11,556,259 cost-plusfixed-fee<br />

task order 0051 under a previously awarded contract (M67004-09-D-0020) for operations supporting the Marine<br />

Expeditionary Unit Augmentation Program. Work will be performed within Kuwait, and is expected to be completed in<br />

September 2012. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island<br />

Command, Jacksonville, Fla., is the contracting activity.<br />

Navmar Applied Sciences Corp.*, Warminster, Pa., is being awarded a $10,304,848 order against a previously issued<br />

basic ordering agreement (N68335-10-G-0026) for a phase three, Small Business Innovation Research Project under topics<br />

N92-170, “Lasar Radar (LADAR) Identification Demonstration,” and N94-178, “Air-Deployable Expendable Multi-Parameter<br />

Environmental Probe.” This order provides for developing, testing, and evaluating advanced intelligence, surveillance and<br />

reconnaissance sensors and systems that can be integrated into existing aircraft systems to perform detection and tracking<br />

in open ocean surveillance. Work will be performed in Patuxent River, Md. (50 percent); various locations outside of the<br />

continental United States (40 percent); and Warminster, Pa. (10 percent). Work is expected to be completed in October<br />

2013. Contract funds in the amount of $2,633,000 will expire at the end of the current fiscal year. The Naval Air Warfare<br />

Center Aircraft Division, Lakehurst, N.J., is the contracting activity.<br />

Raytheon System Co., McKinney, Texas, was awarded on Sept. 28 a $9,840,000 firm-fixed-price contract for 10<br />

multispectral targeting systems in support of Navy MH-60S helicopters. The multispectral targeting system provides longrange<br />

surveillance, high-altitude target acquisition, tracking, range-finding, and laser designation for the Hellfire missile, and<br />

for all tri-service and NATO laser-guided munitions. Work will be performed in McKinney, Texas, and is expected to be<br />

completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not<br />

competitively procured. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-11-C-<br />

JQ34).<br />

Neany, Inc.*, Hollywood, Md., is being awarded a $9,373,658 firm-fixed-price, cost-plus-fixed-fee contract for ground<br />

control shelters and electrical modifications in support of Persistent Ground Surveillance System (PGSS) Phase III B. This<br />

contract will include 20 PGSS ground control shelters (GSC); the level three drawings for the GSC; and electrical<br />

modifications to 20 45 Kilovolt-Ampere generators. Work will be performed in Hollywood, Md., and is expected to be<br />

completed in July 2011. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This<br />

contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst,<br />

N.J., is the contracting activity (N68335-11-C-0215).<br />

Honeywell Technology Solutions, Inc., Jacksonville, Fla., is being awarded a not-to-exceed $9,164,772 cost-plusfixed-fee<br />

task order 0053 under a previously awarded contract (M67004-09-D-0020) for operations supporting overflow motor<br />

transport maintenance. Work will be performed within Afghanistan, and is expected to be completed in September 2012.<br />

Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville,<br />

Fla., is the contracting activity.<br />

Ensign Bickford, Simsbury, Conn., is being awarded an $8,286,296 firm-fixed-price, indefinite-delivery/indefinitequantity<br />

contract for MK164 MOD 0 detonator assemblies. These assemblies are utilized for a variety of blasting applications<br />

and general purpose demolitions both on land and undersea. Work will be performed in Simsbury, Conn., and is expected to<br />

complete in September 2016. Contract funds will not expire at the end of the current fiscal year. This contract was<br />

competitively procured via the Federal Business Opportunities website, with one offer received. Naval Surface Warfare<br />

Center, Crane, Ind., is the contracting activity.<br />

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded an $8,200,000 modification to a<br />

previously awarded firm-fixed-price contract (N00019-06-C-0098) for non-recurring efforts required to provide form, fit, and<br />

function resolutions to known obsolescence issues affecting MH-60R/MH-60S aircraft. Work will be performed in Owego,<br />

N.Y., and is expected to be completed in November 2013. Contract funds will not expire at the end of the current fiscal year.<br />

The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

quantity contract for a maximum of 7,815 friendly forces tracking devices in three technology levels (advanced, intermediate,<br />

and basic); ancillary support equipment; and 182 repairs of the devices in support of the Joint Chiefs of Staff Joint Fires<br />

Division. Funds in the amount of $14,290 will be obligated at this time. Work will be performed in Manassas, Va., and is<br />

expected to be completed by September 2016. This contract was competitively procured via the Federal Business<br />

Opportunities website, with two offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting<br />

activity.<br />

Northrop Grumman Systems Corp., Aerospace Systems Unmanned Systems, San Diego, Calif., is being awarded a<br />

$7,550,000 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-10-G-0003) for<br />

software sustainment services in support of the MQ-8B vertical take-off and landing tactical unmanned air vehicle. Services<br />

to be provided include analysis of engineering change proposals; development of plans of action and milestones; laboratory<br />

facility studies and analysis; software technology insertion; configuration management and quality assurance; and<br />

development, review and update of specifications and technical documentation. Work will be performed in San Diego, Calif.,<br />

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<br />

current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<br />

Barnhart Balfour Beatty, Inc., San Diego, Calif., is being awarded $7,084,773 for firm-fixed-price task order 0002<br />

under a previously awarded multiple award construction contract (N62473-10-D-5407) for the design and construction of the<br />

Marine Aviation Logistics Squadron 39 warehouse at Marine Corps Base Camp Pendleton. The task order also contains one<br />

unexercised option and two planned modifications, which, if issued, would increase cumulative task order value to<br />

$18,308,263. Work will be performed in Oceanside, Calif., and is expected to be completed by January 2013. Contract funds<br />

will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities<br />

Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<br />

VSD, L.L.C.*, Virginia Beach, Va., is being awarded a $6,894,001 firm-fixed-price, cost-plus-fixed-fee contract for<br />

security training and services in support of the Iraqi patrol boat and offshore support vessel training systems located in Umm<br />

Qasr, Iraq. Services to be provided, which support the transitioning of security responsibilities from the maritime coalition<br />

forces to the Iraqi Navy, include the refurbishment, delivery, installation, testing, train the trainer course of instruction, and<br />

logistics support. Work will be performed in Virginia Beach, Va. (49.5 percent); Houma, La. (29 percent); Umm Qasr, Iraq (19<br />

percent); and Hitchcock, Texas (2.5 percent), and is expected to be completed in June 2014. Contract funds in the amount of<br />

$6,894,001 will expire at the end of the fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1.<br />

The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-11-C-0035).<br />

AIR FORCE<br />

General Atomics Aeronautical Systems, Inc., San Diego, Calif., is being awarded a $65,007,287 cost-plus-incentivefee<br />

contract for the Block 30 retrofit for 31 fixed ground control stations; 43 mobile ground control stations (MGCS); 24 dual<br />

control ground control stations; one multi-aircraft control ground control station; three system integration laboratories; one<br />

multi-aircraft control system integration laboratory; 26 Predator mission aircrew training systems; three MGCS for Foreign<br />

Military Sales to the United Kingdom (2 percent); and associated spares. ASC/WIIK, Wright-Patterson Air Force Base, Ohio,<br />

is the contracting activity (FA8620-10-G-3038 0014).<br />

DTS Aviation Services, Inc., Fort Worth, Texas, is being awarded an estimated $48,851,076 firm-fixed-price, timeand-materials,<br />

cost-reimbursable contract modification for the C-21A contractor logistics support extension effort. The<br />

contractor shall provide organizational and depot-level maintenance, contract field team support, and installation support for<br />

modifications at all active duty sites, including deployed locations. The contractor will also provide contractor operated and<br />

maintained base supply support and accomplish other over and above work at all Federal Aviation Administration certified<br />

parts, maintaining the parts and distributing the parts as required. The contract will be required to provide support to<br />

approximately 47 each C-21A aircraft across multiple locations in and outside the continental United States, and deployed<br />

locations. Aerospace Sustainment Directorate Contracting Section, Robins Air Force Base, Ga., is the contracting activity<br />

(FA8614-04-C-2004 PO0550).<br />

Northrop Grumman Integrated Systems, San Diego, Calif., is being awarded a $48,698,554 firm-fixed-price contract<br />

modification for Global Hawk Systems sustainment. ASC/WIGK, Wright-Patterson Air Force Base, Ohio, is the contracting<br />

activity (FA8620-11-C-3004 P0009).<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Northrop Grumman Space & Mission Systems Corp., San Diego, Calif. (FA8650-11-D-1193 0001), Rockwell Collins,<br />

Inc., Government Systems, Cedar Rapids, Iowa (FA8650-11-D-1196 0001), and Raytheon Co., Space and Airborne<br />

Systems, El Segundo, Calif. (FA8650-11-D-1197 0001), are each being awarded a $47,000,000 indefinite-delivery/indefinitequantity<br />

cost-plus-fixed-fee contract for the Trinity Program, which seeks to develop a “navigation warfare sensor” that could<br />

replace traditional Global Positioning System receivers on a variety of Department of Defense platforms, resulting in a<br />

significant increase in the number of future weapon systems operating in highly challenged electromagnetic environments,<br />

having the capability to support electronic support operations as a part of planned missions. AFRL/PKSR, Wright-Patterson<br />

Air Force base, Ohio, is the contracting activity.<br />

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $24,884,028 cost-plus-fixed-fee, indefinitedelivery,<br />

requirements contract for Air Force Reserve Command Test Center engineering and generation of system modeling<br />

and simulation roadmaps; engineering studies to identify investment alternatives; generation of system roadmaps with<br />

investment strategies; technology insertion including hardware and software design, prototyping, debugging, integration and<br />

qualification; modeling and simulation analysis; and flight test support to include test strategies, test plans, test<br />

methodologies, on-site test support, quick look data analysis, system instrumentation, data collection methods, post-test data<br />

analysis, test reports, and other activities in support of flight testing. ESG/PKS, Offutt Air Force Base, Neb., is the contracting<br />

activity (HC1047-05-D-4000 DO0183).<br />

Alion Science and Technology Corp., Chicago, Ill., is being awarded an estimated $24,222,972 cost-plus-fixed-fee,<br />

indefinite-delivery, requirements contract to provide technical expertise to refine and extend equipment and capabilities;<br />

provide portable shelters to allow design, test, repair, and training on the improved equipment; perform gap analysis; perform<br />

engineering trade-off studies; develop prototype improvements; and conduct quality assessment. ESG/PKS, Offutt Air Force<br />

Base, Neb., is the contracting activity (SP0700-99-D-0301 0220).<br />

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $22,857,886 cost-plus-fixed-fee,<br />

indefinite-delivery and requirements contract to design and conduct studies, interpret and report study results and analysis,<br />

and evaluate advanced development candidates for medical countermeasures and biological detection assays and reagents<br />

and prepare and submit regulatory documents using electronic common technical document procedures. ESG/PKS, Offutt<br />

Air Force Base, Neb., is the contracting activity (SP0700-00-D-318Q 0725).<br />

International Business Machines Corp., Global Government Industry, Bethesda, Md., is being awarded a $12,171,809<br />

firm-fixed-price and cost-reimbursement contract for Enterprise Information Services Production Environment, a cloud-like<br />

“platform as a service” information technology hosting environment used to host classified and unclassified Air Force data<br />

and software programs. ESC/HIBK, Wright-Patterson Air Force base, Ohio, is the contracting activity (HC1028-08-D-2019<br />

6K01).<br />

CAE USA, Inc., Tampa, Fla., is being awarded a $12,054,820 firm-fixed-price contract modification to support the KC-<br />

135 Aircrew Training System; specifically, input/output system refurbishment on nine simulators, and stab trim correction<br />

efforts on 11 simulators. ASC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-10-C-0013<br />

PO0013).<br />

Northrop Grumman Technical Services, Herndon, Va., is being awarded a $12,000,000 maximum firm-fixed-price,<br />

cost-plus-fixed-fee, time-and-material contract for engineering services in support of the T-38 and F-5 weapon systems.<br />

GHMKA, Hill Air Force Base, Utah, is the contracting activity (FA8223-11-R-3002).<br />

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $11,920,858 cost-plus-fixed-fee and<br />

cost-plus-award-fee contract modification to procure the first set of spares specific for focal plane assembly hardware for the<br />

Space Based Infrared System Program. It includes manufacturing, assembly, and testing spare focal plan kits into<br />

acceptance tested focal plane units. This effort also includes production of the next set of material necessary to fill a new<br />

spares kit, to include at least two new sensor chip assemblies. Infrared Space Systems Directorate, Space and Missile<br />

Systems Center, El Segundo, Calif., is the contracting activity (FA8810-08-C-0002 PO0026).<br />

LinQuest Corp., Los Angeles, Calif., is being awarded a $10,422,652 cost-plus-award-fee contract modification to the<br />

existing Military Satellite Communications communications analysis, systems integration and engineering services contract.<br />

This action will extend the contract period of performance for six months by the authority of contract clause 52.217-09,<br />

“Option to Extend the Term of the Contract.” This extension includes continuing systems engineering and integration in<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

support of enhanced polar systems and advanced extremely high frequency programs. Air Force Space and Missile Systems<br />

Center, Military Satellite Communications Systems Directorate, El Segundo, Calif., is the contracting activity (FA8808-06-C-<br />

0002 PO0085).<br />

Northrop Grumman Systems Corp., Electronics Systems Section, Linthicum Heights, Md., is being awarded an<br />

$8,973,993 cost-plus-fixed-fee contract for microscale power conversion. The objective of this program is to develop<br />

innovative radio frequency power amplifier designs that incorporate supply modulation and control enabled by novel power<br />

switch technology. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-11-C-7183).<br />

BAE Systems National Security Solutions, BAE Systems Advanced Information Technologies, Inc., Burlington, Mass.,<br />

is being awarded an $8,825,492 cost-plus-fixed-fee contract modification for the Mission-Oriented Resilient Cloud (MRC)<br />

Program, which is intended to be a companion program to the existing clean-slate design of resilient, adaptive, secure hosts<br />

effort. The MRC effort is concerned with the amplifying effect of the network, seeking to turn this around and use the network<br />

as a vulnerability damper and source of resiliency. AFRL/PKDB, Wright-Patterson Air Force Base, Ohio, is the contracting<br />

activity (FA8650-11-C-7189).<br />

Battelle Memorial Institute, Columbus, Ohio, is being awarded an estimated $7,729,043 cost-plus-fixed-fee, indefinitedelivery<br />

requirements contract to further develop influenza immunity tests for field and laboratory use, generate recombinant<br />

human monoclonal antibodies specific to influenza viruses, and to evaluate solutions for increasing the automation of<br />

hemagglutination inhibition tests. ESG/PKS, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-318Q<br />

0732).<br />

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $7,396,252 cost-plus-fixed-fee contract modification<br />

for third quarter calendar year 2011 F-22 depot throughput at Ogden Air Logistics Center, Utah. ASC/WWUK, Wright-<br />

Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 PO0092).<br />

DEFENSE LOGISTICS AGENCY<br />

Radant Technologies, Inc.*, Stow, Mass., was awarded a firm-fixed-price contract for a maximum $44,803,800 for<br />

various tooling assemblies and radome parts. There are no other locations of performance. Using service is Air Force. The<br />

date of performance completion is July 30, 2015. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the<br />

contracting activity (SPRTA1-11-C-0143).<br />

AGH Industries*, Richland Hills, Texas (SPRWA1-11-D-0024); Chief Aerospace*, Kathleen, Ga. (SPRWA1-11-D-<br />

0026); LogSpec*, Layton, Utah (SPRWA1-11-D-0028); and SDV Recon*, Sunrise, Fla. (SPRWA1-11-D-0029), were each<br />

awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $23,000,000 for various consumable<br />

and services. There are no other locations of performance. Using services are Air Force and Defense Logistics Agency. The<br />

date of performance completion is Sept. 30, 2017. The Defense Logistics Agency Aviation, Warner Robins Air Force Base,<br />

Ga., is the contracting activity.<br />

Advanced Torque Products*, Kensington, Conn., was awarded a fixed-price with economic price adjustment contract<br />

for a maximum $19,331,492 for torque applicators. There are no other locations of performance. Using service is Army. The<br />

date of performance completion is Sept. 28, 2016. The Defense Logistics Agency Aviation Huntsville, Redstone Arsenal,<br />

Ala., is the contracting activity (SPRRA1-11-D-0144).<br />

DEFENSE THREAT REDUCTION AGENCY<br />

Virginia Polytechnic Institute & State University, Blacksburg, Va., is being awarded a $39,000,000 indefinitedelivery/indefinite-quantity<br />

contract to utilize the Comprehensive National Incident Management System. This effort will<br />

explore, develop, and incorporate methods to combine simulation-generated expectations with evidence from individual noisy<br />

and sparse sensor or surveillance information sources, increasing the classification sensitivity of a sensor/surveillance suite;<br />

and take complex system state estimates as inputs and support human mediated and/or automatic context-based systemmanagement<br />

decision making. This effort will also use high-performance computing and modeling technologies to represent<br />

large-scale socio-technological systems; adapt newly emerging technologies and investigate new methods, when necessary,<br />

to achieve the desired level of analytical capability; and support reachback, combatant commands, local, state, and first<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

responders. This was a sole-source procurement. Work will be performed at Blacksburg, Va., and the ordering period is<br />

through September 2016. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-11-<br />

D-0016).<br />

Virginia Polytechnic Institute & State University, Blacksburg, Va., is being awarded a $13,536,712 task order under an<br />

indefinite-delivery/indefinite-quantity contract to utilize the Comprehensive National Incident Management System. The<br />

objective of this research and development effort is to provide high-performance computing methods for modeling very large<br />

socio-technical, biological, and information systems. These will be in the areas of surveillance and sensing integration;<br />

simulation-based course-of-action analysis and decision support; “simfrastructure” specialization and enhancement;<br />

infectious disease assessment capability enhancement; and large-scale network efforts. Work will be performed at<br />

Blacksburg, Va., and the period of performance is through September 2014. The Defense Threat Reduction Agency, Fort<br />

Belvoir, Va., is the contracting activity (HDTRA1-11-D-0016-0001).<br />

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY<br />

The Lakeshore Learning Materials Co., Carson, Calif., is being awarded a not-to-exceed $12,000,000 firm-fixed-price<br />

indefinite-delivery/indefinite-quantity contract to provide early childhood classroom kits for Department of Defense Domestic<br />

Dependent Elementary and Secondary Schools (DDESS). The kits will consist of furniture or materials for first, second, and<br />

third grade classrooms in any of the 67 DDESS schools and new DDESS schools built in the continental United States,<br />

Puerto Rico, and Guantanamo Bay, Cuba. Award period of performance is from date of award to Oct. 30th, 2015. DDESS is<br />

the contracting activity (HEVAS6-11-D-0008).<br />

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY<br />

DRS Technologies RSTA, Inc., Infrared Technologies Division, Dallas, Texas, is being awarded an $11,186,684 costplus-fixed-fee<br />

contract. The Defense Advanced Research Projects Agency‟s Low Cost Thermal Imager-Manufacturing (LCTI-<br />

M) Program seeks to provide each warfighter with the capability to detect threats and increase visibility in all weather<br />

conditions. The program aims for very low cost, low space, weight and power and room-temperature thermal cameras with<br />

state-of-the-art performance. The goal of LCTI-M is to enable widespread use and distribution of infrared cameras in military<br />

systems for each warfighter. Work will be performed in Dallas, Texas (69 percent); Research Triangle Park, N.C. (16<br />

percent); Boulder, Colo. (13 percent); and Durham, N.C. (2 percent). Work is expected to be completed by September 26,<br />

2014. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-11-C-0122).<br />

WASHINGTON HEADQUARTERS SERVICE<br />

Jardon and Howard Technologies, Inc., Orlando, Fla., is being awarded a $3,700,178 modification, which brings the<br />

total of all prior modifications/increments to $7,656,178, under previously awarded contract (HQ0034-10-F-2094) to provide<br />

administrative support services to the Defense Office of Hearings and Appeals. Work will be performed in Arlington, Va.,<br />

Woodland Hills, Calif., and Fort Meade, Md., with an estimated completion date of Sept. 28, 2015. The bid was solicited<br />

through the Internet, with three bids received. Washington Headquarters Service is the contracting activity.<br />

*Small business<br />

Total value of contracts awarded this day: $ 4,124.59M<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

FOR RELEASE AT<br />

5 p.m. ET<br />

No. 838-11<br />

September 30, 2011<br />

CONTRACTS<br />

DEFENSE LOGISTICS AGENCY<br />

City Light and Power, Inc., Long Beach, Calif.* was awarded contract SP0600-11-C-8275. The award is a fixed price<br />

with prospective price redetermination contract for a maximum $492,866,723 for the assumption of ownership, operation and<br />

maintenance of electric distribution utility system and shall furnish labor, management, supervisions, permits, equipment,<br />

supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs, and<br />

upgrades to the system. Other location of performance is in Maryland. Using service is Army. The date of performance<br />

completion is April 30, 2062. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.<br />

Hardin County Water District No. 1, Radcliff, Ky., was awarded contract SP0600-11-C-8271. The award is a<br />

regulated tariff contract for a maximum $253,843,146 for the assumption of ownership, operation and maintenance of potable<br />

water utility system and shall furnish labor, management, supervisions, permits, equipment, supplies, materials,<br />

transportation, and other services for complete ownership, operation, maintenance, repairs, and upgrades to the system.<br />

Other location of performance is Fort Knox, Kentucky. Using service is Army. The date of performance completion is Jan.<br />

31, 2062. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.<br />

Crowley Petroleum Distribution, Inc., Anchorage, Alaska was awarded contract SP0600-11-D-4004. The award is a<br />

fixed price with economic price adjustment contract for a maximum $142,696,631 for the delivery of diesel fuel, jet fuel and<br />

regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal<br />

civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics<br />

Agency Energy, Fort Belvoir, Va.<br />

Verendrye Electric Cooperative, Inc., Velva, N.D.* was awarded contract SP0600-11-C-8274. The award is a firm<br />

fixed price with prospective price redetermination contract for a maximum $84,828,896 for the assumption of ownership,<br />

operation and maintenance of electrical distribution system and shall furnish labor, management, supervisions, permits,<br />

equipment, supplies, materials, transportation, and other services for complete ownership, operation, maintenance, repairs,<br />

and upgrades to the system. Other location of performance is Minot Air Force Base, North Dakota. Using service is Air<br />

Force. The date of performance completion is January 2062. The contracting activity is the Defense Logistics Agency<br />

Energy, Fort Belvoir, Va.<br />

Petro Star Inc., Anchorage, Alaska,* was awarded contract SP0600-11-D-4011. The award is a fixed price with<br />

economic price adjustment contract for a maximum $44,886,274 for the delivery of diesel fuel, jet fuel and regular gasoline.<br />

Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies.<br />

The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort<br />

Belvoir, Va.<br />

International Enterprises, Inc., Talladega, Ala., was awarded contract SPRHA4-11-D-0002. The award is a firm fixed<br />

price, indefinite delivery and indefinite quantity contract for a maximum $38,500,000 for F16 electronic module assemblies.<br />

Other location of performance is Israel. Using service is Air Force. The date of performance completion is Sept. 30, 2016.<br />

The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah.<br />

Guaranteed Returns, Holbrook, N.Y.,* was issued a modification exercising the fourth option year on the current<br />

contract SPM200-07-D-5201/P00007. The award is an indefinite quantity service type contract with a maximum $20,000,000<br />

for pharmaceutical reverse distribution program. There are no other locations of performance. Using services are<br />

Department of Defense and Department of Veterans Affairs. The date of performance completion is Sept. 30, 2012. The<br />

contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.<br />

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

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

contract SPM200-07-D-5205/P00008. The award is an indefinite quantity service type contract with a maximum $20,000,000<br />

for pharmaceutical reverse distribution program. There are no other locations of performance. Using services are<br />

Department of Defense and Department of Veterans Affairs. The date of performance completion is Sept. 30, 2012. The<br />

contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.<br />

EXP Pharmaceutical Services Corp., Fremont, Calif.* was issued a modification exercising the fourth option year on<br />

the current contract SPM200-07-D-5206/P00007. The award is an indefinite quantity service type contract with a maximum<br />

$20,000,000 for pharmaceutical reverse distribution program. There are no other locations of performance. Using services<br />

are Department of Defense and Department of Veterans Affairs. The date of performance completion is Sept. 30, 2012. The<br />

contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.<br />

United Technologies Corp., East Hartford, Conn. was awarded contract SPRTA1-09-G-0001-0271. The award is a<br />

firm fixed price contract for a minimum $17,410,192 for aircraft engine parts. There are no other locations of performance.<br />

Using service is Air Force. The date of performance completion is November 2012. Defense Logistics Agency Aviation,<br />

Tinker Air Force Base, Okla.<br />

Petro Marine Services, Inc., Anchorage, Alaska,** was awarded contract SP0600-11-D-4010. The award is a fixed<br />

price with economic price adjustment contract for a maximum $16,255,158 for the delivery of diesel fuel, jet fuel and regular<br />

gasoline. Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian<br />

agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency<br />

Energy, Fort Belvoir, Va.<br />

Delta Western, Inc., Anchorage, Alaska was awarded contract SP0600-11-D-4005. The award is a fixed price with<br />

economic price adjustment contract for a maximum $13,692,078 for the delivery of diesel fuel, jet fuel and regular gasoline.<br />

Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies.<br />

The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort<br />

Belvoir, Va.<br />

Mansfield Oil Co., Gainsville, Ga.,* was awarded contract SP0600-11-D-4008. The award is a fixed price with<br />

economic price adjustment contract for a maximum $13,146,485 for the delivery of diesel fuel, jet fuel and regular gasoline.<br />

Other locations of performance vary throughout Alaska. Using services are Army, Air Force and federal civilian agencies.<br />

The date of performance completion is Sept. 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort<br />

Belvoir, Va.<br />

Sinclair Oil Corp., Salt Lake City, Utah* was awarded contract SP0600-11-D-0523. The award is a fixed price with<br />

economic price adjustment, indefinite delivery and indefinite quantity contract for $12,867,122 for aviation turbine fuel. Other<br />

location of performance is Wyoming. Using service is Defense Logistics Agency Energy. The date of performance<br />

completion is Dec. 31, 2011. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.<br />

The Boeing Co., St. Louis, Mo. was awarded contract SP0400-01-D-9406. The award is a fixed price with economic<br />

price adjustment contract for $8,344,833 for wire modification kits. There are no other locations of performance. Using<br />

service is Air Force. The date of performance completion is October 2011. The contracting activity is the Defense Logistics<br />

Agency Aviation, Philadelphia, Pa.<br />

EDO Corp., Amityville, N.Y. was awarded contract SPRWA1-11-D-0040. The award is a firm fixed price contract for a<br />

maximum $7,742,391 for IF channelizer parts. There are no other locations of performance. Using service is Air Force. The<br />

date of performance completion is Sept. 29, 2016. The contracting activity is the Defense Logistics Agency Procurement<br />

Operations Warner Robins, Robins Air Force Base, Ga.<br />

Petro Marine Services, Inc., Anchorage, Alaska** was issued a modification on the current contract SP0600-11-D-<br />

4010/P0001. Award is a fixed price with economic price adjustment contract for a maximum $7,416,765 for the delivery of<br />

diesel fuel, jet fuel and regular gasoline. Other locations of performance vary throughout Alaska. Using services are Army,<br />

Air Force and federal civilian agencies. The date of performance completion is Sept. 30, 2015. The contracting activity is the<br />

Defense Logistics Agency Energy, Fort Belvoir, Va.<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

NAVY<br />

Raytheon Co., Tucson, Ariz., is being awarded a $143,873,774 not-to-exceed modification to previously awarded<br />

contract (N00024-07-C-5431) for Evolved Sea Sparrow Missiles, associated shipping containers, and spares. At time of<br />

award, only $15,598,848 is being obligated. This contract modification includes options which, if exercised, would bring the<br />

cumulative value of this contract modification to $177,014,319. This contract action combines purchases for the Navy (27.9<br />

percent), and the governments of Australia (32.2 percent), Denmark (29.8 percent), Germany (4.2 percent), Norway (3.4<br />

percent), Greece (.8 percent) and Canada (.6 percent) under the NATO Sea Sparrow Consortium, and Foreign Military Sales<br />

to Japan (1.1 percent). Work will be performed in Tucson, Ariz. (45 percent); Australia (11 percent); Andover, Mass. (10<br />

percent); Germany (8 percent); Canada (7 percent); Netherlands (6 percent); Norway (5 percent); Spain (3 percent);<br />

Camden, Ark. (2 percent); Denmark (1 percent); Greece (1 percent); and Turkey (1 percent); and is expected to be complete<br />

by August 2014. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command,<br />

Washington, D.C., is the contracting activity.<br />

Sunpower Corp., Richmond, Calif., is being awarded $100,268,000 for firm-fixed-price task order #0002 under a<br />

previously awarded multiple award contract (N62583-10-D-0330) for procurement of electricity produced from a renewable<br />

energy generating system at Naval Air Weapons Station, China Lake. The work to be performed provides for the provision of<br />

electric power from a renewable energy generating system that is constructed, owned, operated, and maintained by the<br />

contractor on Government property located within the Naval Air Weapons Station China Lake, Calif. The Government will<br />

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<br />

completed by July 2032. Contract funds will not expire at the end of the current fiscal year. Twelve proposals were received<br />

for this task order. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the<br />

contracting activity.<br />

Hensel Phelps Construction Co., Irvine, Calif., is being awarded a $63,479,887 firm-fixed-price contract for design<br />

and construction of a Bachelor Enlisted Quarters Homeport Ashore at Naval Base San Diego. The work to be performed<br />

also provides for a multi-story parking structure. The construction site requires no demolition of buildings although some<br />

utilities and roadways may have to be relocated. The contract also contains one planned modification, which if issued would<br />

increase cumulative contract value to $75,722,887. Work will be performed in San Diego, Calif., and is expected to be<br />

completed by October 2013. Contract funds will not expire at the end of the current fiscal year. This contract was<br />

competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received. The Naval Facilities<br />

Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-11-C-2804).<br />

Dck/TtEC, LLC, Honolulu, Hawaii, is being awarded $62,162,548 for firm-fixed-price plus award fee task order #JU01<br />

under a previously awarded multiple award construction contract (N62742-09-D-1172) for design and construction of a new<br />

multi-story transient wounded warrior lodging facility and separate stand-alone parking structure at the Naval Support<br />

Activity, National Naval Medical Center. The facility shall be Americans with Disabilities Act compliant and Architectural<br />

Barriers Act accessible, and include 100 suites/living spaces, offices, recreation areas, kitchenettes, community areas, and<br />

mechanical/equipment spaces. Facility shall be designed for assisted living for personnel recovering from severe physical<br />

injuries, and include spaces for rehabilitation and recovery. The facility shall be equipped with nurses call systems. Work will<br />

be performed in Bethesda, Md., and is expected to be completed by January 2014. Contract funds will not expire at the end<br />

of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command,<br />

Washington, Washington, D.C., is the contracting activity.<br />

Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $49,578,210 modification to a previously<br />

awarded indefinite-delivery, requirements contract (N00019-11-D-0014) to exercise an option for logistics services and<br />

materials for organizational, intermediate, and depot level maintenance to support 273 T-34, 54 T-44 and 62 T-6 aircraft<br />

based primarily at Naval Air Station (NAS) Corpus Christi, Texas, NAS Whiting Field, Fla. and NAS Pensacola, Fla. Work<br />

will be performed in Corpus Christi, Texas (50 percent), Whiting Field, Fla. (39 percent), Pensacola, Fla. (8 percent), and<br />

various sites within the continental United States (3 percent). Work is expected to be completed in February 2012. No funds<br />

will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems<br />

Command, Patuxent River, Md., is the contracting activity.<br />

General Dynamics Advanced Informational Systems Inc., McLeansville, N.C., is being awarded a $48,606,916<br />

contract with cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price line items for the engineering, manufacturing<br />

and development of the Surface Mine Countermeasure Unmanned Underwater Vehicle (SMCM UUV). The SMCM UUV<br />

system will provide the fleet mine warfare commander with enhanced mine-hunting capability. The SMCM UUV system will<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

address the Navy's need to reliably detect and identify undersea volume and bottom mines in high-clutter environments and<br />

areas with potential for mine case burial. The SMCM UUV will also gather environmental data to provide intelligence support<br />

for other mine warfare systems. SMCM UUV system will be a part of the Littoral Combat Ship MCM mission package. This<br />

contract will also contain an option for the production of up to five low rate initial production systems. This contract includes<br />

options which, if exercised, would bring the cumulative value of the contract to $86,719,986. The contract will be initially<br />

funded with $10,119,000. Work will be performed in McLeansville, N.C. (38 percent), Quincy, Mass. (27 percent), Braintree,<br />

Mass. (16 percent), Houston, Texas (10 percent), Reston, Va. (5 percent), State College, Pa. (3 percent), and Fairfax, Va. (1<br />

percent), and is expected to be completed by March 2016. Contract funds in the amount of $237,000 will expire at the end of<br />

the current fiscal year. This contract was competitive procured via the Federal Business Opportunities website, with four<br />

offers received. The Naval Surface Warfare Center Panama City Division, Panama City Beach, Fla., is the contracting activity<br />

(N61331-11-C-0017).<br />

Lakeshore Toltest JV LLC, Maumee, Ohio, is being awarded a $31,262,000 firm-fixed-price contract for construction<br />

of 71 new family housing units at U.S. Naval Station, Guantanamo Bay. The work to be performed provides for site<br />

preparation, installation of utilities, construction includes structural, concrete, electrical, plumbing, roof systems, finishes,<br />

paving and all associated trades for development and new construction for Navy Family Housing. Work will be performed in<br />

Guantanamo Bay, Cuba, and is expected to be completed by March 2014. Contract funds will not expire at the end of the<br />

current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six<br />

proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity<br />

(N69450-11-C-1260).<br />

FLIR Government Systems Pittsburgh, Inc., Freeport, Pa., is being awarded a $30,058,000 firm-fixed-price, indefinitedelivery/indefinite-quantity<br />

contract for the clip-on night vision device, image intensified, and accessories in support of the<br />

U.S. Special Operations Command. Funds in the amount of $65,100 will be obligated at time of award. Work will be<br />

performed in Freeport, Pa., and work is expected to be completed by September 2016. Contract funds in the amount of<br />

$65,100 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with five proposals received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the<br />

contracting activity (N00164-11-D-JN67).<br />

URS Group Incorporated, San Antonio, Texas, is being awarded $28,907,281 for fixed-price-plus-award-fee task<br />

order #JU01 under a previously awarded multiple award construction contract (N62742-09-D-1174) for design and<br />

construction of a Bachelor Enlisted Quarters (BEQ) at the Weapons Training Battalion, Marine Corps Base Quantico. The<br />

facility includes 150 rooms (300 person spaces) in the standard military two-plus-zero room configuration with semi-private<br />

bathrooms, walk-in closets, and ceiling fans. Community and service core areas consist of a passenger/freight elevator,<br />

laundry facilities, lounges, administrative offices, housekeeping areas, and public restrooms. Work will be performed in<br />

Quantico, Va., and is expected to be completed by August 2013. Contract funds will not expire at the end of the current fiscal<br />

year. Four proposals were receive for this task order. The Naval Facilities Engineering Command, Washington, Washington,<br />

D.C., is the contracting activity.<br />

EMCOR Government Services, Inc., Arlington, Va., is being awarded a $28,563,536 modification under a previously<br />

awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option one for<br />

Regional Base Operating Support services at various government facilities in Maryland, Washington, D.C. and Virginia within<br />

a 100-mile radius of the Washington Navy Yard in Washington, D.C. The regional base operating support services including<br />

but not limited to facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow<br />

removal. The total contract amount after exercise of this option will be $56,272,438. Work will be performed at the<br />

Washington Navy Yard, Washington, D.C.; U.S. Marine Corps Barracks, Washington, D.C.; National Maritime Intelligence<br />

Center, Suitland, Md.; Fort Washington Facility, Fort Washington, Md.; Naval Research Laboratory, Washington, D.C.;<br />

Arlington Service Center, Arlington, Va.; Naval Observatory, Washington, D.C.; Naval Surface Warfare Center, Carderock,<br />

Md.; Naval Explosive Ordnance Disposal Technology Division, Stump Neck, Md.; Naval Surface Warfare Center, Indian<br />

Head, Md.; Naval Support Facility, Dahlgren, Md.; Naval Research Laboratory, Annapolis, Md.; Defense Intelligence Agency,<br />

Quantico, Va.; Walter Reed National Military Medical Center, Bethesda, Md.; and the Defense Intelligence Analysis Center,<br />

Joint Base Anacostia Bolling, Washington, D.C. Work is expected to be completed September 2012. Contract funds will not<br />

expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, D.C. is the<br />

contracting activity.<br />

Propper International, Inc., Mayaguez, Puerto Rico, is being awarded $25,241,597 for delivery order #0002 under a<br />

previously awarded firm-fixed-price, indefinite-delivery/indefinite- quantity contract (M67854-11-D-3070) for U.S. Marine<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

Corps packs, spare/sustainment components, training materials and data reports. Work will be performed in Puerto Rico<br />

(81.5 percent) and Bozeman, Mont. (18.5 percent), and work is expected to be completed in Jan. 31, 2013. Contract funds<br />

in the amount of $25,220,607 will expire at the end of the current fiscal year. This contract resulted from an unrestricted<br />

competition. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-3070).<br />

Eagle Industries Unlimited, Inc., Fenton, Mo., is being awarded a $24,987,743 delivery order #0002 under a<br />

previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-11-D-3071) for U.S. Marine Corps<br />

packs, spare/sustainment components, training materials and data reports. Work will be performed in Mayaguez, Puerto<br />

Rico (52 percent) and Lares, Puerto Rico (48 percent), and work is expected to be completed in Jan. 31 2013. Contract<br />

funds in the amount of $25,008,732 will expire at the end of the current fiscal year. This contract resulted from an<br />

unrestricted competition. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-11-D-<br />

3071).<br />

Northrop Grumman Electronic Systems, Marine Systems Division, Sunnyvale, Calif., is being awarded a $23,093,493<br />

cost-plus-fixed-fee contract for research and development activities associated with an Advanced Hybrid Drive System<br />

prototype design, manufacture, and test. The Advanced Hybrid Drive System could bi-directionally interconnect the existing<br />

propulsion and power generation systems on surface combatants. This interconnect is created by adapting the existing main<br />

reduction gear to accept an electric rotating machine, which can operate as either a motor or generator, and electrically<br />

connecting a bi-directional power converter to the existing ship‟s service power system. Work will be performed in<br />

Sunnyvale, Calif. (38 percent), Anaheim, Calif. (33 percent), Cheswick, Pa. (28 percent), and Tallahassee, Fla. (1 percent),<br />

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<br />

fiscal year. This contract was competitively procured via Broad Agency Announcement with seven proposals requested.<br />

The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-11-C-4224).<br />

URS Federal Technical Services, Germantown Md., is being awarded a $22,684,648 modification to previously<br />

awarded contract (N00024-11-C-6282) for professional support services to Team Submarine in support of towed array<br />

systems, associated component systems and hull sensor systems. Professional support services in the areas of (1) program<br />

analysis, development, control and monitoring, (2) administration, communication and human resources, (3) business,<br />

finance, and cost estimating, (4) technical and engineering support, (5) information technology, and (6) life cycle support will<br />

be provided for Team Submarine. Work will be performed in Washington, D.C., and is expected to be completed by<br />

December 2011. Contract funds in the amount of $53,900 will expire at the end of the current fiscal year. This contract was<br />

not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<br />

Chemring Ordnance Inc., Perry, Fla., is being awarded a $22,128,477 firm-fixed-priced, indefinite-delivery/indefinitequantity<br />

contract for MK124 MOD 1 day and night marine smoke and illumination signals used in marine search and rescue.<br />

Contract funds in the amount of $54,853 will be obligated at time of award. Work will be performed in Perry, Fla., and is<br />

expected to complete by September 2016. Contract funds in the amount of $54,853 will expire at the end of the current fiscal<br />

year. This procurement was solicited via the Federal Business Opportunities website, with three offers received. The Naval<br />

Surface Warfare Center, Crane Ind., is the contracting activity.<br />

The Boeing Co., St. Louis, Mo., is being awarded a $22,000,000 modification to a previously awarded firm-fixed-price<br />

contract (N00019-09-C-0019) to provide non-recurring engineering in support of the F/A18E/F and EA-18G multi-year<br />

procurement. Work will be performed in St. Louis, Mo., and is expected to be completed in October 2014. Contract funds<br />

will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting<br />

activity.<br />

FLIR Boston Systems, Inc., North Billerica, Mass., is being awarded an $18,141,400 firm-fixed-price, indefinitedelivery-indefinite-quantity<br />

contract for the clip-on night vision device, thermal, short-range, and accessories in support of the<br />

U.S. Special Operations Command. Funds in the amount of $420,920 will be obligated at time of contract award. Work will<br />

be performed in North Billerica, Mass., and is expected to be completed by September 2016. Contract funds in the amount of<br />

$420,920 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic<br />

Commerce Online website, with nine offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the<br />

contracting activity (N00164-11-D-JN68).<br />

Hensel Phelps Construction, Inc., Irvine, Calif., is being awarded a $15,460,963 modification to increase the<br />

maximum dollar value of a firm-fixed-price contract for design and construction of mechanical, electrical infrastructure and<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

site improvements at the Marine Corps Air Ground Combat Center Twentynine Palms. The work to be performed provides<br />

for the design and construction of mechanical and electrical infrastructure for all electrical utility systems of all power,<br />

telecommunications and fiber optic cabling in all the substations (new and existing), Ocotillo switching station (B3083),<br />

central heat plant (bldg 1577), co-generation plant (bldg 1579), new co-generation plant, the existing communication<br />

buildings (1529, 1555, and 1981) and new communications building 1986. After award of this modification, the total<br />

cumulative contract value will be $139,215,847. Work will be performed in Twentynine Palms, Calif., and is expected to be<br />

completed by February. 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities<br />

Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-C-5018).<br />

Barnhart Balfour Beatty, Inc., San Diego, Calif., is being awarded $13,684,138 for firm-fixed-price task order #0003<br />

under a previously awarded multiple award construction contract (N62473-10-D-5407) for design and construction of a<br />

Special Operation Forces Close Quarters Combat Training Facility at Naval Base Coronado. The task order also contains<br />

four unexercised options and one planned modification, which if issued would increase the cumulative contract value to<br />

$16,159,062. Work will be performed in La Posta, Calif., and is expected to be completed by Apr. 2013. Contract funds will<br />

not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities<br />

Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<br />

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $13,000,000 modification to previously awarded<br />

contract (N00024-06-C-2303) for DDG 1000 class services. This contract modification provides additional class services<br />

associated with the detail design and construction of DDG 1000 class ships. This work will provide technical and industrial<br />

engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship<br />

design. Work will be performed in Bath, Maine, and is expected to be completed by September 2012. Contract funds will not<br />

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

Oshkosh Corp., Oshkosh, Wis., is being awarded a $12,400,000 firm-fixed price, indefinite delivery-indefinite-quantity<br />

contract to provide contractor logistics support (CLS) for the medium tactical vehicle replacement (MTVR). CLS includes<br />

Class IX parts, maintenance, and field service representative support. Work will be performed at all the various Marine<br />

Expeditionary Forces within the Marine Corps as well as in Afghanistan (90 percent) and various Seabees locations (10<br />

percent), and work is expected to be completed Sept. 30, 2012. Contract funds will not expire at the end of the current fiscal<br />

year. This contract is a bridge to the original contract which was a competitive procurement. The Marine Corps Logistics<br />

Command, Albany, Ga. is the contracting activity (M67004-11-D-0013).<br />

Oshkosh Corp., Oshkosh, Wis., is being awarded an $11,676,687 firm-fixed-pricecontract for kits which will increase<br />

thefront gross axle weight rating of an armored medium tactical vehicle replacement satisfying vehicle fleet requirements for<br />

both the Marine Corps and Navy Seabees. Work will be performed in Oshkosh, Wis., and is expected to be completed in<br />

March 2012. Contract funds in the amount of $994,675 will expire at the end of the current fiscal year. This contract was not<br />

competitively procured. The Marine Corps Systems Command, Quantico, Va. is the contracting activity (M67854-11-C-<br />

0238).<br />

Electric Boat Corp., Groton, Conn., is being awarded an $11,632,000 cost-plus-fixed-fee modification to previously<br />

awarded contract (N00024-09-C-2104) for the procurement of onboard repair parts for SSN 784. The work will be performed<br />

in Groton, Conn. (70 percent) and Quonset Point, R.I. (30 percent), and is scheduled to be completed by August 2014.<br />

Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton,<br />

Conn., is the contracting activity.<br />

American Operations Corp., (AOC) Support Services LLC*, Chantilly, Va., is being awarded a $11,414,020<br />

modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-08-D-2307)<br />

to exercise option three for Base Operating Support services at the Naval Air Facility El Centro. The work to be performed<br />

provides for management, administrative services, utilities system maintenance, building and structures maintenance,<br />

heating, ventilation and air conditioning, refrigeration and compressed air equipment maintenance, transportation services,<br />

pest control services, ground electronics maintenance and services, transient aircraft services, supply services, welfare and<br />

recreation maintenance services, swimming pool operation and maintenance, combined bachelor housing, grounds<br />

maintenance, minor construction, support equipment maintenance services, and environmental services. The contractor<br />

shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all<br />

work described in the specifications. The total contract amount after exercise of this option will be $46,769,273. Work will be<br />

performed in El Centro, Calif., and is expected to be completed by September 2012. Contract funds will not expire at the end<br />

of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

activity.<br />

Harrell Contracting, Inc.*, Worthington, Ind. (N40083-11-D-2463); Mastercraft Mechanical Contractors, Inc.*,<br />

Bloomington, Ind. (N40083-11-D-2464); Graves Plumbing Co., Inc.*, Switz City, Ind. (N40083-11-D-2465); and Messmer<br />

Mechanical, Inc.*, Jasper, Ind. (N40083-11-D-2466), are each being awarded an indefinite-delivery/indefinite-quantity<br />

multiple award contract for mechanical maintenance, repairs and replacement at Naval Support Activity Crane and the<br />

Glendora Test Facility. The maximum dollar value, including the base period and two option years, for all four contracts<br />

combined is $10,000,000. The work to be performed provides for maintenance, repairs and/or replacements of existing<br />

heating, ventilating, and air conditioning and plumbing systems and associated components including equipment<br />

replacement and incidental related work. Harrell Contracting, Inc. is being awarded task order #0001at $32,680 for service<br />

calls for a period of 12-months and task order #0002 at $685,100 for Building 77 gym heating ventilation and air conditioning<br />

upgrades and renovation at Naval Support Activity Crane, Crane, Ind. Work for task order #0001 will be completed by<br />

September 2012 and work for task order #0002 is expected to be completed by November 2012. <strong>All</strong> work on this contract<br />

will be performed in Crane, Ind. (95 percent) and Sullivan, Ind. (5 percent). The term of the contract is not to exceed 36<br />

months, with an expected completion date of September 2014. Contract funds in the amount of $717,780 are obligated on<br />

this award of which $685,100 will expire at the end of the current fiscal year. This contract was competitively procured via<br />

the Navy Electronic Commerce Online website as a Small Business set-aside, with four proposals received. These four<br />

contractors shall compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities<br />

Engineering Command, Midwest, Public Works Department, Crane, Ind. is the contracting activity.<br />

Chemring Ordnance Inc., Perry, Fla., is being awarded a $9,624,045 firm-fixed-priced, indefinite-delivery/indefinitequantity<br />

contract for MK140 MOD 0, MK141 MOD 0, and MK144 MOD 0 marine smoke and illumination signals. This<br />

contract will procure smoke signals used by submarines to signal distress or for the beginning, change or end of a training<br />

exercise. Work will be performed in Perry, Fla., and is expected to complete by September 2016. Contract funds will not<br />

expire at the end of the current fiscal year. This procurement was solicited via the Federal Business Opportunities website,<br />

with one offer received. The Naval Surface Warfare Center, Crane Ind., is the contracting activity.<br />

Insitu, Inc.,contracts,49 precent, $9,700,000 of singals of the current fiscal year. Bingen, Wash., is being awarded a<br />

$7,574,845 firm-fixed-price contract for major end items and parts to be used in the Scan Eagle Unmanned Aircraft System.<br />

The Scan Eagle UAS is used for reconnaissance, convoy escort, direct action overflights, and other missions in operational<br />

theaters. Work will be performed in Bingen, Wash., and is expected to be completed by January 2012. Contract funds will<br />

not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare<br />

Center Panama City Division, Panama City Beach, Fla., is the contracting activity (N61331-11-C-0011).<br />

Diversified Services Contracting, Inc.*, Dunn N.C., is being awarded a $7,302,466 modification under a previously<br />

awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0455) to exercise option two for a<br />

regional grounds maintenance services contract at various government facilities in Maryland., Washington, D.C. and Virginia,<br />

within a 100-mile radius of the Washington Navy Yard in Washington, D.C. The work to be performed provides for, but is not<br />

limited to, grounds maintenance, pest control, and snow removal. The total contract amount after exercise of this option will<br />

be $33,970,481. Work will be performed at the Washington Navy Yard, Washington, D.C.; Naval Research Laboratory,<br />

Washington D.C.; Arlington Service Center, Arlington, Va.; Marine Corps Base Quantico, Quantico, Va.; Naval Observatory,<br />

Washington, D.C.; Naval Surface Warfare Center, Carderock, Md.; Walter Reed National Military Medical Center, Bethesda,<br />

Md.; and Joint Base Anacostia Bolling, Washington, D.C., and work is expected to be completed Sepember 2012. Contract<br />

funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command Washington,<br />

Washington, D.C., is the contracting activity.<br />

Electric Boat Corp., Groton, Conn., is being awarded a $7,255,566 cost-plus-fixed-fee modification under previously<br />

awarded contract (N00024-03-C-2101) for the already accomplished procurement of onboard repair parts for SSN 778. This<br />

contract is for the definitization of a previously required task order. Electric Boat Corp. procured one ship set of onboard<br />

repair parts for SSN 778. Work was performed in Groton, Conn. (75 percent), Newport News, Va. (20 percent), and Quonset<br />

Point, R.I. (5 percent), and was completed in August 2008. Supervisor of Shipbuilding Conversion and Repair, Groton,<br />

Conn., is the contracting activity.<br />

Oshkosh Corp., Oshkosh, Wis., is being awarded $6,571,241 for fixed-price delivery order #0138 under an existing<br />

indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028). This delivery order is issued against exercised priced<br />

options for the purchase of 11 logistics vehicle system replacement production wrecker vehicles, 11 Roxtec pass through<br />

panels, 11 power distribution boxes, 11 Pioneer tool brackets, 11 slave valve caution data plates, preparation for the<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

installation of government furnished equipment for 11 vehicles, shipping for 11 vehicles, and applicable federal retail excise<br />

tax. Work will be performed in Oshkosh, Wis., and work is expected to be completed by Dec. 31, 2012. Contract funds will<br />

expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Virginia, is the contracting<br />

activity.<br />

Grace Pacific Corp., Kapolei, Hawaii, is being awarded $6,557,304 for firm-fixed-price task order HC08 under a<br />

previously awarded indefinite-delivery/indefinite-quantity construction contract (FA5215-09-D-0010) to repair the airfield south<br />

ramp, Areas 9, 10, 14, 15, 19-21, 25, 28, at Joint Base Pearl Harbor Hickam. The work to be performed provides for airfield<br />

resurfacing, which includes cold planing and saw cutting the existing asphalt concrete pavement and providing new asphalt<br />

concrete pavement, geotextile material, pavement markings, and coal tar (jet) sealer. In addition to the resurfacing work, a<br />

topographical survey and a national pollutant discharge elimination system permit shall be provided. Work will be performed<br />

on Oahu, Hawaii, and is expected to be completed by May 2012. Contract funds in the amount of $6,557,304 are obligated<br />

on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval<br />

Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.<br />

AIR FORCE<br />

L-3 Communications Vertex Aerospace LLC of Madison, Ms. is being awarded a $138,968,513 firm fixed price<br />

contract modification to exercise FY12 options for logistics support for the T -1A aircraft at Vance, Columbus, Randolph, and<br />

Laughlin Air Force Bases and Pensacola Naval Air Station. Services included are contractor operated maintained supply,<br />

over and above, on-equipment, maintenance, data and field services representatives. This action is to exercise option period<br />

1, Oct. 1, 2011 through Sept. 30, 2012. OC-ALC/GKSKA, Tinker Air Force Base, Okla. is the contracting activity. (FA8l06-09-<br />

C-000l PO0030)<br />

Orion Air Group, LLC of Newport News, Va. is being awarded a $50,000,000 firm fixed price contract for the purchase<br />

of Global Express aircraft BD-700-1A10 Serial Number 9355 & 9358 and the aircraft engines currently installed on the<br />

aircraft. This aircraft has been modified to carry the Battlefield Airborne Communications Node (BACN) payload. The aircraft<br />

and engines are provided by Northrop Grumman under sub-lease for operations in support of Overseas Contingency<br />

Operations under contract FA8726-09-C-0010. This contract also provides for the operation and maintenance of the BACN<br />

payload by Northrop Grumman and for the maintenance of the leased aircraft. BACN provides an airborne communications<br />

gateway to expand connectivity between various air and ground communications systems and provides translation across<br />

various communications domains. Contract FA8726-09-C-0010 fills an urgent and compelling requirement for enhanced<br />

communications capability for Overseas Contingency Operations. Air Force Materiel Command, Electronic Systems Center,<br />

Airborne Networks Division, Hanscom Air Force Base, Mass. is the contracting activity. (FA8307-11-C-0014)<br />

BAE Systems Information and Electronics of Nashua, N.H. is being awarded a $47,000,000 indefinite<br />

delivery/indefinite quantity cost plus fixed fee contract for the Trinity program, which seeks to develop a navigation warfare<br />

sensor that could replace traditional Global Positioning System receivers on a variety of Department of Defense platforms<br />

resulting in a significant increase in the number of future weapon systems operating in highly challenged electromagnetic<br />

environments having the capability to support Electronic Support operations as a part of planned missions. AFRL/PKSR,<br />

Wright-Patterson Air Force base, Ohio is the contracting activity. (FA8650-11-D-1192 0001)<br />

URS Federal Support Services, Inc. of Germantown, Md. is being awarded a $39,386,000 firm fixed price contract<br />

modification to exercise option year five of the contract for Contractor Logistics Support for the RC-26B aircraft for the Air<br />

National Guard, consisting of maintenance, repair, support functions for the period of Oct. 1, 2011 through Sept. 30, 2012.<br />

Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla. is the contracting activity. (FA8106-07-C-0004 PO0146)<br />

Raytheon Co., of McKinney, Texas is being awarded a $28,683,282 firm fixed price contract modification for<br />

procurement of 17 Multi-Spectral Targeting System (MTS) Model A Turret and 119 High Definition Electronic Units, 17 MTS<br />

Containers, 119 MTS HDEU containers and one (1) lot of shop replaceable units. ASC/WIIK, Wright-Patterson Air Force<br />

Base, Ohio is the contracting activity. (FA8620-11-G-4050 0003)<br />

Alion Science and Technology Corp., of Chicago, Ill. is being awarded an estimated $25,058,094 cost plus fixed fee,<br />

indefinite-delivery, requirements contract to conduct systems integration of weapons and weapons control systems currently<br />

in the acquisition cycle phase and beyond, in order to reduce vulnerability and improve mission success rates in defense of<br />

territory vital to the United States. ESG/PKS, Offutt Air Force Base, Neb. is the contracting activity (SP0700-99-D-0301<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

DO0216).<br />

DRS ICAS, LLC Tactical Terminals of Dayton, Ohio is being awarded a $12,059,636 firm fixed price; cost plus fixed<br />

fee, cost reimbursable no fee contract to integrate the Improved Altitude Hold and Hover System (IAHHS) on the HH-60G<br />

Aircraft. The purpose of this effort is to provide non-recurring engineering, trial install kits, kit proof kit, simulator kits,<br />

engineering lab kits, production kits, initial spares, data, flight testing support, and interim contractor support (ICS) to<br />

integrate the IAHHS on the HH-60G aircraft. WR-ALC/GRUKB, Robins Air Force Base, Ga. is the contracting activit.<br />

(FA8552-11-C-0010).<br />

Sierra Nevada Corp., of Sparks, Nev. is being awarded a $10,000,000 cost plus fixed fee contract develop a next<br />

generation Distributed Common Ground Systems (DCGS) integration backbone capability that can migrate to the Defense<br />

Intelligence Information Enterprise. This will be accomplished through investigation, development, testing, and evaluation of<br />

an enterprise architecture capable of joint, federal, and coalition interoperability in support of diverse mission and<br />

contingency operations. Deliverable items are software, hardware, and technical reports. Air Force Research<br />

Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0252).<br />

Lockheed Martin Space Systems Corp., of Sunnyvale, Fla. is being awarded a $9,800,000 cost plus award fee<br />

contract modification for a period of performance extension for contractor sustaining engineering support for the Advanced<br />

Extremely High Frequency (AEHF) satellite program by two (2) months from Oct. 1, 2010 through Sept. 30, 2011 to Oct. 1,<br />

2010 through Nov. 20, 2011. Support is provided for MilStar and AEHF satellite operations at Schriever Air Force Base, Colo.<br />

and Vandenberg Air Force Base, Calif. Support consists of on-orbit anomaly resolution and investigation, flight and payload<br />

software sustainment following the completion of on-orbit test, Networked AEHF System Tested Tool sustainment, mission<br />

control segment Increments 4 and 5 software maintenance, and support for mission control segment Increment 5<br />

familiarization and development test as well as on-site technical support. Air Force Space and Missile Systems Center<br />

Military Satellite Communications Systems Directorate, El Segundo, Calif. is the contracting activity (F04701-02-C-0002<br />

PO0519).<br />

DOSS Aviation, Inc. of Colorado Springs, Colo. is being awarded an estimated $8,583,000 firm fixed price contract<br />

modification to provide contract logistics support for 32 Air Force Academy aircraft located at Peterson Air Force Base and an<br />

Academy auxiliary airfield; all located in Colorado. This acquisition also includes contractor provided tow aircraft and tow<br />

pilots. OC-ALC/GKSKA, Tinker Air Force Base, Okla. is the contracting activity (FA8106-07-C-0003 P00085).<br />

Lockheed Martin Integrated Systems of Warner Robins, Ga. is being awarded an estimated $8,395,974 cost plus<br />

award fee contract modification to modify and disassemble a UH-1N aircraft and convert it to a TH-1H aircraft. The cabin is<br />

inspected to find any cracks and corrosion which are repaired as required. The outdated obsolete analog avionics package is<br />

replaced with a state of the art avionic suite and analog display gauges are replaced with multi-functional displays. The<br />

complete drive train is replaced and a new Huey II kit is installed along with overhauled/upgraded engines,<br />

overhauled/upgraded transmission, avionics package, glass cockpit as well as new crashworthy seats. WR-ALC/GRUKB,<br />

Robins Air Force Base, Ga. is the contracting activity (FA8530-08-D-0008 0021).<br />

ITI Industries, Inc., Systems Division of Cape Canaveral, Fla. is being awarded an $8,366,746 cost plus award fee,<br />

cost reimbursable contract modification for Space Lift Range System contract support for increased depot level software<br />

maintenance specifically to meet substantial AF Space Command Range information assurance (IA) requirements. The IA<br />

depot level software maintenance support is from the effective date of the modification to Oct. 31, 2012. SMC SLG/PK,<br />

Peterson Air Force Base, Colo. is the contracting activity (F04701-0l-C-0001 PO0772).<br />

L-3 Communications Corp., Link Simulation & Training of Arlington, Tex. is being awarded an $8,170,215 firm fixed<br />

price contract modification for the for the option III, IV, and V periods in support of the Mission Communication System (MCS)<br />

encompassing United States Air Force (USAF) unique communication systems, which allows for ground and airborne, secure<br />

and non-secure communications between aircraft and ground stations installed designated executive versions of the C-20B<br />

and VC-25A aircraft stationed at Andrews AFB, Maryland and in Europe. This contract provides engineering support for the<br />

MCS consisting of program management, systems engineering, technical support for configuration management, review of<br />

service reports, requests for technical information, preliminary engineering investigations, field technical representatives,<br />

systems integration lab support and operation, and the requirement to maintain drawings and technical data files. This<br />

contract provides for a 24-hour contact for in-flight emergencies, emergency inquiries, on-site support and operation of the<br />

test benches located at Andrews AFB including requests for software, firmware, and hardware changes including<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

development and test, engineering feasibility studies, analysis and investigations of Material Deficiency Reports and<br />

mishaps; and requirements for technical orders, preliminary engineering change proposals, modifications, upgrades and<br />

enhancements including design, testing, integration, kit purchases and spares. OC-ALCIGKSKB, Tinker Air Force Base,<br />

Okla. is the contracting activity (FA8106-08-C-0005 PO0065).<br />

SRI International of Menlo Park, Calif., is being awarded a $7,491,195 cost plus fixed fee contract to be a companion<br />

program to the existing Clean-slate design of resilient, adaptive, secure hosts (CRASH) effort. CRASH takes a clean-slate<br />

approach to limiting the vulnerabilities within each host. Modular research-based composably trustworthy mission-oriented<br />

resilient clouds is concerned with the amplifying effect of the network, seeking to turn this around and use the network as a<br />

vulnerability damper and a source of resiliency. Deliverable items include prototype software, hardware and reports. Air<br />

Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity (FA8750-11-C-0249).<br />

Telcordia Technologies, Inc. of Piscataway, N.J., is being awarded a $7,111,956 cost plus fixed fee contract to<br />

research, develop, test, and deploy the Autonomous Collaborative Control for Resilient Cyber Defense system. The focus<br />

will be on the development of a clean slate approach to engineer cloud computing infrastructure that designs out known<br />

vulnerabilities and provides the ability to contain previously unknown attacks to recover with immunity. Deliverable items are<br />

software, hardware, and technical reports. Air Force Research Laboratory/RIKD, Rome N.Y. is the contracting activity<br />

(FA8750-11-C-0254).<br />

Five Rivers Services of Colorado Springs, Colo., is being awarded a $7,022,503 firm fixed price with cost<br />

reimbursable line items contract modification to manage, operate, maintain, and logistically support the nine Air Force Space<br />

Surveillance System field stations at Red River Ark., Jordan Lake Ala., Elephant Butte N.M., Gila River Az., Lake Kickapoo<br />

Texas, Silver Lake Ms., Hawkinsville Ga., Tattnall Ga., and San Diego Calif. 21 CONS/LGCZB, Peterson Air Force Base,<br />

Colo. is the contracting activity (FA2517-09-C-8003 P00056).<br />

Bell Contracting Inc. of Midwest City, Okla. is being awarded a $6,562,057Firm Fixed Price, Indefinite Delivery<br />

Indefinite Quantity, Delivery Order contract to provide all plant, labor, equipment, instruments, materials, transportation-and<br />

incidentals necessary to repair by replacing & widening the concrete keel full depth, install and subgrade drainage system<br />

and new pavement markings on runway 12/30 between midfields and taxiway „G‟ at Tinker Air Force Base, Okla.<br />

72 nd Contracting Squadron, Tinker Air Force Base, Okla. is the contracting activity. (FA8101-08-D-0007 0035)<br />

UNITED STATES TRANSPORTATION COMMAND<br />

CAV International Inc., of Greenville, S.C., is being awarded a $14,338,464.00 fixed-price modification. This contract<br />

modification will fund option year two to provide continuing Air Terminal and Ground Handling Services on behalf of the Air<br />

Mobility Command in support of the Department of Defense airlift system at Kuwait International Airport/Abdullah Al Mubarak<br />

Airbase, Kuwait and will be completed September 2012. Contract funds will expire at the end of the current fiscal year. The<br />

contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-C-<br />

S002).<br />

American Auto Logistics, LP of Park Ridge, N.J., is receiving a $13,063,478 increase to its firm fixed price award for<br />

transportation and storage services of privately owned vehicles. Work will be performed at multiple continental United States<br />

and outside of continental United States locations and is expected to be completed Oct. 31, 2011. Contract funds will not<br />

expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of<br />

Acquisition, Scott Air Force Base, Ill., (DAMT01-03-D-0184).<br />

Science Applications International Corp., of McLean, Va., has been awarded a $9,573,148 Cost Plus Award Fee task<br />

order modification for Option Period Two for AT21 Business Process Management services in support of USTRANSCOM.<br />

Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2012. Contract funds will<br />

expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of<br />

Acquisition, Scott Air Force Base, Ill., (HC1028-08-D-2025-6S01/14).<br />

Webster Data Communication, Inc., of Fairfax, Va., has been awarded a $9,166,827 Firm Fixed Price and Labor<br />

Hour task order modification in order to fund the base period of performance for corporate services support. Work will be<br />

performed at Scott Air Force Base, Ill. and DISA Defense Enterprise Computing Center St. Louis, Mo., and is expected to be<br />

completed 30 September 2012. Task order funds will expire at the end of the current fiscal year. Nineteen prospective<br />

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


<strong>All</strong> <strong>DoD</strong> <strong>Contracts</strong> <strong>Awarded</strong> in September 2011 A Compilation by Barr Group Aerospace © 2011<br />

contractors were solicited and three offers were received in response to the solicitation. The contracting activity is U.S.<br />

Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-F-D051/P00001).<br />

IBM Corp., of Fairfax, Va., has been awarded a $9,675,750 labor hour task order modification for Option Period Three<br />

for Distribution Portfolio Management services in support of the U.S. Transportation Command directorate of Command,<br />

Control, Communications and Computer Systems. Work will be performed at Scott Air Force Base, Ill. and is expected to be<br />

completed 30 September 2012. Contract funds will expire at the end of the current fiscal year. The contracting activity is<br />

U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-07-0011-0002/08).<br />

Systems Research and Applications Corp., (SRA), of Fairfax, Va., has been awarded a $9,332,165 labor-hour task<br />

order modification for Option Year Three for enterprise support services. Work will be performed at Scott Air Force Base, Ill.,<br />

and SRA facilities in O‟Fallon, Ill., Fairfax, Va., and Alexandria, Va., and is expected to be completed Sept. 30, 2012. Task<br />

order funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation Command,<br />

Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-09-F-0005/P00018).<br />

Paragon Technology Group of Vienna, Va., has been awarded a $12,786,732 labor hour task order modification for<br />

Option Period Three for Program Management Office support services in support of the U.S. Transportation Command<br />

Program Management Office. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30,<br />

2012. Contract funds will expire at the end of the current fiscal year. The contracting activity is U.S. Transportation<br />

Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HC1028-08-F-2812/P00037).<br />

Preferred Systems Solutions, Inc., of Vienna, Va., has been awarded an $8,547,591 Firm Fixed Priced task order<br />

modification for Option Year Four for Systems Response Center Call Center support. Work will be performed at PSS<br />

facilities in Fairview Heights, Ill. and Vienna, Va., and is expected to be completed Sept. 30, 2012. Contract funds will expire<br />

at the end of the current fiscal year. The contracting activity is U.S. Transportation Command, Directorate of Acquisition,<br />

Scott Air Force Base, Ill., (HTC711-08-F-0031/P00015).<br />

Kalitta Charters, LLC, of Ypsilanti, Mich., of Washington, D.C., is being awarded a $12,648,598.95 delivery order to<br />

fund Option Year One of a fixed-price indefinite delivery/indefinite quantity contract for the air transportation of human<br />

remains. Missions will normally originate from Dover Air Force Base, Del., but in some instances may originate from other<br />

locations. Flight coverage includes the continental United States, Alaska, Canada, Mexico, Puerto Rico, Jamaica, U.S. Virgin<br />

Islands, and other North American countries agreed upon and is expected to be completed Sept. 30, 2010, Contract funds<br />

will expired at the end of the current fiscal year. The contract resulted from a 100% Small Business Set Aside acquisition<br />

with four proposals received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air<br />

Force Base, Ill., (HTC711-11-D-R004, Delivery Order 0002.)<br />

Missile Defense Agency Contract ACTION Award<br />

The Missile Defense Agency is announcing the award of a sole-source cost-plus-fixed-fee contract to ATK Launch<br />

Systems Inc., Magna, Utah, under contract number HQ0147-11-C-0100. The total value of the base award is $8,264,790.<br />

The total value of the contract, if all options are exercised, is $43,295,196.00. The contractor will perform rocket motor<br />

technical services to include the processing, shipping, storage, operation and disposal of propulsion assets and components.<br />

This includes support of safe handling and aging and surveillance as required to ensure flight worthiness and continued safe<br />

storage of government furnished property. The work will be performed in Magna, Utah. The performance period for the base<br />

year is from Sept. 30, 2011 through Sept. 29, 2012. Four 1 year options are included which, if exercised, will be effective<br />

from Sept. 30 through Sept. 29 during each of the following years through calendar year 2016. Fiscal year 2011 research,<br />

development, test and evaluation funds will be used to incrementally fund this initial effort. Contract funds will not expire at<br />

the end of the current fiscal year. This is not a Foreign Military Sales acquisition. One proposal was solicited and one<br />

proposal was received.The MDA, Redstone Arsenal, Alabama, is the contracting activity.<br />

*Small Business **Woman Owned Small Disadvantaged Business<br />

Total value of contracts awarded this day: $ 2,635.87M<br />

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

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!