DOD Contracts Over $5 Million—January 27, 2010 Through February 2, 2010

dodNo. 071-10  January 27, 2010

NAVY

Arriba Corp., Norfolk, Va.* (N40080-10-D-0495); Allen & Shariff Corp., Columbia, Md.* (N40080-10-D-0496); Corinthian Contractors, Inc., Arlington, Va.* (N40080-10-D-0497); and G-W Management Services, LLC, Rockville, Md.* (N40080-10-D-0498), are each being awarded an indefinite-delivery/indefinite-quantity small multiple-award construction contract for various large dollar construction projects within the Naval Facilities Engineering Command  (NAVFAC) Washington’s area of responsibility (AOR). The maximum dollar value, including the base period and four option years, for all four contracts combined is $500,000,000. The work to be performed provides for construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. All work on this contract will be performed within NAVFAC Washington’s AOR, to include Maryland (55 percent); Virginia (30 percent); and Washington, D.C. (15 percent). The term of the contract is not to exceed 60 months, with an expected completion date of January 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 10 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $202,696,561 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0007) to exercise an option for the procurement of 196 fiscal year 2010 Tomahawk Block IV all-up-round missiles. The Tomahawk Block IV missile is capable of launch from surface ships equipped with the vertical launch system (VLS), submarines equipped with the capsule launch system (CLS), and submarines equipped with the torpedo tube launch system (TTL). This contract provides for 132 VLS missiles, 53 CLS missiles and 11 TTL missiles. Work will be performed in Tucson, Ariz. (32 percent); Walled Lake, Mich. (9 percent); Camden, Ark. (8 percent); Anniston, Ala. (5 percent); Glenrothes, Scotland (5 percent); Huntsville, Ala. (4 percent); Fort Wayne, Ind. (4 percent); Minneapolis, Minn. (4 percent); Ontario, Calif. (3 percent); Spanish Fork, Utah (3 percent); Westminster, Colo. (2 percent); El Segundo, Calif. (2 percent); Middletown, Conn. (2 percent); Largo, Fla. (2 percent); Vergennes, Vt. (2 percent); Farmington, N.M. (2 percent); and various locations inside and outside of the contiguous United States (12.8 percent). Work is expected to be completed in July 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Jacobs Engineering Group, Inc., Santa Ana, Calif., is being awarded a maximum $30,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect/engineering contract for renovation/repair and new construction of various facilities in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed includes architectural and engineering design; studies and site investigation reports to support new development of facilities on raw land, or re-development of existing facilities on developed sites; preparation of requests for proposals for design-build projects; preparation of fully designed plans and specifications for invitation for bid projects; architectural and engineering design analysis, reports, cost estimates, evaluations, and preparation of facility planning documents; construction inspections; and construction support services. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent). Work is expected to be completed by January 2015. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation Web site,with 53 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-D-5403).

L-3 Systems Co., Camden, N.J., is being awarded a $13,073,867 firm-fixed-price contract for design and production of a machinery control system (MCS) for Military Sealift Command’s T-AOE 6-class fast combat support ships. MSC’s four fast combat support ships provide one-stop shopping to the U.S. Navy by providing underway replenishment of fuel, ammunition, food, and other cargo. This contract includes 12 options which, if exercised, would bring the cumulative value of this contract to $44,739,422. Installation support work will occur at two locations in the United States. If all options are exercised, work is expected to be completed in December 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with two offers received. The solicitation was issued on an unrestricted basis, using full and open competitive procedures via the Military Sealift Command, Navy Electronic Commerce Online, and Federal Business Opportunities Web sites. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-10-C-7501).

Tompco-Triton, LLC, Bremerton, Wash., is being awarded $6,671,449 for firm-fixed price task order #0011 under a previously awarded multiple award construction contract (N44255-08-D-3018) for the design and construction of the renovation and expansion of the Naval Exchange at Naval Air Station Whidbey Island. The work to be performed provides for all labor, materials, equipment and associated costs for the renovation and expansion. Work will be performed at Whidbey Island, Wash., and is expected to be completed by June 2011. Contract funds in the amount of $6,671,449 will not expire at the end of fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $5,905,395 modification to a previously awarded cost-plus incentive fee/award fee contract (N00019-08-C-0033) for additional initial spares for the Air Force conventional take off and landing Joint Strike Fighter propulsion system. Work will be performed in East Hartford, Conn., and is expected to be completed in February 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

*Small business

No. 073-10  January 28, 2010

NAVY

Austal USA, Mobile Ala., is being awarded a $204,238,728 modification to previously awarded contract (N00024-08-C-2217) to exercise options for Ships 2 and 3 of the Joint High Speed Vessel (JHSV) program. The JHSV will provide high speed, shallow draft transportation capability to support the intra-theater maneuver of personnel, supplies, and equipment for the Navy, Marine Corps and Army. Work will be performed in Mobile, Ala., and is expected to be completed by July 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Maritime Helicopter Support Co., Woodbridge, Va., is being awarded an $84,337,927 ceiling price firm-fixed-priced performance based logistics contract for repair of various line items of the H-60 helicopter systems and components. This contract contains options which, if exercised, will bring the not-to-exceed ceiling price of the contract to $306,683,371. Work will be performed by Sikorsky Aircraft Co., Stratford, Conn. (70 percent), and by Lockheed Martin Systems Integration, Owego N.Y. (30 percent). Work is expected to be completed by Jan. 30, 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity (N00383-09-D-010F).

United Technologies, East Hartford, Conn., is being awarded a $24,674,404 delivery order #0003 under a previously awarded basic ordering agreement contract (N00383-07-G-003M) for repair of line items used on the J-52 engine in support of the EA-6B aircraft. Work will be performed in Jacksonville, Fla., and is expected to be completed by July 2012. Contract funds will not expire before the end of the fiscal year. This contract was not competitively awarded. One company was solicited and one offer was received. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded a $23,661,596 modification to previously awarded contract (N00024-03-C-2101) for the planning and execution of the USS New Hampshire (SSN 778) post shakedown availability (PSA). Specific efforts include planning efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing and other work on USS New Hampshire (SSN 778) during its scheduled PSA. Work will be performed in Groton, Conn., and is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. The supervisor of shipbuilding conversion and repair, Groton, Conn., is the contracting activity.

Dck pacific construction, LLC, Honolulu, Hawaii, is being awarded a $12,687,000 firm-fixed price contract for construction of box magazines and supporting facilities at Navy Munitions Command, East Asia Division, Detachment Pearl Harbor. The work to be performed provides for the construction of five standard type “C” earth covered box magazines and supporting facilities, which include:  access roads; concrete apron; interior lighting and power; exterior security lighting; grounding; building lightning protection; building electrical service; site secondary electrical distribution; and fire hydrants. Special foundation features include excavation of existing subgrade to the coral formation and concrete fill below the invert of the magazine foundation to the coral formation. Work will be performed in West Loch, Pearl Harbor, Hawaii, and is expected to be completed by December 2011. Contract funds will not expire at the end of the fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site with 12 proposals received. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-10-C-1482).

Lockheed Martin Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $9,800,000 modification to previously awarded contract (N00024-03-C-5115) for engineering services for DDG 51 class and CG 47 class Aegis combat system installation, integration, test and fleet life cycle engineering support. The required services include program management; operation support; quality assurance; configuration management; ship design integration; firmware maintenance; combat system test and evaluation; Navy furnished material support; special studies; and future-ship integration studies. Work will be performed in Moorestown, N.J. (45 percent); Baltimore, Md. (20 percent); Bath, Maine (12 percent); Pascagoula, Miss. (8 percent); Washington, D.C. (5 percent); Norfolk, Va. (5 percent); Mayport, Fla. (3 percent), Oxnard, Calif. (1 percent); and San Diego, Calif. (1 percent). Work is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $8,919,673 modification to previously awarded contract (N00024-08-C-2300) to exercise an option for the accomplishment of the post shakedown availability (PSA) for the DDG 51 class AEGIS destroyer USS Dewey (DDG 105). Specific efforts include engineering and management in support of the PSA; labor and procurement of material to correct government responsible deficiencies and accomplish system upgrades; perform specified PSA work items inclusive of tests and post repair sea trials; and task additional manhours and material in order to complete emergent repairs. Work will be performed in San Diego, Calif., and is expected to be completed by December 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

L3 Services, Inc., Mount Laurel, N.J., is being awarded a $7,454,671 modification to a previously awarded cost-plus-award-fee contract (N00421-05-C-0009) to exercise an option for engineering and technical services and supplies to design, develop, procure, prototype, modify, integrate, install, test and evaluate, and provide logistics support for telecommunication and related communication-electronic systems. These services are in support of the Naval Air Warfare Center Aircraft Division, Special Communications Requirements Division. The estimated level of effort for this modification is 72,368 man-hours. Work will be performed in Lexington Park, Md. (80 percent), and Saint Inigoes, Md. (20 percent), and is expected to be completed in April 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Dyncorp International, LLC, Fort Worth, Texas, is being awarded a $6,745,095 firm-fixed-price contract for continued contractor logistics support for 12 U.S. Navy UC-35C/D aircraft.  Work will be performed at Andrews Air Force Base, Clinton, Md. (25 percent); Marine Corps Air Station (MCAS), Futenma, Japan (25 percent); Naval Air Station, New Orleans, La. (17 percent); MCAS Miramar, Calif. (17 percent); and MCAS Cherry Point, N.C. (16 percent). Work is expected to be completed in November 2010. Contract funds in the amount of $5,415,627 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-C-0027).

AIR FORCE

Northrop Grumman Information Technology, McLean, Va., was awarded a $46,422,033 contract which will provide for reliability and maintainability information system sustainment and modification which will include all activities associated with planning, controlling, documenting, maintaining and operating the system. At this time, $2,500,000 has been obligated. 554 ELSG/PK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-10-D-0001).

Boeing Co., Wichita, Kan., was awarded a $35,403,359 contract which will provide contractor logistics support for the VC-25A aircraft. At this time, $8,220,600 has been obligated. 727 ACSG/PKB, Tinker Air Force Base, Okla.,is the contracting activity (FA8106-09-C-0005/P00005).

Northrop Grumman System Corp., San Diego, Calif., was awarded a $22,549,365 contract which will develop and deliver a new synthetic aperture radar mode for the Block 20/30 Enhanced Integrated Sensor Suite. At this time, $2,068,897 has been obligated. 303 AESG/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600, P00331).

DEFENSE LOGISTICS AGENCY

CORRECTION: The announcement dated Jan. 26, 2010, for Metals USA, (DBA) 1-Solutions Group, Fort Washington, Pa., should have stated that the contract is for customer direct metals deliveries (SPM8EG-09-D-0013).

No. 075-10  January 29, 2010

AIR FORCE

Lockheed Martin Corp., Sunnyvale, Calif., was awarded an $85,400,000 contract which will modify the spacecraft integration and test contract for the Defense Meteorological Satellite Program to include tasks associated with revising the launch dates for Flight 19 and Flight 20 and rephrasing of the contract consistent with the revised launch dates. At this time, no money has been obligated. SMSC/DMSP, El Segundo, Calif., is the contracting activity (F04701-02-C-0003, P00157).

Lockheed Martin Corp., Marietta, Ga., was awarded a $78,727,830 contract which will exercise Option Periods 4 and 5 to purchase initial spares for new and existing base requirements; readiness spares packages; consumable readiness spares packages; support equipment for inventory control point; support equipment for existing bases; program and management data; technical and engineering data; engineering drawings; financial management data; logistics support data; technical manual contract requirement; reliability and maintenance program; engineering support services on and off-site; defensive system support service on-off-site; technical manual page development Category I illustrated parts books; and flight manual replacement page. At this time, the entire amount has been obligated. 657 SESS, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456).

Sierra Nevada Corp., Sparks, Nev., was awarded a $32,658,504 contract which will provide consoles for integration on the MC-130W aircraft. At this time, the entire amount has been obligated. 667AESS/SYKA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629-09-C-2445).

Raytheon Missile Systems Co., Tucson, Ariz., was awarded a $23,684,516 contract which will replace obsolete parts within the guidance section data processor module and modify the supporting missile hardware and software architecture as required to continue production of the existing missile systems. At this time, the entire amount has been obligated. 695 ARSS, Eglin Air Force Base, Fla., is the contracting activity (FA8675-09-C-0052, P00011).

Boeing Satellite Systems, Inc., El Segundo, Calif., was awarded a $21,000,000 contract which will provide a change order to the Wideband Global Satellite Communications to integrate, test, and store the 1.5 ship-sets of xenon-ion propulsion systems hardware procured. At this time, $14,000,000 has been obligated. MCSW/PKW, El Segundo, Calif., is the contracting activity (FA8808-06-C-0001,P00070).

JGB Enterprises, Inc., Liverpool, N.Y., was awarded a $10,357,818 contract which will provide for the basic expeditionary airfield resourceswater distribution system which draws water from a natural source, and purifies, stores and delivers the water while maintaining sufficient water pressure, quantity and quality for an entire forward-deployed base in austere locations. At this time, no money has been obligated. 642 CBSG/GBKBB, Robins Air Force Base, Ga., is the contracting activity (FA8533-10-D-0006).

Kachemak Research Development, Inc., Logan, Utah, was awarded a $9,774,048 contract which will provide for robotics research in support of AutoScan 31G for robotic perimeter security applications. At this time, $5,000 has been obligated. 325 CONS/LGCB, Tyndall Air Force Base, Fla., is the contracting activity (FA4819-10-C-0009).

Thales-Raytheon Systems, Fullerton, Calif., was awarded an $8,013,209 contract which will provide interim contract support for the battle control system-fixed program. At this time, the entire amount has been obligated. 850 ELSG/PK, Hanscom Air Force Base, Mass., is the contracting activity (FA8722-10-C-0001).

General Dynamics System Development and Integration Services, Inc., Fairfax, Va., was awarded a $7,428,767 contract which will provide the Air Force Distributed Common Ground System program office with the following integration support: systems engineering, integrated scheduling, network infrastructure modernization, configuration management, site activation, baseline management support, and field integration support. At this time, the entire amount has been obligated. 950 ELSG/KG, Hanscom Air Force Base, Mass., is the contracting activity (F19628-01-C-0047, P00089).

NAVY

The Boeing Co., St. Louis, Mo., is being awarded a $75,979,777 cost-plus-fixed-fee contract indefinite-delivery/indefinite-quantity contract to provide sustaining engineering services, integrated logistics management services, configuration management services, and incidental materials in support of the T/AV-8B Harrier program. Work will be performed in St. Louis, Mo., and is expected to be completed in November 2013. Contract funds in the amount of $8,912,427 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-D-0002).

Chugach World Services, Inc.*, Anchorage, Alaska, is being awarded a $23,542,485 modification under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40192-09-D-9000) to exercise the first option period to perform housing operations and maintenance and change of occupancy maintenance services in the U.S Territory of Guam for the Commander, Naval Forces Marianas. The work to be performed provides for management and housing operations to maintain and repair family housing units, bachelor housing units, Navy Gateway Inns and Suites (NGIS); and provide any services, maintenance, and change of occupancy maintenance in both vacant and occupied family housing units, bachelor housing units, and NGIS units. The total contract amount after exercise of this option will be $130,657,546. Work will be performed at various naval housing areas on Guam, and work is expected to be completed Jan. 31, 2011. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity.

The Boeing Co., Seattle, Wash., is being awarded a $16,523,267 cost-plus-fixed-fee delivery order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) to conduct studies and analyses for the acoustic processor technology refresh and capability analysis planning effort for the P-8A Poseidon multi-mission aircraft.  Work will be performed in Anaheim, Calif. (83 percent), and Seattle, Wash. (17 percent), and is expected to be completed in July 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River Md., is the contracting activity.

Eastern GCR, LLC*, Pinehurst, N.C., is being awarded a $10,351,322 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-05-D-3002) to exercise Option 4 for small business base operating support services at Naval Air Station Patuxent River, Webster Outlying Field, and Solomons Recreation Center. The work to be performed provides for services including custodial services, pest control services, grounds maintenance, street sweeping, snow removal, and transportation. The total contract amount after exercise of this option will be $45,556,148. Work will be performed at Patuxent River, Md.; St. Inigoes, Md.; and Solomons, Md. Expect work to be completed by January 2011. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity.

BMT Syntek Technologies, Inc., Arlington, Va., is being awarded a $9,924,836 cost-plus-fixed-fee contract for research and development activities associated with advanced power systems and analysis. BMT Syntek will support the research and development of various alternative technologies associated with advanced power system management and analysis as part of the development of the Next Generation Integrated Power System (NGIPS). BMT Syntek will also perform system-level performance analyses of NGIPS architectures and their associated components and shall analyze the impact of the projected performance on ship mission equipment and performance. Work will be performed in Arlington, Va. (60 percent), and Severna Park, Md. (40 percent), and is expected to be completed by January 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Broad Agency Announcement; 24 proposals were solicited and 22 awards have been made. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-C-4212).

ARMY

Rapiscan Systems Inc., Torrance, Calif., was awarded on Jan. 26, 2010, a $25,162,861 firm-fixed-price contract for the non-intrusive inspection systems-fixed, rail and mobile.  Work is to be performed in Baghdad, Iraq, with an estimated completion date of Dec. 31, 2010.  Bids were solicited on the World Wide Web with six bids received. Joint Contracting Command- Iraq/Afghanistan, Baghdad, Iraq, is the contracting activity (W91GY0-10-C-0005).

M.R. Pittman Group, LLC, Harahan, La., was awarded on Jan. 25, 2010, a $19,565,240 construction firm-fixed-price contract for the Bayou Segnette Pumping Station Nos. 1 and 2, fronting protection and modifications, in Jefferson Parish, La.  Work is to be performed in Jefferson Parish, La., with an estimated completion date of July 5, 2012.  Bids were solicited on the World Wide Web with nine bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-10-C-0040).

BAE Systems, Inc., York, Pa., was awarded on Jan. 26, 2010, a $15,696,037 firm-fixed-price contract for the quantity of 620 automatic fire extinguishing systems kits for the Bradley which is a component of the Bradley urban survivability kit.  Work is to be performed in York, Pa., with an estimated completion date of July 21, 2010.  One bid was solicited with one bid received. TACOM Contracting Center CCTA-AHLA, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

Cajun Constructors, Inc., Baton Rouge, La., was awarded on Jan. 26, 2010, a $14,512,548 firm-fixed-price contract for construction of a continuous line of hurricane flood protection across the discharge basin at Belle Chasse No. 2 Pumping Station on the east side of the Algiers Canal.  Work is to be performed in Plaquemines Parish, La., with an estimated completion date of May 28, 2011.  Bids were solicited on the World Wide Web with eight bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-10-C-0039).

Walton Construction, Inc., Harahan, La., was awarded on Jan. 26, 2010, a $13,632,740 firm-fixed-price contract to construct a vehicle recovery course to include eight miles of paved tank rail, general instruction building and class rooms at 2,215 square feet, vehicle maintenance instructional building at 3,300 square foot, mire training stations, field training exercise training site, low water crossing, and organizational vehicle parking. Work is to be performed in Fort Benning, Ga., with an estimated completion date of Sept. 12, 2011. Four bids were solicited with four bids received. U.S. Army Corps of Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-D-0016).

AAI Corp., Hunt Valley, Md., was awarded on Jan. 26, 2010, a $13,046,030 firm-fixed-price contract for the purchase of one SHADOW unmanned aircraft system (UAS) for the U.S. Marine Corp.  The SHADOW UAS provides flexible and responsive near real-time reconnaissance, surveillance and target acquisition; battle damage assessment; and battle management support to Army ground maneuver commanders.  Work is to be performed in Hunt Valley, Md., with an estimated completion date of June 30, 2011.  One bid was solicited with one bid received.  U.S. Army Aviation and Missile Command, CCAM-AR-A, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0023).

Venegas Engineering Management and Construction, El Paso, Texas, was awarded on Jan. 25, 2010, a $9,399,782 firm-fixed-price contract for the construction of the Fort Bliss brigade staging area complex in El Paso, Texas.  This project includes repairing War Road and intersections/curves/turning lanes at Dona Ana Base Camp and the repair/resurfacing of the roadway and shoulders.  Work is to be performed in Fort Bliss, Texas, with an estimated completion date of Feb. 25, 2011.  Bids were solicited on the Federal Business Opportunities Web site with eight bids received. U.S. Army Engineering District, Fort Worth, Texas, is the contracting activity (W9126G-10-C-0002).

Honeywell Technology Solutions, Inc, Columbia, Md., was awarded on Jan. 25, 2010, a $7,028,034 firm-fixed-price contract for the theater provided equipment refurbishment of 140 family of medium tactical vehicles.  Work is to be performed in Kuwait with an estimated completion date of June 30, 2010.  Bids were posted on the World Wide Web with four bids received. TACOM Contracting Center, Warren, CCTA-ATB-D, Warren, Mich., is the contracting activity (W56HZV-07-D-0136).

Eagle Rock Underground, LLC, Phoenix, Ariz., was awarded on Jan. 25, 2010, a $5,604,221 firm-fixed-price contract to expand ambulatory care at the Veterans Administration Medical Center, Cheyenne, Wyo.  Work is to be performed in Cheyenne, Wyo., with an estimated completion date of July 28, 2011.  Bids were solicited on the World Wide Web with 16 bids received. U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-10-C-0008).

DEFENSE LOGISTICS AGENCY

Aloha Petroleum, Ltd.*, Honolulu, Hawaii, is being awarded a minimum $7,505,293 fixed-price with economic price adjustment contract for fuel. Other locations of performance are throughout Hawaii. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The proposal was originally Web solicited with eight responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Dec. 31, 2012. The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-1252).

Woodward FST, Inc., Zeeland, Mich., is being awarded a maximum $5,864,700 firm-fixed-price contract for injector assembly. There are no other locations of performance. Using service is Air Force. There were originally two proposals solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Dec. 30, 2011. The Defense Logistics Agency, Oklahoma City, Tinker Air Force Base, Okla., is the contracting activity (SPRSTA1-10-C-0032).

*Small business

No. 083-10  February 01, 2010

AIR FORCE

Rolls-Royce Corp., of Indianapolis, Indiana was awarded a $145,950,000 firm fixed price contract which will exercise Option III (year 4) for sustaining services including logistics support, program management support, engineering services, spares and technical data in support of the C-130J propulsions systems which includes the AE2100D3 engine and R-391 propeller system.  At this time, $42,747, 403 has been obligated.  330ACSG/GFKA, Robins AFB, Ga., is the contracting activity (FA8504-07-D-0001, Delivery # FA8504-07-D-0001-0400).

CSC Applied Technologies LLC of Ft. Worth, Texas was awarded a $30,175,532 firm fixed price contract for option exercise (Option year 1) for the Nellis Air Force Base, Nevada back-shop maintenance A-76 requirement for the 57th Maintenance Group (57 MXG) which includes on an off equipment maintenance, repair and inspections on Air Force aircraft along with associate unit supply functions to support maintenance activities and flying and maintenance scheduling, database management and analysis, centralized control (a maintenance operations center), and maintenance training functions.  At this time, $2,550,909 has been obligated.  99 Cons/LGCC, Nellis AFB, Nevada is the contracting authority. (FA4861-08-C-C001).

Tried & True Corp., Cleaning of El Cajon, Calif., was awarded a $20,000,000 firm fixed price contract which will provide for management, supplies, equipment, transportation and labor for non-personal custodial services at Peterson Air Force Base, Colorado and Cheyenne Mountain Air Force Station, Colorado.  At this time an estimated $2,362,746 has been obligated.  21 CONS/LGCAB, Peterson AFB, Colorado is the contracting authority (FA2517-10-D-5000).

DRS Sustainment Systems, Inc., of St. Louis, Missouri was awarded a $19,802,272 firm fixed price incentive contract for overhaul of Tunner aircraft cargo loaders in support of the Tunner 60K loader program.  At this time $6,600,757 has been obligated.  542 Combat Sustainment Wing Contracting Flight, PKBA, Robins AFB, Ga., is the contracting authority (FA8519-04-D-0006-0064).

General Atomics Aeronautical Systems, Inc., of Poway, Calif., was awarded a $12,804,804 cost plus fixed fee term contract to provide two MQ-9 Reaper test aircraft to support immediate and future development tests needs on the Reaper Increment I program.  The total amount has been obligated.  703rd Aeronautical Systems Group, Wright-Patterson AFB, Ohio is the contracting authority (FA8620-05-G-3028-005005).

Lockheed Martin Corp., Lockheed Martin Simulator, training and support, Orlando, Fla., was awarded a $7,190,146 modification to a firm fixed price contract to provide Type I special training (operations and maintenance) for the government of Pakistan in support of their F-16 program.  At this time, $6,115,480 has been obligated. AETC/CONS/LGCI, Randolph AFB, Texas is the contracting authority (FA3002-06-G-0001, Call 0014, Modification 02).

DEFENSE LOGISTICS AGENCY

Toshiba America Medical Systems, Inc., Tustin, Calif., is being awarded a maximum $36,000,000 fixed price with economic price adjustment contract for radiology systems, subsystems and components.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  The proposal was originally Web solicited with 43 responses.  This contract is exercising the first option year period.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is Feb. 3, 2011.  The contracting activity is the Defense Supply Center Philadelphia, Philadelphia, Pa., (SPM2D1-09-D-8322).

Hartland Fuel Products, Onalaska, Wis.*, is being awarded a minimum $6,686,607 fixed price with economic price adjustment contract for fuels.  Other locations of performance include Nebraska, Wisconsin, Iowa, North Dakota, Oklahoma and Illinois.  Using services are Army, Air Force and federal civilian agencies.  There were 48 proposals originally solicited with 25 responses.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is June 30, 2012.  The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-D-4533).

Ports Petroleum, Wooster, Ohio*, is being awarded a minimum $12,135,550 fixed price with economic price adjustment contract for fuels.  Other locations of performance include Texas, Michigan and Nebraska.  Using services are Army and federal civilian agencies.  There were 48 proposals originally solicited with 25 responses.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is June 30, 2012.  The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-10-D-4525).

NAVY

Lockheed Martin Maritime Systems and Sensors, Baltimore Md., is being awarded a $31,357,938 cost-plus-fixed fee contract for electrical design agent for the MK 41 Vertical Launching System (VLS).  This contract includes options which, if exercised, would bring the cumulative value of this contract to $104,894,277.  The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants of the U.S. Navy, as well as surface combatants of allied navies.  Efforts under the contract include design agent services to support the MK 41 VLS program and the life cycle support facility through efforts such as the integration of new missiles into VLS, integration of VLS into new ships, technical refresh, systems engineering, computer program engineering, and failure analyses.  This contract combines purchases for the Navy (26.7 percent); and the governments of Japan (29.7 percent); Turkey (14.2 percent); Australia (7.7 percent); Spain (7.0 percent); Canada (6.0 percent); South Korea (5.0 percent); Netherlands (2.1 percent); and Germany (1.6 percent); under the Foreign Military Sales Program.  Work will be performed in Baltimore, Md. (92 percent); and Ventura, Calif. (8 percent); and is expected to be completed by September 2011.  Contract funds in the amount of $3,184,020 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington Navy Yard, D.C. 20376-2040, is the contracting activity (N00024-10-C-5347).

Stara Technologies, Inc.*, Gilbert, Ariz., is being awarded $23,229,967 cost-plus-fixed-fee contract for research and development efforts associated with alternative energy sources for persistent ground surveillance systems.  Work will be performed in Gilbert, Ariz., (90 percent) and at the Yuma Proving Ground, Yuma, Ariz., (10 percent), and is expected to be completed in January 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a broad agency announcement.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0103).

BAE Systems Technology Solutions and Services, Inc., Rockville, Md., is being awarded a $9,087,526 cost-plus-fixed fee contract for continued design agent and technical engineering support to the Weapons Direction Systems of the Standard Missile Programs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $12,244,062.  This contract combines purchases for the Navy (24.7 percent), the government of Australia (73.6 percent) under the Foreign Military Sales Program and the governments of Germany (0.8 percent) and the Netherlands (0.9 percent) under Memorandums of Understanding (MOU).  Work will be performed in Rockville, Md. (85 percent) and Sydney, Australia (15 percent), and is expected to be completed by May 2010.  Contract funds in the amount of $147,157 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-5345).

*Small Business

No. 086-10 February 02, 2010

NAVY

The Charles Stark Draper Laboratory, Inc., Cambridge, Mass., is being awarded a $131,107,546 cost-plus-incentive-fee contract for the Trident II (D5) MK6 life extension guidance system. This effort is to procure long lead materials and circuit card assemblies to support the delivery of 20 MK6LE guidance systems. Work will be performed in Bloomington, Minn. (59 percent); Clearwater, Fla. (22 percent); Cambridge, Mass. (15 percent); and Pittsfield, Mass. (4 percent).  Work is expected to be completed June 30, 2015. Contract funds will not expire at the end of the current fiscal year. This contract is a sole source acquisition. Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-10-C-0015).

Truston Technologies, Inc.*, Annapolis, Md. (N62583-10-D-0341); GPA Technologies, Inc.*, Ventura, Calif. (N62583-10-D-0342); Harbor Offshore, Inc.*, Ventura, Calif. (N62583-10-D-0343); Great Eastern Group, Inc.*, Fort Lauderdale, Fla. (N62583-10-D-0344); and Hardline-Resolute, JV, LLC*, Brasstown, N.C. (N62583-10-D-0345), are each being awarded a firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract in support of the Naval Facilities Engineering Service Center (NAVFAC ESC), Port Hueneme, for installation, inspection, repair, maintenance, and field supervision/operation of waterfront barriers, associated moorings, waterfront security systems and marine facilities throughout the world. The maximum dollar value, including the base period and four option years, for all five contracts combined is $80,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities worldwide, and is expected to be completed February 2015. Contract funds will expire at the end of the current fiscal year. These contracts were competitively procured as a 100 percent small business 8(a) set-aside via the Navy Electronic Commerce Online Web site, with six proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

PKL Services, Inc.*, Poway, Calif., is being awarded a $17,837,496 modification to a previously awarded firm-fixed-price contract (N00421-09-C-0023) to exercise an option for additional selected organizational level maintenance (reset) for U.S. Marine Corps AH-1W, UH-1N, CH-53D/E and CH-46E helicopters. Work will be performed in Camp Pendleton, Calif. (30 percent); New River, N.C. (25 percent); Iraq/Afghanistan (22 percent); Miramar, Calif. (18 percent); and Kaneohe Bay, Hawaii (5 percent). Work is expected to be completed in August 2010. Contract funds in the amount of $17,837,496 will expire at the end of the current fiscal year.   The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.