DOD Contracts Over $5 Million—March 17, 2010 Through March 23, 2010

dodNo. 226-10 March 23, 2010

UNITED STATES TRANSPORTATION COMMAND

Air Transport International of Little Rock, Ark., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W001).

Evergreen International Airlines Inc., of McMinnville, Ore., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W002).

Federal Express Corp., of Washington, D.C., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W003).

National Air Cargo Group Inc., of Ypsilanti, Mich., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W004).

United Parcel Service Co., of Louisville, Ky., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W005).

NAVY

Suffolk Construction, Sarasota, Fla., is being awarded a $19,231,000 firm-fixed-price contract for design and construction of a physical fitness center at Marine Corps Base, Camp Lejeune. The work provides for design and construction of a Leadership in Energy and Environmental Design (LEED) “Gold” certified physical fitness center. Facility will be constructed as a destructive weather shelter for extreme wind events. The facility includes: indoor swimming pool, indoor running track, gymnasium with basketball/volleyball court and spectator seating, racquetball courts, unit physical training/group exercise room, aerobic/exercise area, a cardiovascular training area and a weight training/body development area. Space shall be provided for equipment storage/gear issue area, administrating area including private staff offices, a fitness assessment room, and a laundry facility, vending area, separate men/women/family locker area with showers, toilets and sauna. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $20,777,000. Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 38 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-5317).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an $18,160,277 firm-fixed-price modification to a previously issued delivery order under a basic ordering agreement (N00019-08-G-0010) for the procurement of MH-60S armed helicopter mission kits, which consist of 36 integrated self defense (ISD) mission kits and 33 weapons kits. Work will be performed in Tallassee, Ala. (76.1 percent); Coxsackie, N.Y. (17.6 percent); Wichita, Kan. (4.3 percent); Valencia, Calif. (1 percent); and at various locations across the U.S. (1 percent) and is expected to be completed in January 2012. Contract funds in the amount of $1,487,432 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Defense and Civil Missions Solutions, Falls Church, Va., is being awarded a $15,397,523 firm-fixed-pricecontract to produce Global Broadcast Receive Suites for the Global Broadcast Service (GBS) program.  Work will be performed in Falls Church, Va. (82.5 percent), and Reston, Va.(12.5 percent) and is expected to be completed by March 2012.  Contract funds will not expire at the end of the current fiscal year.This contract was not competitively procured. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-C-0059).

L-3 Communications Flight International, Newport News, Va., was awarded a $12,133,358 modification to a previously awarded firm-fixed-price, indefinite-/ndefinite-quantity contract (N00019-09-D-0018) for commercial air services, military operations support. This modification provides airborne threat simulation training for shipboard and aircraft squadron weapon systems operators and aircrew, to enhance abilities to counter potential enemy electronic warfare and electronic attack operations in an electronic combat environment. Work will be performed in Newport News, Va. (50 percent) and San Diego, Calif. (50 percent) and is expected to be completed in October 2010. 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.

Correction: The contract modification award initially listed to be awarded March 19, 2010, to DynCorp International LLC, Fort Worth, Texas (N62732-08-C-1115) for $34,486,995 will be executed after 1700, March 23, 2010.

ARMY

QinetiQ of North America, Reston, Va., was awarded on Mar. 19, 2010 a $19,533,000 firm-fixed-price contract for the Man-Wearable Gun Shot Detection Systems.  Work is to be performed in Cheswick, Pa., with an estimated completion date of Mar. 19, 2012.  Bids were solicited on the World Wide Web with one bid received. Research, Development & Engineering Command Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-10-D-0021).

South Carolina Commission for the Blind, Columbia, S.C., was awarded on Mar. 19, 2010 a $18,831,610 cost-plus-award-fee contract for full food services at Fort Jackson, S.C. Work is to be performed in Fort Jackson, S.C., with an estimated completion date of Feb. 29, 2012.  One bid was solicited with one bid received. Mission & Installation Contracting Command, MICC Center-Fort Bragg, N.C., is the contracting activity (W91247-10-C-0022).

The Korte Co., St. Louis, Mo., was awarded on Mar. 18, 2010 a $9,777,181 firm-fixed-price contract for the design and construction of a 23,390 square foot Child Development Center at Vandenberg Air Force Base, Calif.  The project included infant, pre-toddler, toddler, pre-school rooms, kitchen, administrative, and lobby areas.  This project includes all utilities, site work, pavements, and outdoor play areas.  The design shall be LEED Silver certified and complies with all codes and standards, including the Vandenberg AFB Excellence Standards 2008.  Work is to be performed at Vandenberg Air Force Base, Calif., with an estimated completion date of Sept. 10, 2011.  Bids were solicited via fbo.gov with 20 bids received. U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-10-C-0018).

Lord Electric Co., of Puerto Rico, Inc., San Juan, Puerto Rico., was awarded on Mar. 18, 2010 a $9,506,464 firm-fixed-price contract for the design and construction of a substation project at Fort Buchanan, Puerto Rico.  Work is to be performed in Fort Buchanan, Puerto Rico., with an estimated completion date of Apr. 18, 2011.  Fifty bids were solicited with four bids received. U.S. Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0032).

Gichner Systems Group, Inc., Dallastown, Pa., was awarded on Mar. 19, 2010 a $8,241,476 firm-fixed-price contract to procure 20 each 1 Side Amp Expandable Shelters & 28 each 1 side 100 AMP Expandable Shelters.  Work is to be performed in Dallastown, Pa., with an estimated completion date of July 15, 2010.  Bids were solicited through the World Wide Web with two bids received. Research, Development & Engineering Command Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W58P05-05-D-0004).

Duncan & Thompson Construction Services, LLC., Birmingham, Ala., was awarded on Mar. 19, 2010 a $7,182,818 firm-fixed-price contract for the renovations of the Nursing Home Care Unit (NHCU) at the Veterans Affairs Medical Center, Tuscaloosa, Ala.  Work is to be performed in Tuscaloosa, Ala., with an estimated completion date of Mar. 30, 2012.  Bids were solicited through the World Wide Web with nine bids received. U.S. Army Corps of Engineers, Mobile District, Mobile, Ala., is the contracting activity (W91278-10-C-0042).

AIR FORCE

Mantech SRS Technologies, Inc., of Arlington, Va., was awarded a $15,422,664 contract which will provide system engineering and integration services to support launch and range systems wing by providing space launch operations for current and future launches.  At this time, the entire amount has been obligated. SMC/LRSW, El Segundo, Calif., is the contracting activity (FA8811-10-C-0002).

Honeywell Technology Solutions, Inc., of Colorado Springs, Col., was awarded a $26,900,000 contract which will provide the Hawaii Tracking Station part of the Air Force satellite control network.  At this time, the entire amount has been obligated.  SCNG/PK, El Segundo, Calif., is the contracting activity (FA4701-02-D-0006).

United Launch Services of Littleton, Col., was awarded an $18,377,691 contract which will support the Department of Defense’s assured access to space efforts by implementing FY10 Project Improvement-Ordnance Box and FY10 Fleet Standardization-Metallic LOX Skirt capability improvement projects under the Evolved Expendable Launch Vehicle Launch Capabilities contract.  At this time, $9,952,220 has been obligated.  SMC/LR, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002).

No. 221-10 March 22, 2010

NAVY

Raytheon Co., Marlborough, Mass., is being awarded a $28,144,958 firm-fixed-price modification to a previously awarded contract (N00039-08-C-0115) for eight Submarine High Data Rate Antenna Systems.  Work will be performed in Marlborough, Mass. (69 percent) and St. Petersburg, Fla. (31 percent), and is expected to be completed by December 2010.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because Raytheon developed the submarine antenna under contract N00039-04-D-0033, which was competitively awarded Oct. 23, 1996.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $24,147,757 modification under previously awarded contract (N00030-07-C-0100) for the Trident II (D5) life extension commonality parts procurement.  This effort is to provide procurement and testing of commonality parts necessary for the Trident II (D5) life extension program.  The total contract value after award of this effort will be $1,159,319,749.  Work will be performed in Bloomington, Minn. (93.24 percent); Sunnyvale, Calif. (4.15 percent); Fairview, N.C. (2.46 percent); Marionville, Mo. (0.10 percent); and Clearwater, Fla. (0.05 percent), and work is expected to be completed May 31, 2012.  Contract funds in the amount of $11,000,000 will expire at the end of the current fiscal year.  Strategic Systems Program, Arlington, Va., is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., is being awarded a $21,900,000 cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contract for engineering and logistic services in response to obsolescence and operational and/or technical issues for the P-3 aircraft.  Services are in support of the Navy and Foreign Military Sales customers, which include all members of the P-3 airframe sustainment international working group, including the governments of Australia, Canada, Germany and Norway.  Work will be performed in Marietta, Ga., and is expected to be completed in March 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-D-0015).

Accord MACTEC JV*, Santa Ana, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineering services to provide comprehensive environmental response, Compensation and Liability Act/Resource Conservation and Recovery Act/underground storage tanks environmental studies and other support services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  Work will be performed at Navy and Marine Corps installations and other Department of Defense installations within the NAVFAC Southwest AOR including, but not limited to, Calif. (90 percent), Ariz. (2 percent), Nev. (2 percent), N.M. (2 percent), Colo. (2 percent), and Utah (2 percent).  The contract is expected to be completed by Mar. 2015.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured as an 8(a) small business set-aside via the Navy Electronic Commerce Online website, with 12 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-D-0814).

General Dynamics – Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded $19,961,049 for delivery order under previously awarded firm-fixed-price contract (M67854-05-D-6014) for the Production Lot 3 (PL3) procurement of 20 full rate production Expeditionary Fire Support Systems (EFSS) together with their corresponding basic issue item kits, additional authorization list hardware. The EFSS provides all-weather, ground-based, close supporting, accurate, immediately responsive, and lethal indirect fires.  The EFSS is defined as a launcher, mobility platform (prime mover), ammunition (not included in this order), ammunition supply vehicle, and technical fire direction equipment necessary for orienting the weapon on to an azimuth of fire and accurately computing firing data.  Work will be performed in St. Aubin, France (63 percent), Robbins, N.C. (20 percent), and Forest, Va. (17 percent), and work is expected to be completed by April 22, 2012.  Contract funds will not expire at the end of the current fiscal year.  The basic contract was competitively procured.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Maritime Systems & Sensors, Baltimore, Md., is being awarded a $14,078,054 modification to previously awarded contract (N00024-09-C-2303) for Littoral Combat Ship (LCS) class design services.  These LCS class design services provide necessary engineering, program, and technical support for LCS class ships.  This includes class baseline design services, class configuration management services, class documentation services, ship interim support, ship systems development, and other technical and engineering analyses.  Work will be performed in Norfolk, Va. (41 percent), Moorestown, N.J. (16 percent), Baltimore, Md. (15 percent), Marinette, Wis. (14 percent), Washington, D.C. (8 percent), Arlington, Va. (6 percent), 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.

Ecology and Environment, Inc., Lancaster, N.Y., is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for design and/or engineering services for base development planning and engineering services for Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ) and other encroachment-related studies at various Navy and Marine Corps facilities and other government facilities worldwide.  The preponderance of documents to be prepared under this contract are AICUZ documents including the following:  detailed analysis of aircraft noise, accident potential, land use compatibility, operations alternatives, and potential solutions to both existing and potential incompatible land use problems.  RAICUZ documents include the following: quantify range compatibility zones, aircraft noise zones and blast noise zones, develop strategies for lands affected by potential weapon impacts or noise impacts, and develop a strategy to promote compatible development on land within these areas.  Work will predominantly be performed in Md. (25 percent), Va. (20 percent), N.C (20 percent), Fla. (20 percent) and Calif., (10 percent).  Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the Continental United States, the Caribbean, Europe and North Africa (5 percent).  However, tasks associated with this contract may be assigned anywhere in the world.  The term of the contract is not to exceed 60 months, with an expected completion date of Mar. 2015.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with nine proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (contract number N62470-10-D-2024).

Contingency Response Services, LLC, Fort Worth, Texas, was awarded a $9,615,384 cost-plus-award-fee task order #JN09 on March 12, 2010, under a previously awarded indefinite-delivery/indefinite-quantity global contingency services contract (N62742-06-D-1113) for debris removal in Haiti.  The work to be performed provides for removing concrete and organic rubble and debris and other selected material from right of way within the Turgeau area of Haiti or surrounding areas.  Work will be performed in Turgeau, Haiti, and is expected to be completed by Apr. 2010.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a maximum $14,073,970 firm fixed price, sole source contract for inertial navigation units and common cockpit spare parts.  There are no other locations of performance.  Using service is Navy.  There was originally one proposal solicited with one response.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is March 31, 2013.  The contracting activity is the Defense Logistics Agency Procurement Operations, Philadelphia, Pa., (SPRPA1-09-G-002Y-0001).

AIR FORCE

Burnett Equipment, Inc., of Birmingham, Ala., was awarded a $12,497,882 contract which will provide Louden Crane System items to Tinker AFB, Oklahoma.  At this time, no money has been obligated.  OC-ALC/PKEA at Tinker Air Force Base, Oklahoma is the contracting activity. (FA8100-10-D-0003)

No. 218-10 March 19, 2010

DEFENSE LOGISTICS AGENCY

AmerisourceBergen Drub Corporation, Chester Brook, Pa. is being awarded a maximum $177,500,000 firm fixed price, prime vendor contract for pharmaceutical requirements.  Other locations of performance include Texas, Massachusetts, Virginia and North Carolina.  Using services include all designated providers that are part of the Uniformed Services Family Health Plan program.  The original proposal was Web solicited with five responses.  Contract funds will not expire at the end of the current fiscal year.  This contract is exercising the second of three thirty-month option periods.  The date of performance completion is September 30, 2012.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-05-D-0950).

AmerisourceBergen Drub Corporation, Chester Brook, Pa. is being awarded a maximum $110,000,000 firm fixed price, prime vendor contract for pharmaceutical requirements.  Other locations of performance include Texas, Massachusetts, Virginia and Washington.  Using services include various non-DoD agencies, National Institute of Health, Department of Justice and District of Columbia government.  The original proposal was Web solicited with five responses.  Contract funds will not expire at the end of the current fiscal year.  This contract is exercising the second of three thirty-month option periods.  The date of performance completion is September 30, 2012.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-05-D-0925).

Shore Terminals LLC, San Antonio, Texas is being awarded a maximum $70,860,000 firm fixed price contract for petroleum storage services.  Other location of performance is California.  Using services are the Defense Energy Support center and federal civilian agencies.  There were originally 15 proposals solicited with four responses.  Contract funds will not expire at the end of the current fiscal year.  This contract has a five year base with one five-year option period.  The date of performance completion is March 16, 2015.  The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-10-C-5033).

Wolverine World Wide, Inc., Rockford, Mich. is being awarded a maximum $7,370,410 fixed price with economic price adjustment contract for dress leather shoes.  Other locations of performance are Arizona and Michigan.  Using services are Navy, Air Force and Coast Guard.  The original proposal was Web solicited with six responses.  Contract funds will expire at the end of the current fiscal year.  This contract is exercising the fourth of four one-year option periods.  The date of performance completion is March 19, 2011.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0100-06-D-0351).

Zimmer, Inc., Warsaw, Ind. is being awarded a maximum $6,629,467 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for knee and hip orthopedic implants, instrumentation sets and auxiliary products.  There are no other locations of performance.  Using services are Army, Navy, Air Force and Marine Corps.  The original proposal was Web solicited with two responses.  Contract funds will not expire at the end of the current fiscal year.  This contract is exercising the fourth option year.  The date of performance completion is March 24, 2011.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-06-D-7202).

NAVY

Parsons Infrastructure and Technology Group, Inc., Pasadena, Calif. (N62470-10-D-2019) and HDR Engineering, Inc., Colorado Springs, Colo. (N62470-10-D-2020), are each being awarded a multiple award indefinite-delivery/indefinite-quantity contract for planning and engineering services at various Navy and Marine Corps facilities and other government facilities worldwide.  The maximum dollar value, including the base period and four option years, of the two contracts combined is $60,000,000.  This effort provides for preparation of plans, project planning documents, cost estimates, planning studies, visioning and scenario workshops/planning, geo-spatial information and service, and preparation of Navy and Marine Corps planning and engineering services for projects.  The preponderance of documents to be prepared under this contract includes but is not limited to the following:  global shore infrastructure plans, base development plans, activity master plans, regional shore infrastructure plans, regional Integration plans, maintenance and sustainment plans, integrated logistics plans, encroachment action plans, family housing and bachelor quarters comprehensive neighborhood plans, activity overview plans, project planning documentation, asset evaluations, basic facilities requirements documentation, facilities planning documents.  Work will performed in N.C. (24 percent), Fla. (16 percent), Va. (13 percent), Conn. (8 percent), Md. (6 percent), Ariz. (6 percent), Ga. (5 percent), R.I. (4 percent), Maine (3 percent), N.J. (3 percent), W.V. (2 percent), Miss. (2 percent), N.Y. (2 percent), and Calif. (1 percent).  Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the Continental United States, the Caribbean, Europe and North Africa (5 percent).  However, tasks associated with this contract may be assigned anywhere in the world.  The term of the contract is not to exceed 60 months, with an expected completion date of Mar. 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 website, with 10 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, is being awarded a modification to decrease the maximum dollar value by $34,486,995 on a previously awarded cost-plus-award-fee contract (N62742-08-C-1115) to provide support services for Philippines operations support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services.  After award of this modification, the total cumulative contract value will be $177,186,271.  Work is performed in the Republic of the Philippines, and is expected to be completed by Sep. 2012. Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Progeny Systems Corporation, Manassas, Va., is being awarded a $23,134,194 option exercise under previously awarded contract (N00024-08-C-6297).  The option is for AN/WLY-1 System, Active Intercept & Ranging (AI&R) System and Archival Media Center (AMC) production and engineering services for the Navy’s modernization of existing active intercept acoustic signal processing systems onboard all submarines in order to satisfy the functional requirements for acoustic intercept capability in the Virginia class submarines.  Tactical recording and storage of acoustic data is provided by the AMC.  The effort under this contract will provide for continuous development that optimizes use of commercial-off-the-shelf (COTS) technologies, common submarine COTS-based sonar system hardware and software elements, future technology insertion initiatives and improved total ownership cost.  Work will be performed in Manassas, Va., and is expected to be completed by September 2011.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $11,807,094 modification to a previously awarded cost-plus-incentive-fee contract (N00019-07-C-0097) to definitize the requirement to provide and install P5 Combat Training System Group A provisions into all F-35 Joint Strike Fighter Low Rate Initial Production Lot 2 Aircraft.  Work will be performed in El Segundo, Calif. ( 89 percent ) and Fort Worth, Texas (11 percent), and is expected to be completed in February 2011.  Contract funds in the amount of $5,507,094 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Clark-Nexsen/CH2M Hill, San Diego, Calif., is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for geographic information systems, professional surveying, mapping and engineering services and support at various Navy and Marine Corps facilities and other government facilities worldwide.  Work will predominantly be performed in Calif. (25 percent), Wash. (15 percent), Fla. (15 percent), Va. (15 percent) and Texas (15 percent).  Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the continental United States, the Caribbean, Europe and North Africa (15 percent).  However, tasks associated with this contract may be assigned anywhere in the world.  The term of the contract is not to exceed 60 months, with an expected completion date of Mar. 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 website, with nine proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-2023).

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,944,691 firm-fixed-price order against a previously issued basic ordering agreement (N00019-07-G-0008) to procure 62 swashplate actuators (7 for U.S. Air Force CV-22; 55 for U.S. Marine Corps MV-22); 307 flaperon actuators (50 for Air Force CV-22; 257 for U.S. Marine Corps MV-22).  In addition, this order provides for the training and support equipment tools for regulator control units, and intercom set controllers specific to the MV-22 and CV-22 aircraft.  Work will be performed in New York, N.Y. (99 percent) and Arville, France (1 percent), and is expected to be completed in January 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.

DRS C3 System, Inc., Stevensville, Md., is being awarded a $7,935,427 cost-plus-fixed-fee contract for research and development activities associated with integrated power system (IPS) advanced modules and IPS ship design tools.  This effort supports the research and development of various alternative technologies associated with advanced power systems and development of ship design tools that support the design development of advanced IPS ship concepts and that quantifies technical risks associated with the integrated technology.  DRS C3 System, Inc will develop an advanced hydrodynamics simulation tool and related ship design software and an advanced design, modeling & simulation tool for capability-based ship design that includes IPS technology.  Work will be performed in Stevensville, Md., and is expected to be completed by March 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via broad agency announcement; 81 white papers were received, 24 proposals were requested, and 23 awards have been made.  The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-C-4214).

AIR FORCE

Triune Group of Dayton, Ohio was awarded a $48,500,000 contract which will provide the Air Force Knowledge Now operations and maintenance, development, knowledge engineering and functional support services.   At this time, $1,391,878.70 has been obligated.  ASC/PKEIE, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8604-10-D-7045).

Lockheed Martin Integrated Systems of Santa Maria, California was awarded a $20,599,510 contract modification which extends RSA IIA support to complete the Mission Flight Control Center.  At this time, the $2,770,000 has been obligated.  SMC/LRSW/PK, El Segundo, California is the contracting activity (FO4701-95-C0029, P00314).

Boeing Company of St. Louis, Missouri was awarded a $14,288,369 contract which will provide the Joint Helmet Mounted Cueing Systems full rate production for the Air Force, Navy and Foreign Military Sales for Belgium.  At this time, the total amount has been obligated.  641 AESS/SYKA, Wright-Patterson Air Force Base, Ohio (F33657-01-D-0026).

Net-Scale Technologies of Morganville, New Jersey was awarded a $5,771,541 contract which will provide a deep learning program to discover and instantiate a single set of methods that will yield more useful representations.   At this time, $1,564,943 has been obligated. AFRL/PKD at Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-10-C-7019).

No. 214-10 March 18, 2010

NAVY

Hensel Phelps Construction Co., Irvine, Calif. (N62473-10-D-5405); Harper Construction Co., Inc., San Diego, Calif. (N62473-10-D-5406); Barnhart, Inc., San Diego, Calif. (N62473-10-D-5407); Sundt Construction, Inc., Tempe, Ariz. (N62473-10-D-5408); RQ Construction, Inc., Carlsbad, Calif. (N62473-10-D-5409); R. A. Burch Construction Co., Inc., Ramona, Calif. (N62473-10-D-5410); Solpac Construction, Inc., dba Soltek Pacific Construction Co., San Diego, Calif. (N62473-10-D-5411); T. B. Penick & Sons, Inc., San Diego, Calif. (N62473-10-D-5412); and Clark Construction Group – California, LP, Costa Mesa, Calif. (N62473-10-D-5413), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple-award construction contract for commercial and institutional building construction at various locations predominantly within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value, including the base period and four option years, for all nine contracts combined is $900,000,000. Hensel Phelps Construction Co. is being awarded task order 0001 at $5,775,000 for the design and construction of an industrial machine shop facility at the Marine Corps Logistics Base, Barstow, Calif. Work for this task order is expected to be completed by December 2010.  All work will be performed at various federal sites within the NAVFAC Southwest AOR including, but not limited to, Southern California (94 percent), Arizona (5 percent), and New Mexico (1 percent). The term of the contracts is not to exceed 60 months, with an expected completion date of March 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 54 proposals received. These nine contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, is the contracting activity.

Lockheed Martin Corp., Simulation, Training and Support, Orlando, Fla., is being awarded an $83,305,442 cost-plus-incentive-fee contract to design, develop, fabricate, integrate, and test the electronic Consolidated Automated Support System. In addition, this provides for the procurement of 14 engineering development models during the system design and development phase of the contract. Work will be performed in Orlando, Fla. (61 percent); Hunt Valley, Md. (26 percent); North Reading, Mass.(12 percent); and Reston, Va. (1 percent), and is expected to be completed in March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0225).

AECOM Technical Services, Inc., Raleigh, N.C., is being awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for utilities design and engineering services for projects located at Marine Corps installations at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. Work performed includes utility infrastructure design projects; providing/replacing/upgrading sanitary collection and treatment systems; potable water supply, treatment, and distribution systems; stormwater collection and conveyance systems; installation of security fencing and entry control facilities; installation/repair of shoreline erosion control measures; design of new and resurfacing of existing airfields, roads, and parking lots; performing property and topographic surveys; and facility site work to include demolition, underground storage tank removal, layout, and site preparation. Work will be performed in Jacksonville, N.C. (75 percent), and Havelock, N.C. (25 percent), and is expected to be completed by March 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 28 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-D-5313).

Mikros Systems Corp.*, Fort Washington, Pa.,is being awarded a maximum amount $25,959,991 indefinite-delivery/indefinite-quantity contract for the procurement of adaptive diagnostic electronic portable test sets that will be used by technicians to maintain, calibrate and diagnose problems with complex electronic radar systems. Work will be performed in Fort Washington, Pa. (90 percent), and various other locations (10 percent), and is expected be completed by September 2015. Contract funds willnot expire at the end of the current fiscal year. This contract was competitively procured as a Phase III Small Business Innovation Research action; one offer was received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-GR63).

Raytheon Network Centric Systems, St. Petersburg, Fla., is being awarded a $13,680,670 modification to previously awarded contract (N00024-08-C-5202) for the design agent and engineering services for the cooperative engagement capability (CEC) system. This contract combines purchases for the Navy (97 percent) and the government of the United Kingdom (3 percent) under the Foreign Military Sales program. Work will be performed in Largo, Fla. (80 percent); St. Petersburg, Fla. (19 percent); and Dallas, Texas (1 percent), and is expected to be completed by September 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Ocean Systems Engineering Corp., Oceanside, Calif., is being awarded $9,034,935 for task order # 0068 under previously awarded firm-fixed-price contract (M67854-02-A-9020).  The scope of this effort is to provide on-going engineering, technical, acquisition, administrative, and management support to the Marine Air-Ground Task Force (MAGTF) Command and Control Systems Program Management Office; and a liaison representative on-site at Communications-Electronics Command, Program Executive Office for Command, Control and Communications Tactical, Project Manager Battle Command. This statement of work includes Combat Operations Center; MAGTF command and control combat operations center capability blocks 2010 and 2012; joint tactical common operational picture workstation; target location designation handoff system; advanced field artillery tactical data system; blue force situational awareness family of systems; joint interface control officer support system; and potential technology insertion opportunities under the science and technology transition office. The programs require support through all phases of the acquisition cycle. Work will be performed in Quantico, Va., and is expected to be completed in March 2011. Contract funds in the amount of $4,458,469 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $7,873,660 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) for the development, fabrication, and qualification of a polymer matrix composite drag brace for use on the main landing gear on the F-35 joint strike fighter aircraft. Work will be performed in Helmond, the Netherlands (67 percent), and Ft. Worth, Texas (33 percent), and is expected to be completed in October 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

P&S Construction, Inc.*, Lowell, Mass., is being awarded a $6,257,000 firm-fixed-price contract for main gate security improvements at Naval Weapons Station Earle. Work includes gate access realignment; reinforced fencing; new security fencing surrounding the guardhouse area; new hardened guard house; base-wide alarm duress system; site lighting; permanent vehicle inspection shelter with closed circuit television; undercarriage video surveillance equipment; permanent passive security barriers; two active pop-up vehicle barriers; new connector road to explosive ordnance disposal; demolition of existing pass and identification office; construction of new pass and identification office within a new inspection facility; and 54 parking spaces. The contract also contains one unexercised option which, if exercised, would increase cumulative contract value to $6,276,950. Work will be performed in Colts Neck, N.J., and is expected to be completed by Oct. 2011. 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 16 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-9441).

AIR FORCE

Boeing Co., Long Beach, Calif., was awarded a $272,581,553 contract which will exercise FY10 third quarter option contract line items for the C17 Globemaster III sustainment partnership contract. At this time, the entire amount has been obligated.  330 ASW, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004, P00525).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Kentucky Bioprocessing, LLC, is being awarded a $17,900,500 other transaction/technology investment agreement for developing a proof-of-concept platform capable of yielding a purified vaccine candidate using a whole plant-based process. Work will be performed in Owensboro, Ky., and is expected to be completed in March 2011.  Funds will not expire at the end of the current fiscal year. A solicitation was issued via Federal Business Opportunities on March 6, 2009; more than 25 bids were received. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-10-3-0004).

ARMY

Disc-O-Bed, LP, Duluth, Ga., was awarded on March 16, 2010, a $12,000,000 firm-fixed-fee contract to procure bunk beds with foot lockers and spare parts.  The original estimated dollar value was $1,000,000.  This action is to increase the amount of this indefinite-delivery/indefinite quantity to $12,000,000.  Work is to be performed in Duluth, Ga., with an estimated completion date of Sept. 3, 2013.  Bids were solicited on the World Wide Web with one bid received. RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W58P05-08-D-0015).

Arete Associates, Northridge, Calif., was awarded on March 17, 2010, a $7,810,252 cost-plus-fixed-fee contract for the Defense Advanced Research Projects Agency. The program seeks to develop advanced technologies to provide superior situational awareness to war fighters operating in maritime environments.  Work is to be performed in Arlington, Va. (76.6 percent); Tucson, Ariz. (9.9 percent); North Billerica, Mass. (4.9 percent); and various other locations (8.9 percent), with an estimated completion date of June 16, 2011.  One bid was solicited with one bid received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-10-C-0006).

NextiraOne Federal, LLC, Herndon, Va., was awarded on March 12, 2010, a $6,954,688 indefinite-delivery/indefinite-quantity contract.  This project manager, network service center performance work statement addresses the Installation Information Infrastructure Modernization Program effort to engineer, furnish, install, secure, test, document, migrate, and cutover a turn-key solution to upgrade the existing infrastructure and facilities at Germany 3C (Hohenfels).  Work is to be performed at Fort Sam Houston, Texas, with an estimated completion date of June 12, 2011.  Ten bids were solicited with ten bids received. Army Contracting Command, National Capitol Regional Contracting Center, Alexandria, Va., is the contracting activity (W91QUZ-06-D-0027-0005).

*Small business

No. 211-10 March 17, 2010

DEFENSE LOGISTICS AGENCY

Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $206,434,187 requirements-type, prime vendor contract for distribution of pharmaceutical items. Other locations of performance are North Carolina and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0027).

Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $150,000,000 firm-fixed-price, indefinite-quantity, prime vendor contract for pharmaceutical items for the U.S. Naval fleet, USNS Mercy, and USNS Comfort. Other locations of performance are Massachusetts, North Carolina, Texas, Florida, Washington, New Jersey and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0001).

Coastal Pacific Food Distributors*, Stockton, Calif., is being awarded a maximum $18,000,000 fixed-price with economic price adjustment, sole-source contract for full-line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Sept. 13, 2010. The Defense Supply Center Philadelphia (DESP), Philadelphia, Pa., is the contracting activity (SPM300-09-D-3280).

World Fuel Services, Inc., dba World Fuel Services of FL, Miami, Fla., is being awarded a maximum $9,606,443 fixed-price with economic price adjustment contract for fuel. Other locations of performance are in Hawaii. Using services are Army, Navy and Air Force. There were originally two proposals solicited with two responses.  Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 31, 2014. The Defense Energy Support Center (DESC), Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0040).

Oshkosh Corp., Oshkosh, Wis., is being awarded a maximum $7,157,519 firm-fixed-price, sole-source contract for transfer transmission. There are no other locations of performance. Using service is Army. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 12, 2015. The Defense Logistics Agency -Warren (DSCC-ZG), Warren, Mich., is the contracting activity (SPRDL1-10-D-0020).

DMS Pharmaceutical Group, Inc.*, Park Ridge, Ill., is being awarded a maximum $2,245,907 requirements-type, prime vendor contract for distribution of pharmaceutical items. Using service is Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with one response. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0130).

NAVY

Northrop Grumman Shipbuilding, Inc., Newport News, Va., is being awarded an $80,886,408 cost-plus-fixed-fee, level-of-effort contract for fiscal 2010 advance planning to prepare and make ready for the refueling complex overhaul of the USS Abraham Lincoln (CVN 72) and its reactor plants. This effort will provide for all advanced planning, ship checks, design, documentation, engineering, procurement, fabrication, and preliminary shipyard or support facility work. The contract includes options which, if exercised, would bring the cumulative value of this contract to $678,568,820. Work will be performed in Newport News, Va., and is expected to be complete by February 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2110).

BAE Systems Land & Armaments, LP, Santa Clara, Calif., is being awarded $74,090,258 for firm-fixed-priced delivery order #0006 under previously awarded contract (M67854-07-D-5026) for the purchase of Marine Corps transparent armor gun system kits, battery powered motorized traversing unit – manual traversing unit kits, and turret assemblies. Work will be performed in Santa Clara, Calif., and is expected to be completed by September 2010. Contract funds in the amount of $4,740,748 will expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a $26,604,000 modification to previously awarded contract (N00024-04-C-6207) to exercise a cost-plus-incentive fee/award-fee option for engineering and technical services for the acoustic system improvement and integration in support of the commercial-off-the-shelf Acoustic Rapid Insertion System (A-RCI) program. Work will be performed in Manassas, Va., and is expected to be completed by June 2010. Contract funds in the amount of $1,759,160 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DCS Corp.*, Alexandria, Va., is being awarded an $11,499,976 modification to a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (N68936-05-D-0002) to provide weapons and systems integration support services to the Naval Air Warfare Center Weapons Division’s integrated product teams and weapons support facilities, and their associated weapons. The estimated level of effort for this modification is 176,017 man-hours. Work will be performed in China Lake, Calif. (90 percent), and Pt. Mugu, Calif. (10 percent), and is expected to be completed in August 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Oasys Technology, LLC*, Manchester, N.H., is being awarded a $10,726,660 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hand-held thermal binoculars.  The thermal binoculars are used for detection, targeting, and surveillance in low visibility environments. Multiple lenses are available for use to modify the field of view for broader or more focused detection as required. The thermal binocular systems will allow the operators to fulfill their mission more quickly, efficiently, and safely. The thermal binoculars are thermal imaging devices that can be used as either a hand-held detector or a mounted detector. Work will be performed in Manchester, N.H., and is expected to be completed by March 2015.  Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities Web site, with one offer received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-JQ65).

ARMY

Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded on March 12, 2010, a $45,576,936 firm-fixed-price contract for the delivery order to purchase Generation III extreme cold weather clothing system kits.  Work is to be performed in Newark, N.J. (24 percent); Mayagüez, Puerto Rico (24 percent); Lansing, Mich. (18 percent); Fall River, Mass. (10 percent); Tullahoma, Tenn. (10 percent); Virginia Beach, Va. (5 percent); Post Falls, Idaho (5 percent); North Conway, N.H. (2 percent); and Mukilteo, Wash. (2 percent), with an estimated completion date of Dec. 20, 2011.  Bids were solicited on the World Wide Web with three bids received. U.S. Army RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-07-D-0003).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded on March 12, 2010, a $37,380,000 cost-plus-fixed-fee contract for the modification P00142, exercising an option for systems technical support for the ABRAMS tank program.  Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 19, 2011.  One bid was solicited with one bid received. TACOM-Warren, AMSCC-TAC-AHLC, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

AC First, Fort Worth, Texas, was awarded on March 12, 2010, a $25,688,609 firm-fixed-price contract for the Installation Information Infrastructure Modernization Program telecommunications systems program management, information technology planning, logistics, and field support service, in support of Project Manager Network Service Center, Project Director Defense Communication Systems-Southwest Asia.  This requirement was competed amongst the unrestricted suite of contractors covered under Task Area 12, within the Field & Installation Readiness Support Team multiple-award indefinite-delivery/indefinite-quantity.  Work is to be performed throughout various locations worldwide with focus on Southwest Asia – primarily Afghanistan, Kuwait, and Iraq – with an estimated completion date of March 14, 2011.  Fifteen bids were solicited with one bid received. Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W911SE-07-D-0004).

Elite CNC Machining, Largo, Fla., was awarded on March 12, 2010, a $20,038,550 firm-fixed-price contract for the procurement of 1,628,827 M918 projectile assemblies in support of the M918 target practice cartridge.  Work is to be performed in Largo, Fla., with an estimated completion date of Sept. 30, 2013. Bids were solicited on the World Wide Web with two bids received. Army Contracting Command, CCRC-AL, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0044).

Laser Devices, Inc., Monterey, Calif., was awarded on Mar. 10, 2010 a $6,940,000 firm-fixed-price contract for a sustainment order 10,000 PEQ-15A multi-functional aiming lights for the U.S. project manager soldier sensors and lasers.  Delivery of all units will be completed by January 2011.  Work is to be performed in Monterey, Calif., with an estimated completion date of Jan. 31, 2011. Bids were solicited by limited sources justification with one bid received. U.S. Army Research, Development and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0029).

MISSILE DEFENSE AGENCY

Raytheon Co., Integrated Defense Systems of Woburn, Mass., is being awarded a sole-source modification for $17,421,524 under contract HQ0006-03-C-0047. The modification includes both fixed-price and cost-plus-award-fee line items. Under this contract modification, Raytheon will continue concurrent test, training, and operations support unit integration (Phase II) for AN/TYP-2 X-Band radar. The work will be performed in Woburn, Mass. The performance period is through November 2010.   Fiscal year 2010 research, development, test and evaluation funds will be utilized for this effort.   The Missile Defense Agency is the contracting activity (HQ0006).

Pratt & Whitney Rocketdyne, Inc., of Canoga Park, Calif., is being awarded a cost-plus-fixed-fee change order modification for $14,222,473 under its contract, HQ0006-08-C-0044. Under this contract modification, Pratt & Whitney Rocketdyne will complete risk reduction efforts to demonstrate the technology and improve the technology and manufacturing readiness of the components needed in a high performance interceptor liquid fuel upper stage system. The work will be performed in Canoga Park, Calif. This performance period ends in March 2011. The amount obligated on this action is $12,300,000 using fiscal year 2009 research, development, test and evaluation funds. The Missile Defense Agency is the contracting activity.

AIR FORCE

United Launch Services, Littleton, Colo., was awarded a $15,065,010 contract which will provide for the acquisition of launch vehicle propellants and gaseous commodities for Air Force space missions. At this time, $15,065,101 has been obligated.  SMC/LRSW, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002, P00194).

Aleut Facilities Support Services, LLC, Aurora, Colo., was awarded a $6,876,579 contract which will exercise the fourth option year, to provide non-personal services for customer support; infrastructure and facility maintenance; physical plant operation; and environmental and property management for Cheyenne Mountain Air Force Station, Colorado. At this time, the entire amount has been obligated. 21 CONS/LGCAB, Peterson Air Force Base, Colo., is the contracting activity (FA25174-06-C-5005, P00027).

*Small Business