{"id":382458,"date":"2010-03-03T00:49:05","date_gmt":"2010-03-03T05:49:05","guid":{"rendered":"http:\/\/itecsinsider.com\/?p=14130"},"modified":"2010-03-03T00:49:05","modified_gmt":"2010-03-03T05:49:05","slug":"dod-contracts-over-5-million%e2%80%94february-24-2010-through-march-2-2010","status":"publish","type":"post","link":"https:\/\/mereja.media\/index\/382458","title":{"rendered":"DOD Contracts Over $5 Million\u2014February 24, 2010 Through March 2, 2010"},"content":{"rendered":"<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong><img loading=\"lazy\" decoding=\"async\" class=\"alignleft size-thumbnail wp-image-1580\" style=\"margin: 0px 10px;\" title=\"dod\" src=\"http:\/\/itecsinsider.com\/wp-content\/uploads\/2009\/01\/dod-150x150.jpg\" alt=\"dod\" width=\"84\" height=\"84\" \/>No. 146-10<\/strong><strong><strong> February 24, 2010<\/strong><\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>NAVY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">SunEdison*, Beltsville, Md. (N62583-10-D-0326); AECOM Energy\/Solar Power Partners, Inc.*, Mill Valley, Calif. (N62583-10-D-0327); Chevron Energy Solutions Co., a division of Chevron U.S.A., Inc., Eagan, Minn. (N62583-10-D-0328); SunPower Corp., Richmond, Calif. (N62583-10-D-0329); and SunDurance Energy, LLC*, South Plainfield, N.J. (N62583-10-D-0330) are each being awarded an indefinite-delivery\/indefinite-quantity, fixed-price multiple award contract for the purchase of renewable electrical power through power purchase agreements at Naval and Marine Corps installations in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).\u00a0The dollar value for all five contracts combined is $100,000,000.\u00a0The work to be performed provides for the generation of electric power from renewable power systems that are constructed, owned, operated and maintained by the contractor on government property located within the installation boundaries.\u00a0<span id=\"more-14130\"><\/span>The government will procure the power through power purchase agreements.\u00a0The contract also includes four unexercised options which, if exercised, would increase the cumulative contract value to $200,000,000.\u00a0Work will be performed at various federal sites within the NAVFAC Southwest AOR including California, Arizona, Nevada, Utah, Colorado, and New Mexico.\u00a0The contract ordering period will be for a base year plus up to four option years, with an expected completion date of February 2015.\u00a0Task orders issued under the contract are contemplated to be for a period of up to 30 years pursuant to the statutory authority of 10 U.S. Code 2922a.\u00a0This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 12 proposals received.\u00a0These five contractors may compete for task orders under the terms and conditions of the awarded contract.\u00a0The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">3 Phoenix Inc.*, Fairfax, Va., is being awarded an $11,949,880 modification to previously awarded contract (N00024-07-C-6274) to exercise an option to provide engineering services to support software development, procurement of commercial off-the-shelf products, and hardware\/software integration to improve technology in support of U.S. Navy Open Architecture and Network Centric Operations and Warfare systems for USS Virginia class submarine and other submarine\/surface ship systems.\u00a0Work will be performed in Fairfax, Va. (35 percent); Wake Forest, N.C. (35 percent); and Hanover, Md. (30 percent), and is expected to be completed by March 2011.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Shaw Environmental &amp; Infrastructure, San Diego, Calif. (N62473-10-D-0807); Innovative Technical Solutions, Inc.*, Walnut Creek, Calif. (N62473-10-D-0808); Tetra Tech EC, Inc., San Diego, Calif. (N62473-10-D-0809); Integrated Solutions for Remediation, JV, Walnut Creek, Calif. (N62473-10-D-0810); and Cabrera-Insight, JV*, Hartford, Conn. (N62473-10-D-0811) are each being awarded a firm-fixed-price, indefinite-delivery\/indefinite-quantity environmental multiple award contract for environmental remediation services of radiological contaminants at various locations within the Naval Facilities Engineering Command, Southwest and Atlantic areas of responsibility and other Department of Defense (DOD) locations nationwide.\u00a0The maximum dollar value, including the base period and four option years, for all five contracts combined is $250,000,000.\u00a0Work under these contracts will be performed in California (80 percent); Alaska (2 percent); Arizona (2 percent); Colorado (2 percent); Nevada (2 percent); New Mexico (2 percent); Oregon (2 percent); Utah (2 percent); Washington (2 percent); and other DOD locations (4 percent).\u00a0The term of the contracts is not to exceed five years, with an expected completion date of February 2015.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0This contract was competitively procured via the Navy Electronic Commerce Online Web site, with five proposals received.\u00a0These five contractors may compete for task orders under the terms and conditions of the awarded contract.\u00a0The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Coastal Marine Services, National City, Calif., is being awarded a maximum ceiling $14,150,000 firm-fixed price, indefinite-delivery\/indefinite-quantity single-award contract to provide hullboard and insulation lagging services onboard Navy ships and other government vessels within a 50-mile radius of San Diego.\u00a0The contractor shall provide all personnel, management, administrative and production services, material, tools, equipment, and required support to accomplish hullboard and insulation services.\u00a0Work will be performed in San Diego, Calif., and is expected to be completed by February 2011.\u00a0Contract funds in the amount of $3,000 will expire at the end of the current fiscal year.\u00a0This contract was competitively procured via Federal Business Opportunities, with six proposals solicited and three offers received.\u00a0The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N55236-10-D-0012).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Tabet Manufacturing Co.*, Norfolk Va., is being awarded $8,334,176 for delivery order #0001 under previously awarded firm-fixed-price, indefinite-delivery\/indefinite-quantity contract (M67854-10-D-2211) to purchase fabricated mount and cable assemblies required for Dismounted Data Automated Communication Terminal radio interoperability and Mounted Refresh Computer\/Blue Force Tracker platform integration for the amphibious assault vehicle.\u00a0Work will be performed in Norfolk, Va., and is expected to be completed by February 2011.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Marine Corps Systems Command, Quantico, Va., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Alliant Techsystems, Inc., ATK Tactical Propulsion and Controls, Allegany Ballistics Laborator, Rocket Center, W.Va., is being awarded a $7,299,424 cost-plus-fixed-fee contract for research and development efforts for solid rocket propulsion technology in support of the High-Speed Anti-Radiation Missile Program.\u00a0Work will be performed in Keyser, W. Va. (85 percent), and China Lake, Calif. (15 percent), and is expected to be completed in March 2014.\u00a0Contract funds in the amount of $900,000 will expire at the end of the current fiscal year.\u00a0This contract was competitively procured via broad agency announcement and four offers were received.\u00a0The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-10-C-0012).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>ARMY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">AMTEC Corp., Janesville, Wis., was awarded a $33,676,800 firm-fixed-price contract for 40mm grenade family systems contract for fiscal 2010 through 2014. \u00a0Work is to be performed in Janesville, Wis., with an estimated completion date of September 2014. \u00a0Bids were solicited on the Web with two bids received.\u00a0Rock Island Contracting Center, Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0013).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">DSE, Inc., Tampa, Fla., was awarded a $22,466,802 firm-fixed-price contract for 40mm grenade family systems contract for fiscal 2010 through 2014. \u00a0Work is to be performed in Tampa, Fla., with an estimated completion date of September 2014. \u00a0Bids were solicited on the Web with two bids received.\u00a0Rock Island Contracting Center, Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0014).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Raytheon Southeast Asia Systems Co., Andover, Mass., was awarded a $6,860,000 firm-fixed-price contract for technical assistance for the United Arab Emirates for the Hawk program. \u00a0Work is to be performed in the United Arab Emirates, with an estimated completion date of February 2012. \u00a0One bid was solicited with one bid received.\u00a0U.S. Army Aviation and Missile Command, Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0177).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">GM GDLS Defense Group, LLC, JV, Sterling Heights, Mich., was awarded an $8,705,525 cost-plus-fixed-fee contract to acquire additional Stryker retrofit level of effort manhours, material\/other direct cost and travel. \u00a0Work is to be performed in Sterling Heights, Mich. (1 percent); Shelby Township, Mich. (1 percent); Auburn, Wash. (72 percent); Bremerhaven, Germany, (10 percent); Vilseck, Germany (15 percent); and Qatar (1 percent), with an estimated completion date of March 2011. \u00a0One bid was solicited with one bid received.\u00a0Tank Automotive &amp; Armament Command, SFAE-GCS-BCT-P, Warren, Mich., is the contracting activity (W56HZV-07-D-M112).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">W.G. Yates &amp; Sons Construction Co., Philadelphia, Miss., was awarded a $10,934,000 firm-fixed-price contract for the construction of an Army Forces Reserve Center in El Dorado, Ark. \u00a0Work is to be performed in El Dorado, Ark., with an estimated completion date of August 2011. \u00a0Bids were solicited on the Web with nine bids received.\u00a0U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0035).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>U.S. TRANSPORTATION COMMAND<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">American Auto Logistics, LP, Park Ridge, N.J., is being awarded a $6,000,000 firm-fixed-price modification to add additional funds to a previously awarded contract (DAMT01-03-D-0184) to provide continuing services for the transportation and storage of privately owned vehicles.\u00a0Work will be performed at worldwide locations and is expected to be completed by October 2010.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">*Small business<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>No. 148-10<\/strong><strong><strong> February 25, 2010<\/strong><\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>AIR FORCE<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Raytheon Co., Aurora, Colo., was awarded an $886,440,679 contract which will provide for command, control and mission support for the Block II and Block III family of satellites; support existing and new interface; and support the evolution of the systems to a net-centric paradigm.\u00a0At this time, $300,000 has been obligated.\u00a055 CONS\/LGCD, Offutt Air Force Base, Neb., is the contracting activity (N61339-03-D-0300).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Northrop Grumman Defense Mission Systems, Inc., San Diego, Calif., was awarded a $77,915,492 contract which will provide a modification to an existing undefinitized contract action.\u00a0It authorizes the maintenance and support of the Battlefield Airborne Communications Node System in support of overseas contingency operations through fiscal year 2010. \u00a0At this time, $58,436,619 has been obligated.\u00a0653d ELSG\/PK, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-09-C-0010,P00008).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">IAP Worldwide Services, Inc., Cape Canaveral, Fla., was awarded a $17,311,273 contract which will exercise option 2 to perform civil engineering services for Hanscom Air Force Base.\u00a0At this time, $1,232,959 has been obligated.\u00a066 CONS\/LGCA, Hanscom Air Force Base, Mass., is the contracting activity (FA2835-08-D-0001, P00011).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>ARMY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Cajun Constructors, Inc., Baton Rouge, La., was awarded on Feb. 22, 2010, a $237,680,048 firm-fixed-price contract for the preconstruction services and construction option(s) for levee improvements to the Chalmette Loop Levee-Hwy 46 to River (Verret to Caernarvon), Reach 148.02, in St. Bernard Parish, La.\u00a0Work is to be performed in St. Bernard Parish, La., with an estimated completion date of June 1, 2011. \u00a0Bids were solicted on the World Wide Web with five bids received.\u00a0U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-10-C-0047).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">GM GDLS Defense Group, LLC, JV, Sterling Heights, Mich., was awarded on Feb. 22, 2010, a $71,814,501 cost-plus-fixed-fee contract.\u00a0This contract is for contractor support to field services representatives and system support parts. \u00a0Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Feb. 28, 2011. \u00a0One bid was solicted with one bid received.\u00a0Tank Automotive &amp; Armament Commans, SFAE-GCS-BCT-P, Warren, Mich., is the contracting activity (W56HZV-07-D-M112).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Feb. 22, 2010, a $46,903,107 firm-fixed-price contract option for four UH-60M aircraft for the Air Force.\u00a0Work is to be performed in Stratford, Conn., with an estimated completion date of Dec. 31, 2010.\u00a0One bid was solicted with one bid received.\u00a0U.S. Army Contracting Command, CCAM-BH-A, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0003).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">AAI Corp., Hunt Valley, Md., was awarded on Feb. 22, 2010, a $23,698,842 cost-plus-fixed-fee contract for Shadow Tactical Unmanned Aircraft System performance based logistics incremental funding. Work is to be performed in Hunt Valley, Md., with an estimated completion date of Oct. 31, 2010.\u00a0One bid was solicted with one bid received.\u00a0U.S. Army Contracting Command, Aviation &amp; Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0006).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Lockheed Martin Corp., Orlando, Fla., was awarded on Feb. 22, 2010, a $21,022,094 firm-fixed-price contract for an undefinitized contract action for Foreign Military Sales to Taiwan for Javelin FY 09-11 hardware production.\u00a0Work is to be performed in Tucson, Ariz. (50 percent), and Orlando, Fla. (50 percent), with an estimated completion date of Jan. 17, 2011. \u00a0One bid was solicted with one bid received.\u00a0Aviation &amp; Missile Command Contracting Command, CCAM-TM-H, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0376).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">ITT Corp., Systems Division, Colorado Springs, Colo., was awarded on Feb. 22, 2010, a $15,365,387 cost-plus-fixed-fee for a task order awarded under the Field &amp; Installation Readiness Support Team multiple award indefinite delivery\/indefinite quantity for Army pre-positioned stocks (APS-5) maintenance, supply and transportation services in support of APS-5 and direct theater support, Southwest Asia Mission. \u00a0Location of services is 2-401st Army Field Support Brigade, Camp Arifjan, Kuwait. \u00a0Work is to be performed in Camp Arifjan, Kuwait, with an estimated completion date of March 31, 2014. \u00a0Bids were solicted on the World Wide Web with five bids received.\u00a0Army Contracting Center, Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W911SE-07-D-0006).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">S.M. Wilson &amp; Co., St. Louis, Mo., was awarded on Feb. 22, 2010, an $11,599,000 firm-fixed-price contract for project number 149652, digital training facility, Fort Leonard Wood, Mo.\u00a0This project will construct an automated-aided instructional facility to support digital education for professional military educational courses. \u00a0Work is to be performed in Fort Leonard Wood, Mo., with an estimated completion date of Feb. 15, 2012.\u00a0Bids were solicited on the World Wide Web with 10 bids received.\u00a0U.S. Army Corps of Engineers, CECT-NWK-M, Kansas City, Mo., is the contracting activity (W912DQ-10-C-4006).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>NAVY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Whiting-Turner Contracting Co., Raleigh, N.C., is being awarded a $136,331,000 firm-fixed-price contract for design and construction of multiple facilities at Wallace Creek Phase II, Marine Corps Base Camp Lejeune.\u00a0Work provides for the design and construction of Yhe Wallace Creek Regimental Complex Phase II which consists of a total of eight FY10 military construction appropriations, including 12 new major structures.\u00a0These projects will construct the necessary administrative headquarters, operational, maintenance, mission support, and bachelor enlisted quarters facilities to support the U.S. Marines stationed at Wallace Creek.\u00a0These projects will also construct the necessary supporting facilities; demolition and site clearing; pavements; landscaping and other site improvements; grading and drainage; and utilities.\u00a0Phase II will provide parking for 1,582 personally-owned vehicles and heavy-duty pavements for parking up to 226 tactical vehicles.\u00a0The contract contains one option which, if exercised, would increase the cumulative contract value to $145,076,000.\u00a0Work will be performed in Jacksonville, N.C., and is expected to be completed by October 2012.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 16 proposals received.\u00a0The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-5312).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Northrop Grumman Systems Corp., Annapolis, Md., is being awarded a $49,099,073 cost-plus-fixed-fee, indefinite-delivery\/indefinite-quantity contract for services and materials for depot level repair and maintenance of airborne mine countermeasures systems.\u00a0Systems include: \u00a0AN\/AQS-14A sonar detecting set; AN\/AQS-24 mine hunting system; AN\/ALQ-141 acoustic minehunting\/minesweeping system; CP-2614\/T common post mission analysis; and USM-668 intermediate level test equipment and swivel slip-ring assembly.\u00a0Work will be performed in Panama City, Fla., and is expected to be completed by February 2015.\u00a0Contract funds in the amount of $100,000 will expire at the end of the current fiscal year.\u00a0This contract was not competitively procured.\u00a0The Naval Surface Warfare Center, Panama City Division, Panama City, Fla., is the contracting activity (N61331-10-D-0009).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Rolls Royce Corp., Indianapolis, Ind., is being awarded a $45,137,679 modification to a previously awarded indefinite-delivery\/indefinite-quantity contract (N00019-09-D-0020) to exercise an option for contractor logistics support and technical engineering support services for the KC-130J aircraft propulsion system for the Marine Corps, which includes the AE 2100D3 turboprop engine and the R 391 propeller.\u00a0Work will be performed in Indianapolis, Ind., and is expected to be completed in February 2011.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Lockheed Martin Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $25,599,500 modification to previously awarded contract (N00024-10-C-5124) for technical and engineering support and related operation and maintenance of the Navy\u2019s combat systems engineering development site and technical engineering support of the SPY-1A test lab and Naval Systems Computing Center.\u00a0This contract combines purchases for the Navy (57 percent), and the governments of Japan (34 percent) and Norway (9 percent) under the Foreign Military Sales program.\u00a0Work will be performed in Moorestown, N.J., and is expected to be completed by October 2010.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">General Dynamics Information Technology, Needham, Mass., is being awarded $13,699,434 for delivery order #0013 under previously awarded indefinite-delivery\/indefinite-quantity contract (M67854-09-D-4726) to provide capability for the fielding of Marine Corps enterprise IT services, a Marine Corps enterprise transformation and modernization initiative<strong>. <\/strong> Work will be performed in Stafford, Va. (50 percent); Kansas City, Mo. (20 percent); Quantico, Va. (12 percent); Camp Lejeune, N.C. (12 percent); Cherry Point, N.C. (5 percent); and Norfolk, Va. (1 percent), and is expected to be completed by December 2014.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Marine Corps Systems Command, Quantico, Va., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Teledyne Scientific &amp; Imaging, LLC, Thousand Oaks, Calif., is being awarded a $7,413,715 cost-plus-fixed-fee completion contract for the design, fabrication, integration, calibration and testing of the flight sensor chip assembly, a principal component of the Joint Milli-Arcsecond Pathfinder Survey satellite.\u00a0Work will be performed in Thousand Oaks, Calif., and is expected to be completed February 2012.\u00a0Contract funds in the amount of $250,000 will expire at end of current fiscal year.\u00a0The contract was procured under other than full and open competition request for proposal number N00173-10-R-SE01.\u00a0A synopsis was posted in Federal Business Opportunities, with one offer received.\u00a0The Naval Research Laboratory, Washington, D.C., is the contracting activity (N000173-10-C-6005).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Harris Corp. Government Communications Systems Division, Melbourne, Fla., is being awarded a $7,160,530 modification to a previously awarded firm-fixed-priced contract (N00019-06-C-0087) to exercise an option for the full rate production of 148 fiber channel network switches, a component of the advanced mission computer and display for the F\/A-18 E\/F, E\/A-18G and E-2D aircrafts, and 4 mounting kits for the E-2D. \u00a0Work will be performed in Melbourne, Fla., and is expected to be completed in December 2011.\u00a0Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">INTEVAC Photonics, Inc., Carlsbad, Calif., is being awarded a $6,852,700 firm-fixed-price, indefinite-delivery\/indefinite-quantity supply contract for high resolution low light camera systems (HRLLC) configured as monoculars, binoculars, and goggles.\u00a0The HRLLC system is for electronic imaging cameras that operate in the near infrared to the short wave infrared region of the spectrum.\u00a0The camera is composed of an objective lens, low light focal plane array (electron bombarded), electronic display and eyepiece optics.\u00a0\u00a0 Work will be performed in Carlsbad, Calif., and is expected to be completed by March 2012.\u00a0Contract funds in the amount of $431,400 will expire at the end of the current fiscal year.\u00a0This contract was competitively procured via the Federal Business Opportunities Web site, with one offer received.\u00a0The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-JQ53).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>DEFENSE LOGISTICS AGENCY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Bell Helicopter Textron, Hurst, Texas, is being awarded a maximum $43,612,765 firm-fixed-price, sole-source, undefinitized contract action for procurement of 51 individual line items of interim supply support of the AH-1Z helicopter system.\u00a0There are no other locations of performance.\u00a0There was originally one proposal solicited with one response. \u00a0Contract funds will expire at the end of the current fiscal year. \u00a0The date of performance completion is Dec. 31, 2012.\u00a0The Defense Logistics Agency Philadelphia (DSCR-ZCBB), Philadelphia, Pa., is the contracting activity (W58RGZ-06-G-0003-THPX-THPY).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a maximum $37,660,756 firm-fixed-price, sole-source contract for C-2 aircraft outer wing panel sets.\u00a0Other location of performance is in Florida.\u00a0Using service is Navy.\u00a0There was originally one proposal solicited with one response.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0This contract is a two-year long term requirements contract.\u00a0The date of performance completion is Feb. 1, 2014.\u00a0The Defense Logistics Agency Philadelphia (DSCR-ZCC), Philadelphia, Pa., is the contracting activity (SPRPA1-10-D-001Z).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Ameriqual Group, LLC, d\/b\/a Ameriqual Packaging, Evansville, Ind. is being awarded a maximum $37,520,000 fixed-price with economic price adjustment, indefinite-quantity contract for Meal, Ready-to-Eat (MRE).\u00a0There are no other locations of performance.\u00a0Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.\u00a0There were originally three proposals solicited with three responses. \u00a0Contract funds will expire at the end of the current fiscal year. \u00a0The date of performance completion is Dec. 31, 2010.\u00a0The Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., is the contracting activity (SPM3S1-06-D-Z103).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">The Wornick Co., Cincinnati, Ohio, is being awarded a maximum $30,730,000 fixed-price with economic price adjustment, indefinite-quantity contract for Meal, Ready-to-Eat (MRE).\u00a0There are no other locations of performance.\u00a0Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.\u00a0There were originally three proposals solicited with three responses.\u00a0Contract funds will expire at the end of the current fiscal year.\u00a0The date of performance completion is Dec. 31, 2010.\u00a0The Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., is the contracting activity (SPM3S1-06-D-Z105).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Sopakco, Inc.*, Mullins, S.C., is being awarded a maximum $24,890.000 fixed-price with economic price adjustment, indefinite-quantity contract for Meal, Ready-to-Eat (MRE).\u00a0There are no other locations of performance.\u00a0Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.\u00a0There were originally three proposals solicited with three responses.\u00a0Contract funds will expire at the end of the current fiscal year.\u00a0The date of performance completion is Dec. 31, 2010.\u00a0The Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., is the contracting activity (SPM3S1-06-D-Z104).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">*Small business<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>No. 152-10<\/strong><strong><strong> February 26, 2010<\/strong><\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>NAVY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">General Dynamics, National Steel and Shipbuilding Co., San Diego, is being awarded an $824,642,437 modification to previously awarded contract (N00024-02-C-2300) for construction of T-AKE 13 and T-AKE 14, which shall include design and construction, technical manuals, special studies, analyses and reviews, engineering and industrial services, and data.\u00a0Work will be performed in San Diego, and is expected to be completed by Dec. 2013 for T-AKE 13 and Nov. 2014 for T-AKE 14.\u00a0Contract funds will not expireat the end of the current fiscal year.\u00a0The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">General Dynamics Bath Iron Works, Bath, Maine, is being awarded a not-to-exceed $114,003,000 letter contract for long-lead time material in support of the anticipated construction of DDG 115 under the DDG 51 class destroyer program.\u00a0Work will be performed in Cincinnati, Ohio (32.6 percent); Indianapolis, Ind. (23.7 percent); Coatesville, Pa. (12.3 percent); Charlottesville, Va. (10.9 percent); Erie, Pa. (6.9 percent); Walpole, Mass. (5.4 percent); Bath, Maine (1.2 percent); Warminster, Pa. (1 percent); and various other locations (6 percent).\u00a0Work is expected to be completed by Dec. 2012.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0This contract was not competitively procured.\u00a0The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2311).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Raytheon Co., Tucson, Ariz., is being awarded a $67,308,982 modification to previously awarded contract (N00024-09-C-5301) for the fiscal 2010 Standard Missile II (SM-2) option for the production of 46 SM-2 Block IIIA and 16 SM-2 Block IIIB missiles and associated data.\u00a0This contract combines purchases for the U.S. Navy (2.07 percent), and the governments of Korea (96.15 percent), Taiwan (1.16 percent), Japan (.19 percent) and Canada (.43 percent) under the Foreign Military Sales program.\u00a0Work will be performed in Tucson, Ariz. (74 percent); Andover, Mass. (18 percent); Camden, Ark. (5 percent); and Farmington, N.M. (3 percent), and is expected to be completed by Dec. 2012.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Lockheed Martin, Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $14,788,646 modification to previously awarded contract (N00024-09-C-5103) to exercise an option for fiscal 2010 Aegis Platform Systems Engineering Agent activities and Aegis Modernization Advanced Capability Build engineering.\u00a0The Platform Systems Engineering Agent manages the in-service combat systems configurations as well as the integration of new or upgraded capability into the CG57 class of ships and the DDG 51 class of ships.\u00a0Work will be performed in Moorestown, N.J., and is expected to be completed by Sept. 2011.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Rogers, Lovelock &amp; Fritz, Inc., Winter Park, Fla., is being awarded a $14,515,155 modification to a previously awarded firm-fixed price contract (N40080-10-C-0151) to increase the dollar value of the contract for the dental clinic replacement at Joint Base Andrews Naval Air Facility.\u00a0The work to be performed provides for engineering, architectural and comprehensive interior design services as necessary to support the design effort for the ambulatory care center which will be constructed in two phases.\u00a0Phase I will provide a diagnostic, surgical and therapeutic services center, a parking structure, and ambulance shelter. Phase II will provide a primary and specialty care center and renovation of Building 1058 with a building connector between the new and renovated facility.\u00a0After award of this modification, the total cumulative contract value will be $15,529,753.\u00a0Work will be performed in Camp Springs, Md., and is expected to be completed by April 2011.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Better Built + Clark, LLC*, Middletown, Ohio, is being awarded an $11,300,000 firm-fixed price contract for the design and construction of a new Armed Forces Reserve Center at the Akron-Canton Airport.\u00a0The work to be performed provides for the design and construction of a concrete and steel facility.\u00a0The project will be a replacement for both Navy and Marine Corps Reserve Center Akron and Navy Reserve Center Cleveland.\u00a0The contract also contains two unexercised options which, if exercised, would increase cumulative contract value to $12,050,000.\u00a0Work will be performed in Akron, Ohio, and is expected to be completed by June 2011.\u00a0Contract funds will not expire at the end of the current fiscal year<strong>.<\/strong> This contract was competitively procured via the Navy Electronic Commerce Online Web site,with 17 proposals received.\u00a0The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-10-C-0021).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">The Whiting-Turner Contracting Co., Baltimore, is being awarded a $10,400,000 modification under previously awarded firm-fixed-price contract (N40085-07-C-1900) for the design-build and construction for the Academic Instruction Facility expansion at the Marine Corps Special Operations Command (MARSOC) complex, Marine Corps Base Camp Lejeune.\u00a0The work to be performed provides for the design and construction of a single-story building with reinforced concrete footings and floors, exterior stud walls with brick veneer, and standing seam metal roof.\u00a0The work will include complete mechanical\/electrical systems as well as paving and site improvements.\u00a0The facility will consist of classrooms, offices, instructor workspace, library, instructor lounge, student break area, rest rooms, and staff locker room.\u00a0Work will be performed in Jacksonville, N.C., and is expected to be completed by May 2011.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Progeny Systems Corp.*, Manassas, Va., is being awarded a $10,394,565 modification to previously awarded contract (N00024-08-C-6278) to exercise an option for Navy-wide implementation of portal technology for internal and external information sharing requirements and to design, prototype, and demonstrate a common technical architecture for a non-tactical data processing sub-system information automation and reduced manning system or engineering development models.\u00a0The processes and prototype products developed will apply to submarines, surface ships, surveillance and air platforms.\u00a0Work will be performed in Manassas, Va., and is expected to be completed by Feb. 2011.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>ARMY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Oshkosh Corp., Oshkosh, Wis., was awarded a $640,122,400 firm-fixed-price contract for the procurement of 1460 Mine Resistant Ambush Protected All-Terrain Vehicles and 1460 basic issue items. \u00a0Work is to be performed in Oshkosh, Wis., with an estimated completion date of May 2012. \u00a0Five bids were solicited with five bids received.\u00a0TACOM, AMSCC-TAC-ADCA, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">KDH Defense Systems, Inc., Johnstown, Pa., was awarded a $87,000,003 firm-fixed-fee contract for 150,000 improved outer tactical vests. \u00a0Work is to be performed in Eden, N.C., with an estimated completion date of Aug. 2010. \u00a0Bids were solicited on the World Wide Web with eight bids received. \u00a0U.S. Army Research Development &amp; Engineering Command, Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0049).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Alliant Techsystems Inc., Plymouth, Minn., was awarded a $53,542,304 firm-fixed-price contract for 30,000 M865 120mm cartridges; 15,000 M1002 cartridges; and container handling efforts for the M865 cartridge.\u00a0Work is to be performed in Middletown, Iowa, with an estimated completion date of Oct. 2011. \u00a0Two bids were solicited with two bids received.\u00a0Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W52P1J-08-C-0011).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">General Dynamics Ordnance and Tactical Systems, Inc., St. Petersburg, Fla., was awarded a $46,257,600 firm-fixed-price contract for 30,000 M865 120mm cartridges and 15,000 M1002 cartridges. \u00a0Work is to be performed in Middletown, Iowa, with an estimated completion date of Nov. 2011. \u00a0Two bids were solicited with two bids received.\u00a0Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W52P1J-08-C-0010).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Comtech Mobile Datacom Corp., Germantown, Md., was awarded a $13,750,000 firm-fixed-price contract for the satellite bandwidth, engineering, services and support for Force XXI Battle Command Brigade and Below (FBCB2) and Blue Force Tracking (BFT) systems. \u00a0This is for the continued support of all FBCB2\/BFT channels employed worldwide for six months, with one new channel spanning nine months, and support of new software version 6.5. \u00a0Work is to be performed in Germantown, Md., with an estimated completion date of Dec. 2010. \u00a0One bid was solicited with one bid received.\u00a0CECOM Acquisition Center, Fort Monmouth., N.J., is the contracting activity (W15P7T-07-D-J402).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Raytheon Space and Airborne Systems, El Segundo, Calif., was awarded a $10,729,252 cost-plus-fixed fee contract. \u00a0This contract is related to the TRUST in Integrated Circuits program to advance science and technology for ensuring integrated circuits can be trusted regardless of their origin and fabrication process. \u00a0In Phase III, Raytheon will further refine their techniques to protect all stage of the application specific integrated circuits design process. \u00a0Work is to be performed in El Segundo, Calif. (39 percent); San Jose, Calif. (3 percent); Lexington, Mass. (9 percent); Albuquerque, N.M. (25 percent); Burlington, Mass. (15 percent); and Santa Clara, Calif. (9 percent), with an estimated completion date of Feb. 2011. Bids were solicited on the World Wide Web with 29 bids received.\u00a0Defense Advances Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-08-C-0005).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">*Small business<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>No. 157-10<\/strong><strong><strong> March 01, 2010<\/strong><\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>ARMY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Weeks Marine, Inc., Covington, La., was awarded on Feb. 25, 2010, a $58,509,050 firm-fixed-price contract for work consisting of mechanical and hydraulic construction of containment levees requiring deep excavation to minus-70 feet, shoreline protection, and spillbox rehab to increase the capacity of Placement Areas 14 and 15; and maintenance and new work dredging of the Houston Galveston Navigation Channel Bayport to Morgans Point with four options.\u00a0 Work is to be performed at Harris County, Texas, and Chambers County, Texas, with an estimated completion date of March 31, 2012.\u00a0 Thirty-four bids were solicited with four bids received.\u00a0 U.S. Army Engineer District Galveston, Texas, is the contracting activity (W912HY-10-C-0016).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Watterson Construction Co., Anchorage, Alaska, was awarded on Feb. 25, 2010, a $26,451,500 firm-fixed-price contract for a Warrior Transition Complex that is a design-build construction project.\u00a0 Work is to be performed at Fort Richardson, Alaska (91.2 percent), and Anchorage, Alaska (8.8 percent), with an estimated completion date of Dec. 26, 2011.\u00a0 Bids were solicited on the Web with 10 bids received.\u00a0 U.S. Army Engineer District, Alaska, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-10-C-0011).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Davis Constructors &amp; Engineers, Inc., Anchorage, Alaska, was awarded on Feb. 25, 2010, a $19,839,494 firm-fixed-price contract for design and construction of the Air Force aero-medical services\/mental clinic.\u00a0 Work is to be performed at Elmendorf Air Force Base, Alaska, with an estimated completion date of Feb. 26, 2012.\u00a0 Bids were solicited on the Federal Business Opportunities Web site with nine bids received.\u00a0 U.S. Army Engineer District, Alaska, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-10-C-0012).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Hensel Phelps Construction Co., Orlando, Fla., was awarded on Feb. 25, 2010 a $14,869,000 firm-fixed price contract, Task Order Number #0001, for construction of Battalion Dining Facilities.\u00a0 The project consists of a standard design two battalion 1,300 person, stand-alone dining facilities for a Training Battalion Complex.\u00a0 Install intrusion detection system (IDS) and connect energy monitoring and control system (EMCS).\u00a0 Supporting facilities include electrical, water, sewer, and natural gas services; security lighting; exterior communications; fire protection; storm sewer system and detention structure; paving, striping, curb and gutter, and sidewalks; site preparation, erosion control\/grassing, landscaping; and signage. Work is to be performed at Fort Benning, Ga., with an estimated completion date May 20, 2011.\u00a0 Four bids were solicited and four bids received.\u00a0 U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0050).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Hensel Phelps Construction, Co., Orlando, Fla., was awarded on Feb. 25, 2010, a $14,850,000 firm-fixed-price contract, task order #0002, for construction of battalion dining facilities.\u00a0 The project consists of standard-design, two-battalion, 1,300 person stand-alone dining facilities for a training battalion complex with the installation of an intrusion detection system and a connect energy monitoring and control system.\u00a0 Supporting facilities include electrical, water, sewer and natural gas services; security lighting; exterior communications; fire protection; storm sewer system and detention structure; paving, striping, curb and gutter, and sidewalks; site preparation, erosion control\/grassing, landscaping; and signage.\u00a0 Work is to be performed at Fort Benning, Ga., with an estimated completion date of May 20, 2011.\u00a0 Four bids were solicited and four bids received.\u00a0 U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-07-D-0050).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>NAVY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Koam Engineering Systems, Inc., San Diego, Calif., is being awarded a potential $51,146,913 indefinite-delivery\/indefinite-quantity, cost-plus-fixed-fee contract for tactical data link (TDL) systems support of a range of Navy, Marine Corps, Army, Air Force and Foreign Military Sales Programs including airborne tactical data systems; ballistic missile defense; command and control processor; common link integration processing; dynamic net management; joint tactical radio system; tactical systems (engineering, integration, test, evaluation, fleet) support; and associated subsystems, network, process, and capability maturity model integration support.\u00a0 Support efforts include the maintenance and modification of the TDL computer programs; life cycle functions of systems; research and requirements analysis; systems engineering; software design and engineering; configuration management; modeling and simulation; and human factors engineering.\u00a0 This contract is one of three contracts awarded; all awardees will compete for task orders during the ordering period.\u00a0 All work will be performed at government and contractor sites in the San Diego area, and is expected to be completed Feb. 28, 2015.\u00a0 Contract funds will not expire at the end of the current fiscal year.\u00a0 This contract was competitively procured via publication on the Federal Business Opportunities Web site and posting to the Space and Naval Warfare Systems e-Commerce Central Web site, with three viable offers received.\u00a0 The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-10-D-0027).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Odyssey Systems Consulting Group, Wakefield, Mass., is being awarded a $47,788,003 indefinite-delivery\/indefinite-quantity, cost-plus-fixed-fee contract for tactical data link (TDL) systems support of a range of Navy, Marine Corps, Army, Air Force and Foreign Military Sales Programs including airborne tactical data systems; ballistic missile defense; command and control processor; common link integration processing; dynamic net management; joint tactical radio system; tactical systems (engineering, integration, test, evaluation, fleet) support; and associated subsystems, network, process, and capability maturity model integration support.\u00a0 Support efforts include the maintenance and modification of the TDL computer programs; life cycle functions of systems; research and requirements analysis; systems engineering; software design and engineering; configuration management; modeling and simulation; and human factors engineering.\u00a0 This contract is one of three contracts awarded; all awardees will compete for task orders during the ordering period.\u00a0 All work will be performed at government and contractor sites in the San Diego area, and is expected to be completed Feb. 28, 2015.\u00a0 Contract funds will not expire at the end of the current fiscal year.\u00a0 This contract was competitively procured via publication on the Federal Business Opportunities Web site and posting to the Space and Naval Warfare Systems e-Commerce Central Web site, with three viable offers received.\u00a0 The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-10-D-0028).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Computer Sciences Corp., San Diego, Calif., is being awarded a potential $46,911,088 indefinite-delivery\/indefinite-quantity, cost-plus-fixed-fee contract for tactical data link (TDL) systems support of a range of Navy, Marine Corps, Army, Air Force and Foreign Military Sales Programs including airborne tactical data systems; ballistic missile defense; command and control processor; common link integration processing; dynamic net management; joint tactical radio system; tactical systems (engineering, integration, test, evaluation, fleet) support; and associated subsystems, network, process, and capability maturity model integration support.\u00a0 Support efforts include the maintenance and modification of the TDL computer programs; life cycle functions of systems; research and requirements analysis; systems engineering; software design and engineering; configuration management; modeling and simulation; and human factors engineering.\u00a0 This contract is one of three contracts awarded; all awardees will compete for task orders during the ordering period.\u00a0 All work will be performed at government and contractor sites in the San Diego area, and is expected to be completed Feb. 28, 2015.\u00a0 Contract funds will not expire at the end of the current fiscal year.\u00a0 This contract was competitively procured via publication on the Federal Business Opportunities Web site and posting to the Space and Naval Warfare Systems e-Commerce Central Web site, with three viable offers received.\u00a0 The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-10-D-0026).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Insight Technology, Inc., Londonderry, N.H., is being awarded a $34,080,706 firm-fixed-price contract for the Fusion Goggle System Version 4 (FGS V4).\u00a0 U.S. Special Operations Command requires the FGS V4 for special operations force elements currently engaged in the overseas contingency operations.\u00a0 The application for this item is combined thermal imaging and image intensification which provides increased situational awareness.\u00a0 Work will be performed in Londonderry, N.H., and is expected to be completed by March 2015.\u00a0 Contract funds will not expire at the end of the current fiscal year.\u00a0 This contract was not competitively procured.\u00a0 The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-JQ58).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Lockheed Martin Maritime Systems and Sensors, Syracuse, N.Y., is being awarded a $14,700,000 modification to previously awarded contract (N00024-09-C-6238) for the production of five TB-29A thin line towed arrays (TLTA).\u00a0 The TB-29A TLTA is a passive underwater acoustic sensor utilizing a thin line towed body.\u00a0 Work will be performed in Syracuse, N.Y. (62 percent); Salt Lake City, Utah (15 percent); Millersville, Md. (15 percent); Mauldin, S.C. (4 percent); and Cambridge, Mass. (4 percent).\u00a0 Work is expected to be completed by March 2012.\u00a0 Contract funds will not expire at the end of the current fiscal year.\u00a0 The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $12,303,065 firm-fixed-price, cost-plus fixed-fee delivery order against a previously issued basic ordering agreement (N00019-06-G-0001) to provide systems engineering and program management services in support of the H-1 upgrade production program.\u00a0 Work will be performed in Hurst, Texas (70 percent), Amarillo, Texas (15 percent), and New Bern, N.C. (6 percent).\u00a0 Work is expected to be completed in December 2010.\u00a0 Contract funds will not expire at the end of the current fiscal year.\u00a0 The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">SmithGroup, Inc., Phoenix, Ariz., is being awarded a $6,046,433 modification to increase the maximum dollar value under a firm-fixed-price architect-engineer contract (N62742-10-C-0001) for design and engineering services for the Joint POW\/MIA Accounting Command at Hickam Air Force Base.\u00a0 The work to be performed provides for design and engineering services, environmental field investigation, soil investigation, and topographic survey to develop design-bid-build documents for construction of a multi-story facility which includes a central identification laboratory, administrative office spaces, and a warehouse.\u00a0 After award of this modification, the total cumulative contract value will be $7,120,509.\u00a0 Work will be performed in Oahu, Hawaii, and is expected to be completed by December 2010.\u00a0 Contract funds will not expire at the end of the current fiscal year.\u00a0 The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">The Boeing Co., St. Louis, Mo., is being awarded a $5,820,084 firm-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-05-G-0026) to provide integrated logistics services in support of Harpoon and SLAM-ER programs for the Navy and for the governments of Korea, the United Kingdom, Taiwan, Egypt, Japan, Turkey, Pakistan, Australia, Saudi Arabia, Greece, Israel, Singapore, Canada, Thailand, the United Arab Emirates (UAE), Kuwait, Chile, Malaysia, Oman, and Bahrain.. \u00a0Work will be performed in St. Charles, Mo., and is expected to be completed in November 2010.\u00a0 Contract funds in the amount of $2,083,931 will expire at the end of the current fiscal year.\u00a0 This order combines purchases for the U.S. Navy ($2,083,931; 35.8 percent) and the governments of Korea ($694,901; 11.9 percent); United Kingdom ($283,542; 4.9 percent); Taiwan ($279,606; 4.8 percent); Egypt ($262,530; 4.5 percent); Japan ($245,231; 4.2 percent); Turkey ($234,045; 4.0 percent); Pakistan ($200,610; 3.5 percent); Australia ($195,660; 3.4 percent); Saudi Arabia ($190,438; 3.3 percent); Greece ($174,978; 3.0 percent); Israel ($166,927; 2.9 percent); Singapore ($163,710; 2.8 percent); Canada ($136,710; 2.3 percent); Thailand ($116,168; 2 percent); UAE ($88,178; 1.5 percent); Kuwait; $64,890; 1.1 percent); Chile ($62,415; 1.1 percent); Malaysia ($60,683; 1.0 percent); Oman ($59,445; 1.0 percent); and Bahrain ($55,486; 1.0 percent) under the Foreign Military Sales program.\u00a0 The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>U.S. TRANSPORTATION COMMAND<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Crowley Liner Services, Inc., Jacksonville, Fla., has been awarded a sole-source letter contract to obtain emergency port related services in Haiti.\u00a0 The contract has a not-to-exceed amount of $22,000,000.\u00a0 The contract is for services required to restore cargo delivery capability and support Haiti port operations at Port-au-Prince.\u00a0 Services include surveying damaged ports and beaches; establishment of beach landing operations; cargo lightering operations to establish a link between deep draft cargo vessels and beach landing facilities;\u00a0 warehousing;\u00a0 cargo consolidation;\u00a0 trucking; placement of docking barges with cranes to function as temporary piers and removal of various obstructions in the water, to include a large gantry crane.\u00a0 Work will be performed in Port-au-Prince, Haiti, and the performance period is from Jan. 16, 2010, to April 15, 2010.\u00a0\u00a0 This was a sole-source procurement executed under the authority of FAR Part 6.302-2, Unusual and Compelling Urgency.\u00a0 The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-C-W001).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>No. 160-10<\/strong><strong><strong> March 02, 2010<\/strong><\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>AIR FORCE<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Lockheed Martin Corp., Fort Worth, Texas, was awarded a $568,531,272 contract which will provide the incremental funding for the original F-22 weapons system undefinitized contract action modification awarded on Dec. 15, 2009, to authorize and fund the Structural Retrofit Program II and the Reliability and Maintainability Maturation Program during the calendar year 2010.\u00a0At this time, $411,201,032 has been obligated.\u00a0478 AESG\/SYK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897, P00040).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Lockheed Martin Corp., Fort Worth, Texas, was awarded a $213,000,000 contract which will provide the government of Egypt with the following: 20 F-16C\/D Block 52 multi-role fighter aircraft; support equipment; technical orders and integrated logistics support.\u00a0At this time, $106 Million has been obligated.\u00a0312 AESG\/SYK, Wright Patterson Air Force Base, Ohio is the contracting activity.\u00a0(FA8615-10-6051)<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">L3 Communications Vertex Aerospace, Madison, Miss., was awarded a $7,869,228 contract which will provide for aircraft flightline maintenance for F-16 aircraft and add sharpshooter targeting pod maintenance in support of Taiwan\u2019s F-16 program at Luke Air Force Base, Ariz.\u00a0At this time, the entire amount has been obligated.\u00a0AETC\/CONS\/LGCI, Randolph Air Force Base, Texas, is the contracting activity (FA3002-09-C-0006,P00004).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Electro-Methods, Inc., South Windsor, Conn., was awarded a $6,018,762 contract which provides for the build of three sub assemblies, inner, outer, and 28 radial gutters making the whole assembly.\u00a0At this time, the entire amount has been obligated.\u00a0448 SCMG\/PKBB, Tinker Air Force Base, Okla., is the contracting activity (FA8121-10-C-0011).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>NAVY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">The Ross Group Construction Corp.*, Tulsa, Okla. (N69450-10-D-0771); Leetex\/Hill&amp;Wilkinson, LLC*, Dallas, Texas (N69450-10-D-0772); Project Management Innovations International*, Austin, Texas (N69450-10-D-0773); K-W Construction, Inc.*, San Marcos, Texas (N69450-10-D-0774); Moab-Amigo, JV*, San Antonio, Texas (N69450-10-D-0775); Global Engineering &amp; Construction, LLC*, Kent, Wash. (N69450-10-D-0776), are each being awarded an indefinite-delivery\/indefinite-quantity multiple award design-bid-build construction contract for general building type projects at military installations in the south Texas region of the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).\u00a0The maximum dollar value for all six contracts combined, including the base period and four option years, is $100,000,000.\u00a0The Ross Group Construction Corp. is being awarded task order #0001 at $9,900,000 for the complete design and construction of a fitness center at Naval Air Station Kingsville, Texas.\u00a0Work for this task order is expected to be completed by June 2011.\u00a0All work on this contract will be performed in the south Texas region of the NAVFAC Southeast AOR.\u00a0The term of the contract is not to exceed 60 months, with an expected completion date of March 2015.\u00a0Contract funds for task order #0001 will not expire at the end of the current fiscal year.\u00a0This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 16 proposals received.\u00a0These six contractors may compete for task orders under the terms and conditions of the awarded contract.\u00a0The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Raytheon Network Centric Systems, St. Petersburg, Fla., is being awarded a $25,493,949 modification to previously awarded contract (N00024-08-C-5203) for Cooperative Engagement Capability (CEC) system production.\u00a0CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information and making the data available to all participating CEC units.\u00a0Work will be performed in Largo, Fla. (47 percent); St. Petersburg, Fla. (20.0 percent); Dallas, Texas (18 percent); and McKinney, Texas (15 percent).\u00a0Work is expected to be completed by January 2012.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The Naval Sea Systems Command, Washington, D.C., is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Hal Hays Construction, Inc.*, Riverside, Calif., is being awarded $7,199,999 for task order #0002 under previously awarded firm-fixed-price award fee contract (N62742-09-D-1183) for the construction of the Arizona Memorial visitor parking center at Pearl Harbor Naval Base.\u00a0The work to be performed provides for the construction of a new parking lot which consists of access road and drop-off area; sidewalks; chain link and ornamental fencing and vehicular gates; drainage improvements; lighting; closed circuit television; landscaping; and other miscellaneous items of work.\u00a0Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2011.\u00a0Funds are provided by the American Recovery and Reinvestment Act of 2009.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0Three proposals were received for this task order.\u00a0The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\"><strong>DEFENSE LOGISTICS AGENCY<\/strong><\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Wolverine World Wide, Inc., Rockford, Mich. is being awarded a maximum $13,228,034 fixed-price with economic price adjustment contract for temperate weather combat boots.\u00a0Other locations of performance are in Arizona and Michigan.\u00a0Using services are Army and Air Force.\u00a0The original proposal was Web solicited with six responses. Contract funds will not expire at the end of the current fiscal year.\u00a0This contract is exercising the first of two one-year option periods.\u00a0The date of performance completion is March 4, 2011.\u00a0The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM1C1-09-D-0033).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Ameriqual Group, LLC*, Evansville, Ind., is being awarded a maximum $11,384,897 fixed-price with economic price adjustment contract for various polymeric traypack ration items.\u00a0Other location of performance is in Indiana.\u00a0Using services are Army, Navy, Air Force and Marine Corps.\u00a0There were originally two proposals solicited with two responses. \u00a0Contract funds will expire at the end of the current fiscal year. \u00a0This contract is exercising the third option year.\u00a0The date of performance completion is Feb. 28, 2011.\u00a0The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM3S1-07-D-Z193).<\/span><\/p>\n<p class=\"MsoNormal\" style=\"margin: 6pt 0in;\"><span style=\"font-size: 12pt; line-height: 115%; font-family: &quot;Times New Roman&quot;,&quot;serif&quot;;\">Palm Springs FBO Two, LLC, Palm Springs, Calif., is being awarded a maximum $5,411,270 fixed-price with economic price adjustment contract for fuel.\u00a0Other location of performance is in California.\u00a0Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.\u00a0There were originally three proposals solicited with three responses.\u00a0Contract funds will not expire at the end of the current fiscal year.\u00a0The date of performance completion is March 31, 2014.\u00a0The Defense Energy Support Center, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0036).<\/span><\/p>\n","protected":false},"excerpt":{"rendered":"<p>No. 146-10 February 24, 2010 NAVY SunEdison*, Beltsville, Md. (N62583-10-D-0326); AECOM Energy\/Solar Power Partners, Inc.*, Mill Valley, Calif. (N62583-10-D-0327); Chevron Energy Solutions Co., a division of Chevron U.S.A., Inc., Eagan, Minn. (N62583-10-D-0328); SunPower Corp., Richmond, Calif. (N62583-10-D-0329); and SunDurance Energy, LLC*, South Plainfield, N.J. (N62583-10-D-0330) are each being awarded an indefinite-delivery\/indefinite-quantity, fixed-price multiple award contract [&hellip;]<\/p>\n","protected":false},"author":1,"featured_media":0,"comment_status":"closed","ping_status":"closed","sticky":false,"template":"","format":"standard","meta":{"footnotes":""},"categories":[7],"tags":[],"class_list":["post-382458","post","type-post","status-publish","format-standard","hentry","category-news"],"_links":{"self":[{"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/posts\/382458","targetHints":{"allow":["GET"]}}],"collection":[{"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/posts"}],"about":[{"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/types\/post"}],"author":[{"embeddable":true,"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/users\/1"}],"replies":[{"embeddable":true,"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/comments?post=382458"}],"version-history":[{"count":0,"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/posts\/382458\/revisions"}],"wp:attachment":[{"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/media?parent=382458"}],"wp:term":[{"taxonomy":"category","embeddable":true,"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/categories?post=382458"},{"taxonomy":"post_tag","embeddable":true,"href":"https:\/\/mereja.media\/index\/wp-json\/wp\/v2\/tags?post=382458"}],"curies":[{"name":"wp","href":"https:\/\/api.w.org\/{rel}","templated":true}]}}