U.S. Department of Defense Announces Latest Contract Awards

3
1186

No. 889-10
September 30, 2010
———————————-
CONTRACTS

AIR FORCE

                Northrop Grumman Systems Corp., Meadows, Ill. (FA8626-10-D-2132), and Lockheed Martin Corp., Orlando, Fla. (FA8626-10-D-2133), were awarded a $2,300,000,000 contract which will provide new advanced targeting pods and associated support equipment, spares and product support.  At this time, $23,682,962 has been obligated for Northrop, and $23,484,117 has been obligated for Lockheed.  ASC/WNQK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

                Aerospace Corp., El Segundo, Calif., was awarded a $925,213,700 contract which will exercise Option 2 of the current contract to provide scientific and engineering support to launch, space, and related ground support systems, engage in and contribute to the support of scientific activities and projects in research, development and advisory services and provide general systems engineering, engineering support and systems integration support to the Air Force Space and Missile Systems Center, other services and United States government agencies, and approved allies.  At this time, no funds have been obligated.  SMC/PIK, El Segundo, Calif., is the contracting activity (FA8802-09-C-0001; PO0044).

                The MITRE Corp., Bedford, Mass., was awarded a $374,794,108 contract which will provide systems engineering and integration support for the Air Force ceiling programs and non-ceiling programs for fiscal 2011.  Support level is estimated at 880 staff years for the Air Force ceiling programs and 300 direct staff years for the Air Force non-ceiling programs.  At this time, $795,000 has been obligated.  ESC/CAA, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-11-C-0001).

                Boeing Aerospace Operations, Inc., San Antonio, Texas, was awarded a $94,484,200 contract modification which will provide programmed depot maintenance, unprogrammed depot level maintenance, and modification installations on C/KC-135 series aircraft.  At this time, no funds have been obligated.  OC-ALC/GKCK, Tinker Air Force Base, Okla., is the contracting activity (FA8105-07-D-0002; PO0016).

                Northrop Grumman Technical Services, Herndon, Va., was awarded a $75,521,004 contract modification which will exercise the fiscal 2011 option year for the C-20 contractor logistics support contract, which includes depot maintenance, contractor operated and maintained base supply, flightline maintenance and field team support.  At this time, no funds have been obligated.  OC-ALC/GKSKB, Tinker Air Force Base, Okla., is the contracting activity (FA8106-08-C-0010; PO0051).

                Northrop Grumman Systems Corp., Electronic Systems Section, Linthicum Heights, Md., was awarded a $68,541,725 contract which will procure modular receiver exciter and common radar processors to replace current radar receiver transmitters and radar signal processors in the B-1.  At this time, $64,752,592 has been obligated.  ASC/WWNK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-10-C-2254).

                Space Coast Launch Services, Patrick Air Force Base, Fla., was awarded a $25,548,758 contract modification.  The contract provides for launch operations support to provide operations maintenance and engineering support to critical launch, spacecraft and ordnance facilities and support systems owned by the 45th Space Wing.  At this time, no funds have been obligated.  45th CONS/LGCZL, Patrick Air Force Base, Fla., is the contracting activity (FA2521-05-C-008; P000107).

                Booz Allen Hamilton, Inc., Herndon, Va., was awarded an $22,758,836 contract which will provide survivability and vulnerability technical analyses for U.S. Joint Forces Command concept development and experimentation directorate.  At this time, $4,960,318 has been obligated.  55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380; Delivery Order 406).

                Northrop Grumman Information Technology, Herndon, Va., was awarded a $15,671,898 firm-fixed-price contract which will provide the 848 Supply Chain Management Group with integrated supply chain support, spanning analysis and management, logistics/engineering and software sustainment.  At this time, $5,541,349 has been obligated.  448 SCMB/PKBD, Tinker Air Force Base, Okla., is the contracting activity (FA8222-05-D-0008-BZ04).

                McDonnel Douglas Corp., a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., was awarded a $12,510,913 contract modification which will support the T-38C avionics upgrade program consisting of avionics block update and sustaining engineering development capability.  At this time, no funds have been obligated.  ASC/WNZC, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8617-04-C-6153; PO0170).

                L-3 Communications Integrated Systems, LP, Greenville, Texas, was awarded a $10,634,722 firm-fixed-price contract to provide engineering and program management support to include all sustainment operations and management required for the depot/system integrated laboratory, as well as continued management of production, test and support equipment to support Peace Pioneer.  At this time, the entire amount has been obligated.  AAC/WINK, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-08-G-3000; 0018).

                Mississippi Aerospace Corp., Picayune, Miss., was awarded an $8,642,054 contract which will acquire loadmaster scanner crashworthy seats for the Air Force Special Operations Command MC-130H/W and EC 130J aircraft, and Air Combat Command and Air Force Reserve Command HC-130P aircraft.  At this time no funds have been obligated.  WR-ALC/GRUK, Special Forces Contracting Division, Robins Air Force Base, Ga., is the contracting activity (FA8509-10-C-0026).

                Barnes Aerospace, Windsor, Conn., was awarded an $8,313,600 contract which will provide turbine nozzle segments for the F101 engine:  basic year segment, 6,400; option one quantity, 5,493; option two quantity, 5,687.  At this time, no funds have been obligated.  448 SCMG/PKBC, Tinker Air Force Base, Okla., is the contracting activity (FA8122-10-D-0020).

                Lockheed Martin Corp., Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded an $8,103,033 contract which will procure Type I special training (operations and maintenance) for the government of Morocco in support of their F-16 program.  At this time, $6,166,104 has been obligated.  AETC CONS/LGCI, Randolph Air Force Base, Texas, is the contracting activity (FA3002-10-C-0030).

                Science Applications International Corp., was awarded a $5,895,402 contract modification which will provide for the continued development of highly specialized equipment, including major components.  At this time, $3,458,798 has been obligated.  Detachment 8, Air Force Research Laboratory/RDKP, Kirtland Air Force Base, N.M., is the contracting activity (FA9451-10-C-0275).

NAVY

                Environet, Inc.*, Honolulu, Hawaii (N62478-10-D-4019); FOPCO, Inc.*, Kapolei, Hawaii (N62478-10-D-4020); Pioneer Contracting Co., Ltd.*, Wahiawa, Hawaii (N62478-10-D-4021); Raass Brothers, Inc.*, Provo, Utah (N62478-10-D-4022); San Juan Construction, Inc.*, Montrose, Colo. (N62478-10-D-4023); and TOMCO Corp.*, Honolulu, Hawaii (N62478-10-D-4024), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility.  The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii.  The maximum dollar value, including the base period and four option years, for all six contracts combined is $200,000,000.  FOPCO, Inc., is being awarded Task Order 0001 at $540,513 to repair deterioration, Building 445 at the Fleet Industrial Supply Center, Pearl Harbor, Hawaii.  Work for this task order is expected to be completed by April 2011.  All work on this contract will be performed in the NAVFAC Hawaii area of responsibility.  The term of the contract is not to exceed 60 months, with an expected completion date of September 2015.  Contract funds for Task Order 0001 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

                Northrop Grumman Systems Corp., Electronic Systems, Linthicum Heights, Md., is being awarded a $120,000,000 fixed-price incentive (firm target) contract for technology development for the Air and Missile Defense Radar (AMDR) S-band and radar suite controller (RSC).  AMDR is envisioned as a radar suite containing an S-band radar, an X-band radar and RSC and will be designed to be scalable to accommodate current and future mission requirements for multiple platforms.  The AMDR-S will provide volume search, tracking, ballistic missile defense discrimination and missile communications.  The AMDR-X will provide horizon search, precision tracking, missile communication and terminal illumination.  The RSC will perform all coordination actions to ensure that both radars operate in concert in a widely diverse environment.  The current contract is for the S-band and RSC technology development only.  This contract will be incrementally funded with $38,431,000 placed on the contract at the time of award.  Work will be performed in Linthicum Heights, Md. (99.4 percent), and Arvonia, Va. (0.6 percent), and is expected to be completed by September 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-C-5359).

                Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a $119,156,684 fixed-price incentive (firm target) contract for technology development for the Air and Missile Defense Radar (AMDR) S-band and radar suite controller.  AMDR is envisioned as a radar suite containing an S-band radar, an X-band radar and radar suite controller (RSC) and will be designed to be scalable to accommodate current and future mission requirements for multiple platforms.  The AMDR-S will provide volume search, tracking, ballistic missile defense discrimination and missile communications.  The AMDR-X will provide horizon search, precision tracking, missile communication and terminal illumination.  The RSC will perform all coordination actions to ensure that both radars operate in concert in a widely diverse environment.  Work will be performed in Moorestown, N.J. (86.2 percent); Clearwater, Fla. (5.5 percent); Fairfax, Va. (3.5 percent); New Brighton, Minn. (2.5 percent); Clearfield, Utah (1.3 percent); and Huntsville, Ala. (1 percent).  Work is expected to be completed by September 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was procured utilizing full and open competition and three offers were received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-5358).              

                Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $112,307,802 fixed-price incentive (firm target) contract for technology development for the Air and Missile Defense Radar (AMDR) S-band and radar suite controller.  AMDR is envisioned as a radar suite containing an S-band radar, an X-band radar and radar suite controller (RSC) and will be designed to be scalable to accommodate current and future mission requirements for multiple platforms.  The AMDR-S will provide volume search, tracking, ballistic missile defense discrimination and missile communications.  The AMDR-X will provide horizon search, precision tracking, missile communication and terminal illumination.  The RSC will perform all coordination actions to ensure that both radars operate in concert in a widely diverse environment.  The current contract is for the S-band and RSC technology development only.  Work will be performed in Sudbury, Mass. (81 percent), Fairfax, Va. (18.3 percent), and New York, N.Y. (0.7 percent).  Work is expected to be completed by September 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-5340).              

                GSI-ASI, JV, LLC*, Honolulu, Hawaii (N62478-10-D-4026); Alutiiq Diversified Services, LLC*, Honolulu, Hawaii (N62478-10-D-4027); D&D Construction, Inc.*, Kailua, Hawaii (N62478-10-D-4028); Mega-Healy Tibbitts, JV*, Honolulu, Hawaii (N62478-10-D-4029); and Nakasato Contracting, LLC*, Kaneohe, Hawaii (N62478-10-D-4030), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-bid-build and tailored design construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-bid-build and tailored design for infrastructure within the state of Hawaii.  The maximum dollar value, including the base period and four option years, for all five contracts combined is $100,000,000.  GSI-ASI is being awarded task order #0001 at $147,683 to improve 90-day hazardous waste accumulation site, West Loch, Hawaii.  Work for this task order is expected to be completed by July 2011.  All work on this contract will be performed in the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of Sept. 2015.  Contract funds for task order #0001 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

                Jacobs/B&M, JV, Pasadena, Calif., is being awarded a maximum $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer contract for design support services for various aviation related projects covered by the Defense Policy Review Initiative (DPRI) and other projects in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  The work to be performed provides for project engineering documentation, DD1391s, design-build request for proposal (RFP) contract documents or design-bid-build RFP contract documents, technical reports, studies, construction cost estimates, and construction consultation and geotechnical investigations as required for design, analysis and studies.  Additionally, the architect/engineer may provide other support services to include construction surveillance and inspection services, operational and maintenance support information services, and other miscellaneous post construction award services.  Work will be performed at various Navy and Marine Corps facilities within the NAVFAC Pacific AOR including Guam (60 percent), Hawaii (30 percent), the commonwealth of the Northern Marianas Islands (5 percent), and locations anywhere in the Pacific and Indian Oceans (5 percent).  Work is expected to be completed by September 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 12 proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-10-D-0007).

                Sierra Nevada Corp., Sparks, Nev., is being awarded a $91,104,485 modification to a firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement and support of the transmitting set, countermeasures AN/PLT-5 to support Joint Services Explosive Ordnance Disposal (JSEOD) personnel.  JSEOD forces have a requirement for man-portable equipment and support for the JSEOD counter radio controlled improvised explosive device electronic warfare (CREW) program.  The JSEOD CREW program provides all military explosive ordnance disposal (EOD) services with an electronic warfare capability to counter the threat from improvised explosive devices the systems protect EOD forces of all services, including those currently located in Operation New Dawn and Operation Enduring Freedom, Afghanistan.  Work will be performed in Sparks, Nev., and is expected to be completed by September 2011.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-09-D-0003).

                Guam MACC Builders, JV, Honolulu, Hawaii, is being awarded $85,999,000 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62742-10-D-1309) for Apra Harbor Wharf improvements at Naval Base, Guam.  The work to be performed provides for wharf improvements, and utilities to allow cold iron berthing for “extended” transient ships, primarily, the Amphibious Readiness Group and its combatant escort ships.  The work will include wharf strengthening, concrete utilities trenches, partial replacement of the bilge oily waste transfer system, removal of deficient and deteriorated water distribution system, installation of new ship connection risers and fire hydrants, installation of new low pressure compressed air system and risers, installation of new demineralized water system to ship connection riser, and new foam-filled fenders for ship berthing at Uniform and Tango Wharves.  Work will be performed in Apra Harbor, Guam, and is expected to be completed by August 2013.  Contract funds will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

                Foster-Miller, Inc., Waltham, Mass., is being awarded a $71,347,445 modification to a firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the procurement of man transportable robotic system (MTRS) production systems, depot-level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories.  The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices.  Work will be performed in Waltham, Mass., and is expected to be completed by March 2011.  Contract funds in the amount of $8,553,952 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-09-D-0004).

                Watts-Granite, JV, Honolulu, Hawaii, is being awarded a $51,900,000 firm-fixed-price contract for construction of a waterfront security enclave at Naval Base Kitsap.  The work to be performed provides for the construction of required security fencing, and entry control facilities; supporting utilities; and provides for anti-terrorism force protection requirements.  Work will be performed in Silverdale, Wash., and is expected to be completed by February 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-10-C-8004).

                Persaud Companies, Inc.*, Bethesda, Md. (N40085-10-D-5881); Benaka, Inc.*, New Brunswick, N.J. (N40085-10-D-5892); CFM Engineering*, Millersville, Md. (N40085-10-D-5893); P&S Construction, Inc.*, Lowell, Mass. (N40085-10-D-5894); and Turtle Associates, LLC*, Cherry Hill, N.J. (N40085-10-D-5895), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build, design-bid-build construction contract for construction projects within the Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic area of responsibility (AOR) in Pennsylvania and New York.  The work to be performed provides for general building type projects including new construction, renovation, alteration, and repair of facilities and infrastructure.  The maximum dollar value, including the base period and four option years, for all five contracts combined is $50,000,000.  Persaud Companies, Inc. is being awarded task order #0001 at $287,780 for the design and construction of a training and career resource center and learning center, Building 14, at Naval Support Activity Mechanicsburg, Pa.  Work for this task order is expected to be completed by December 2010.  All work on this contract will be performed in Pennsylvania (85 percent) and New York (15 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2015.  Contract funds for task order #0001 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 16 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

                Doyon Project Services, LLC*, Federal Way, Wash. (N40085-10-D-9429); D-F, JV, LLC*, Frankfort, Ill. (N40085-10-D-9430); Watermark*, Lowell, Mass. (N40085-10-D-9431); P&S Construction*, Lowell, Mass. (N40085-10-D-9432); Persaud Companies, Inc.*, Bethesda, Md. (N40085-10-D-9433); and KMK Construction, Inc.*, Eliot, Maine (N40085-10-D-9434), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build, design-bid-build construction contract for construction projects within Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR) in Rhode Island and Connecticut.  The work to be performed provides for general building type projects including new construction, renovation, alteration, and repair of facilities and infrastructure, roofing, demolition, and routine renovations.  The maximum dollar value, including the base period and four option years, for all six contracts combined is $50,000,000.  Doyon Project Services, LLC, is being awarded task order #0001 at $218,200 for the Building A63 heating, ventilating, air conditioning and roof replacement at Naval Station Newport, Newport, R.I.  Work for this task order is expected to be completed by April 2012.  All work on this contract will be performed in Rhode Island (50 percent) and Connecticut (50 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2015.  Contract funds for task order #0001 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 27 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

                Scientific Research Corp., Atlanta, Ga. (N65236-10-D-3820); ManTech Systems Engineering Corp., Fairfax, Va. (N65236-10-D-3821); Science Applications International Corp., San Diego, Calif. (N65236-10-D-3822); and M.C. Dean, Inc., Dulles, Va. (N65236-10-D-3826), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, cost-plus-fixed-fee, performance-based contract to provide engineering and technical support services required to augment command, control, communications, computers, intelligence, surveillance, and reconnaissance required by multiple Department of Defense and other federal agencies.  Each contractor will be awarded $6,250 at the time of award.  These contracts include options which, if exercised, would bring the combined cumulative value of these contracts to an estimated $49,800,000.   These four contractors will compete for the task orders under the terms and conditions of the awarded contracts.  Work will be performed in Charleston, S.C. (83.5 percent), and Lexington Park, Md. (16.5 percent), and is expected to be completed by September 2011.  If all options are exercised, work could continue until September 2015.  Contract funds will expire at the end of the current fiscal year.  The multiple award contracts were competitively procured using full and open competitive procedures via Space and Naval Warfare Systems Command E-commerce website, with four offers received.  The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

                Northrop Grumman Shipbuilding, Newport News, Va., has been awarded a $37,800,000 modification to previously awarded contract (N00024-09-C-2116) for procurement of additional long lead time materials in support of the construction preparation efforts for the second aircraft carrier of the Gerald R. Ford (CVN 79) class.  Work will be performed in Newport News, Va., and is expected to be completed by October 2016.  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.

                AMTEC Corp., Janesville, Wis., is being awarded a $31,673,645 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the MK 59 MOD 0 firing device, a low-voltage firing device used by special forces and explosive ordnance disposal personnel.  The MK 59 MOD 0 is a low voltage firing device used to initiate main charge demolition explosives when precision timed and/or simultaneous detonation of the main charge is required.  Work will be performed in Janesville, Wis., and is expected to be completed by September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

                MSI Defence Systems, Ltd., Norwich, United Kingdom, is being awarded a $28,637,375 firm-fixed-price contract to provide Seahawk Model DS 30M A2 30mm gun weapon systems in support of Foreign Military Sales requirements.  Work will be performed in the United Kingdom and is expected to be completed December 2011.  Contract funding in the amount of $6,250,517 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2283).

                Chugach Support Services, Inc.*, Anchorage, Alaska, is being awarded a $28,185,862 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N44255-02-D-9000) to exercise Option 8 for base operating support services at the Naval Air Station Fallon.  The work to be performed provides for management, administrative services, utilities system maintenance, building and structures maintenance, heating, ventilation and air conditioning, refrigeration and compressed air equipment maintenance, transportation services, pest control services, ground electronics maintenance and services, transient aircraft services, supply services, welfare and recreation maintenance services, swimming pool operation and maintenance, combined bachelor housing, grounds maintenance, minor construction, support equipment maintenance services, and environmental services.  The total contract amount after exercise of this option will be $249,702,998.  Work will be performed in Fallon, Nev., and is expected to be completed by September 2011.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command Southwest, Public Works, Fallon, Nev., is the contracting activity.

                Stara Technologies, Inc.*, Gilbert, Ariz., is being awarded $22,664,865 firm-fixed-price contract for Persistent Ground Surveillance Systems (PGSS) Phase II for the Army.  Stara will fabricate nine additional PGSS back-up systems with wide area surveillance (WAS) enabled sensors that are powered through existing renewable energy resources; install electro optical/infrared WAS on six existing PGSS back-up systems; and install all systems in theater and integrate surveillance data onto PGSS and the Afghan Mission Network/Centrix system.  Work will be performed in Gilbert, Ariz. (90 percent), and in Afghanistan (10 percent), and is expected to be completed in September 2011.  Contract funds in the amount of $2,726,747 will expire at the end of the current fiscal year.  This contract was not competitively procured under FAR 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0538).

                Knight’s Armament Co., Titusville, Fla., is being awarded an $18,579,970 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for procurement of improved night/day fire control observation device (INOD) long range thermal, provision item order, non-warranty repairs, non-warranty repairs over and above, and data.  This acquisition is for the procurement of the fourth block to the INOD.  Block I is the AN/PVS-22 for the .30-caliber sniper rifle.  Block II is the AN/PVS-26 for the .50-caliber sniper rifles.  This follow-on acquisition will serve as INOD Block IV until technology has matured where a full material solution can be achieved in INOD Block III for sensor fusion.  The approach is to identify a family of sniper sights to meet government requirements.  The work will be performed in Titusville, Fla., and is expected to be completed in September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-10-D-JQ18).

                Alutiiq-Mele, LLC*, Anchorage, Alaska, is being awarded an $18,266,359 modification  under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-09-D-4003) to exercise option one for base operating support services at the Naval Air Weapons Station, China Lake.  The work to be performed provides for all labor, materials, equipment, supervision, and transportation necessary to perform management and administration, weapons support services, supply and materials management services, facilities investment services, grounds maintenance services, janitorial services, pest control services, street sweeping services, base support vehicles and equipment services, and environmental services.  The total contract amount after exercise of this option will be $35,473,046.  Work will be performed in Ridgecrest, Calif., and is expected to be completed by September 2011.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

                Allen Engineering Contractor, Inc.*, San Bernardino, Calif., is being awarded $13,190,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-09-D-1654) for design and construction of a communication/electrical maintenance and storage facility at Marine Corps Air Ground Combat Center Twentynine Palms.  The task order also contains a planned modification which, if issued, would increase the cumulative task order value to $13,742,000.  Work will be performed in Twentynine Palms, Calif., and is expected to be completed by October 2012.  Contract funds will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

                I.E. Pacific, Inc.*, San Diego, Calif., is being awarded $13,492,000 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N62473-09-D-1657) for design and construction of wheeled vehicle maintenance shop and washrack, and tracked vehicle washrack at Marine Corps Air Ground Combat Center, Twentynine Palms.  The task order also contains a planned modification which, if issued, would increase cumulative task order value to $13,797,000.  Work will be performed in Twentynine Palms, Calif., and is expected to be completed by October 2012.  Contract funds will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

                KIRA, Inc., Miramar, Fla., is being awarded a $12,834,049 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69272-03-D-1010) to exercise the second award option for regional base operating support services at Naval Air Station Jacksonville and Naval Station Mayport.  The work to be performed provides for janitorial, pest control, refuse, and grounds maintenance service and service calls using electronic ordering via purchase cards.  Service calls consist of maintenance services of base facilities, grounds, refuse, pest control, and fire alarm systems.  The total contract amount after exercise of this option will be $75,985,218.  Work will be performed in Jacksonville, Fla., and will be completed on September 2011.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

                ESCAB Enterprises, Inc.*, Gaithersburg, Md., is being awarded an $11,140,904 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-05-D-0423) to exercise Option 5 for regional janitorial services at Naval District Washington.  The work to be performed provides for janitorial services including all labor, management, supervision, tools, material, and equipment required to perform janitorial services to ensure that facilities are clean, sanitary, and consistent with the specified service level.  The total contract amount after exercise of this option will be $24,286,811.  Work will be performed at the Washington Navy Yard, Washington, D.C.; National Naval Medical Center, Bethesda, Md.; Carderock Naval District Washington, West Bethesda, Md.; Defense Information Systems Agency, Arlington, Va.; and Naval Research Labs, Chesapeake Beach Detachment, Annapolis, Md.  Work is expected to be completed by September 2011.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

                American Operations Corp., Support Services, LLC*, Chantilly, Va., is being awarded a $10,787,676 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-08-D-2307) to exercise Option 2 for base operating support services at the Naval Air Facility El Centro.  The work to be performed provides for management, administrative services, utilities system maintenance, building and structures maintenance, heating, ventilation and air conditioning, refrigeration and compressed air equipment maintenance, transportation services, pest control services, ground electronics maintenance and services, transient aircraft services, supply services, welfare and recreation maintenance services, swimming pool operation and maintenance, combined bachelor housing, grounds maintenance, minor construction, support equipment maintenance services, and environmental services.  The total contract amount after exercise of this option will be $33,264,457.  Work will be performed in El Centro, Calif., and is expected to be completed by September 2011.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, Public Works, El Centro, Calif., is the contracting activity.

                The RMA Land Construction, Inc.*, Anaheim, Calif., is being awarded $10,650,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-09-D-1656) for the design and construction of a Marine Reserve Training Center at Naval Weapons Station Seal Beach.  The work to be performed provides for design, construction, procurement, and installation services for a new facility to accommodate Battery N, 5th Battalion, 14th Marines as they relocate from Marine Corps Reserve Center Pico Rivera to Marine Corps Reserve Training Center at Naval Weapons Station Seal Beach.  This new facility will be used to house administrative support staff, classrooms, and other training functions for Marine Corps Reserve personnel, including storage of mission critical equipment and vehicles.  The task order also contains a planned modification which, if issued, would increase cumulative task order value to $11,256,088.  Work will be performed in Seal Beach, Calif., and is expected to be completed by April 2012.  Contract funds will not expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

                J.C.N. Construction*, Manchester, N.H., is being awarded a $9,464,000 firm-fixed-price contract for design and construction of a consolidated global submarine component facility at the Portsmouth Naval Shipyard.  The work to be performed provides for construction of an addition to Building 170 at Portsmouth Naval Shipyard.  This project will be the first phase of a two-phased expansion for Building 170.  The expanded building will function as a consolidated global submarine component storage facility.  It will serve as a receiving, storage and shipping facility for palletized submarine components as well as pipe and bar stock.  The contract also contains eight unexercised options which, if exercised, would increase cumulative contract value to $17,380,100.  Work will be performed in Kittery, Maine, 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 competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-9461).

                Sauer, Inc., Jacksonville, Fla., is being awarded a $9,317,350 firm-fixed-price contract for design and construction of a battalion facility at Marine Corps Base, Quantico.  The work to be performed provides for a new multi-story state of the art training facility to allow for realistic training of enlisted personnel attached to Marine Security Guard Battalion at Quantico.  Facility to include reinforced concrete slab on grade foundation, Georgian style cast stone and brick veneer, and standing seam metal roof.  Facility shall be handicap accessible and shall contain academic classroom spaces and an armory, restrooms, electrical and mechanical spaces.  Work will be performed in Quantico, Va., and is expected to be completed by December 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 website, with 23 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-10-C-0001).

                Duratek Services, Inc., is being awarded a $9,045,141 firm-fixed-price, indefinite-delivery requirements contract for processing, recycling, volume reduction and disposal services in support of the Naval nuclear propulsion program.  Work will be performed in Oak Ridge, Tenn., and is expected to be completed by September 2011.  Contract funds will not expire before the end of the fiscal year.  This contract was not competitively procured.  The Fleet and Industrial Supply Center, Norfolk, Va., is the contracting activity (N00181-05-D-0001).

                ArmorGroup North America, Inc., McLean, Va., is being awarded an $8,428,166 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N33191-07-D-1357) to exercise Option 3 for security operations at Naval Support Activity Bahrain and Jebel Ali, United Arab Emirates.  The work to be performed provides for augmentation of security operations consisting of entry control point (ECP) services such as identification checks, fixed vehicle inspections, commercial vehicle inspections, and emergency ECP closures; and roving guard services.  The total contract amount after exercise of this option will be $28,046,459.  Work will be performed in Juffair, Bahrain, and Jebel Ali, United Arab Emirates, and is expected to be completed by September 2011.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.

                Signal Technologies Corp., Fort Walton Beach, Fla., is being awarded a $7,967,525 firm-fixed-price contract for repair, upgrade and new construction of high-voltage power supplies and distribution units for the AN/SLQ32 electronic warfare system components.  The AN/SLQ-32(V) countermeasure system is installed on Navy and Coast Guard ships as well as several foreign military ships, and is the standard electronic warfare system that provides surveillance, warning and countermeasure against complex missile attacks.  This effort is in support of the repair, upgrade and manufacture of high voltage components through replacement of nonconforming parts and restoration of the system to a ready-for-issue condition.  These units will be used by the organic repair depot and Navy Inventory Control Point to support various ships in the Navy and Coast Guard.  These parts are unique components of the AN/SLQ-32(V).  Work will be performed in Fort Walton Beach, Fla., and is expected to be completed by September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-10-D-WM17).

                Pika-Malcome Pirnie, JV, LLC*, Stafford, Texas, is being awarded $7,507,727 for firm-fixed-price task order #JU01 under a previously awarded range sustainment remediation environmental multiple award contract (N62473-09-D-2618) for construction of range clearance at the Marine Corps Base, Quantico.  The work to be performed provides for all labor, material and equipment to conduct surface clearance of all unexploded ordnance, range residue including ordnance scrap and target debris from the following locations:  1A Extension, 10 Extension, Charlie Demo, Range 14, and the clearance of Historical Impact Areas 1 and 2 at the Marine Corps Base, Quantico.  All ordnance scrap and target debris will be demilitarized and recycled with the recycling proceeds going back to the government.  Work will be performed in Quantico, Va., and is expected to be completed by March 2013.  Contract funds will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

                Charpie-Korte, JV*, Highland, Ill., is being awarded a $7,245,400 firm-fixed-price contract for design and construction of a drill center and storage facility at the Marine Corps Reserve Center Joliet.  The work to be performed provides for construction of a single structure, housing within it a separate parachute drying tower, organic equipment shed as well as a scuba/dive locker at the reserve training center.  Construction will also include security lighting and perimeter fencing for primary gathering facilities.  The contract also contains one unexercised option which, if exercised, would increase cumulative contract value to $7,685,400.  Work will be performed in Joliet, Ill., and is expected to be completed by February 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 14 proposals received.  The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-10-C-0024).

                Force Protection Industries, Inc., Ladson, S.C., is being awarded a $6,544,499 firm-fixed-price modification under previously awarded contract (M67854-07-D-5031) for a three month extension of 55 field service representatives to complete independent suspension system kit installation on the Cougar Mine Resistant Ambush Protected vehicle fleet.  All work will be performed in Kuwait.  Work is expected to be completed by Dec. 31, 2010.  Contract funds will expire at the end of the current fiscal year.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

                Powercooling & Controls, Inc.*, Guaynabo, Puerto Rico, is being awarded a $6,154,632 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services at the Naval Activity Puerto Rico.  The work to be performed provides for facilities investment, utilities maintenance and operation (including electrical, water and waste water), base support vehicles and equipment operation and maintenance, information technology support and management, grounds electronics, integrated solid waste management, pest control, telecommunications, grounds maintenance, custodial services, environmental services (consisting of completing sampling and inspections), and pool maintenance.  The maximum dollar value, including the base period and three option periods, is $15,429,537.  Work will be performed in Ceiba, Puerto Rico, and is expected to be completed by September 2012.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-10-D-0006).

                Veterans Northwest Construction*, Seattle, Wash., is being awarded $5,875,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N44255-10-D-5003) for renovation and expansion of a medical/dental clinic, Building 2050, at Naval Base Kitsap at Bangor.  The project also includes renovation and modernization of the entire medical side of the clinic and a small portion of the dental side.  The fire suppression/detection systems, heating, ventilation and air conditioning, and other utility systems will also be upgraded/modernized.  Work will be performed in Silverdale, Wash., and is expected to be completed by April 2012.  Contract funds will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

                Pave-Tech, Inc., Carlsbad, Calif., is being awarded $5,534,000 for firm-fixed-price task order #0008 under a previously awarded multiple award construction contract (N62473-09-D-1605) for repairs to an airfield taxiway at the Naval Air Station Fallon.  The work to be performed provides for design and construction for full depth reconstruction of Taxiway Alpha, Phase II.  The work includes removing pavement markings; demolishing, removing, and disposing of asphalt concrete pavement; cement treating existing base material; placing cement treated base material and Portland cement concrete pavement; repainting pavement markings; and all incidental related work.  Work will be performed in Fallon, Nev., and is expected to be completed by October 2011. Contract funds will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

                Entergy Louisiana, LLC, Jefferson, La., is being awarded a maximum $185,099,545 regulated tariff, 50-year contract for ownership, operation and maintenance of electrical distribution system.  Other location of performance is Fort Polk, La.  Using service is Army.  The original proposal was Web-solicited with four responses.  The date of performance completion is Sept. 30, 2061.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-C-8260).

                ExxonMobil Fuels Marketing Co., Fairfax, Va. is being awarded a maximum $39,249,374 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel.  Other location of performance is California.  Using service is Defense Logistics Agency Energy.  The original proposal was Web-solicited with 13 responses.  The date of performance completion is Jan. 30, 2011.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0503).

                Petro Star, Inc.*, Anchorage, Alaska, is being awarded a maximum $36,461,154 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel.  Other locations of performance are Valdez, Alaska, and North Pole, Alaska.  Using service is Defense Logistics Agency Energy.  The original proposal was Web-solicited with 13 responses.  The date of performance completion is Jan. 30, 2011.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0494).

                Tesoro Hawaii Corp., Kapolei, Hawaii, is being awarded a maximum $32,269,428 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  The original proposal was Web-solicited with 13 responses.  The date of performance completion is Jan. 30, 2011.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0500).

                Western Refining Co., El Paso, Texas, is being awarded a maximum $27,314,300 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  The original proposal was Web-solicited with 13 responses.  The date of performance completion is Jan. 30, 2011.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0501).
                Guaranteed Returns*, Holbrook, N.Y., is being awarded a maximum $20,000,000 indefinite-quantity service-type contract for pharmaceutical reverse distribution program.  There are no other locations of performance.  Using service is Department of Defense.  The original proposal was Web-solicited with six responses.  The date of performance completion is Sept. 30, 2011.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM200-07-D-5201).

                Pharma Logistics, Ltd.*, Mundelein, Ill., is being awarded a maximum $20,000,000 indefinite-quantity service-type contract for pharmaceutical reverse distribution program.  There are no other locations of performance.  Using service is Department of Defense.  The original proposal was Web-solicited with six responses.  The date of performance completion is Sept. 30, 2011.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM200-07-D-5205).

                EXP Pharmaceutical Services Corp.*, Fremont, Calif., is being awarded a maximum $20,000,000 indefinite-quantity service-type contract for pharmaceutical reverse distribution program.  There are no other locations of performance.  Using service is Department of Defense.  The original proposal was Web-solicited with six responses.  The date of performance completion is Sept. 30, 2011.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM200-07-D-5206).

                U.S. Oil Trading, LLC, Tacoma, Wash., is being awarded a maximum $11,587,865 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  The original proposal was Web-solicited with 13 responses.  The date of performance completion is Jan. 30, 2011.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0505).

                International Logistics Group, LLC*, Warner Robins, Ga., is being awarded a maximum $7,467,841 firm-fixed-price, total set-aside contract for government-owned, contractor-operated services providing fuel management services.  Other location of performance is Air Education and Training Command, Laughlin Air Force Base, Texas.  Using service is Air Force.  There were 10 responses to the original solicitation.  The date of performance completion is Oct. 31, 2013.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-C-5043).

                United Technologies Corp., East Hartford, Conn., is being awarded a maximum $7,404,480 firm-fixed-price, sole-source contract for nozzle assemblies.  There are no other locations of performance.  Using service is Air Force.  There were originally two proposals solicited with one response.  The date of performance completion is Dec. 31, 2013.  The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-09-G-0001-0203).

                Parker-Hannifin Corp., Irvine, Calif. is being awarded a maximum $7,377,342 firm-fixed-price, sole-source contract for hydraulic actuators.  There are no other locations of performance.  Using service is Air Force.  There was originally one proposal solicited with one response.  The date of performance completion is April 2015.  The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-10-C-0114).

                Navajo Refining Co., LLC, Artesia, N.M., is being awarded a maximum $6,922,770 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel.  Other location of performance is Moriarty, N.M.  Using service is Defense Logistics Agency Energy.  The original proposal was Web-solicited with 13 responses.  The date of performance completion is Jan. 30, 2011.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0496).

                Siemens Medical Solutions, Malvern, Pa., is being awarded a maximum $6,000,000 fixed-price with economic price adjustment, bridge contract for DIN-PACS systems, sub-systems and components.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  The original proposal was Web-solicited with eight responses.  The date of performance completion is March 30, 2011.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM200-05-D-8301).

MISSILE DEFENSE AGENCY

                The Missile Defense Agency (MDA) is announcing the award of a sole-source cost-plus-fixed-fee contract to Georgia Technical Research Institute (GTRI), Atlanta, Ga., for $70,000,000 under contract HQ0147-10-D-0050.  Under this contract, GTRI will provide expertise to MDA in technology development for electronic warfare vulnerability/survivability, threat assessment, sensor fusion and networking, development of ballistic missile defense system radars and other related efforts.  The work will be performed in Atlanta, Ga.  The performance period for this work is from September 2010 through September 2015.  Research, development, test and evaluation funds will be used to incrementally fund this effort.  The Missile Defense Agency is the contracting activity (HQ0147).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

                University of California, Los Angeles (UCLA), is being awarded an $8,449,241 cost reimbursement contract (HR0011-10-C-0153).  This work is for the NV Logic program that will enable a completely new computing paradigm, based on nano-magnetic devices that will achieve 100 times better computing performance relative to that attainable with current technology.  UCLA is developing NV Logic technology based on spin wave devices that utilize the coherence properties of spin waves.  Work will be performed in Los Angeles, Calif. (78 percent); Irvine, Calif. (9 percent); Amherst, Mass. (5 percent); New Haven, Conn. (8 percent).  The work is expected to be completed September 2014.  The Defense Advanced Research Projects Agency is the contracting activity.

                Lockheed Martin, MS2 Integrated Defense Technologies, is being awarded a $6,869,193 cost-plus-fixed-fee contract (HR0011-10-C-0186).  This work is for the one shot program, which will develop a field-testable prototype, observation, measurement, and ballistic calculation system, which enable snipers to hit targets with the first round, under crosswind conditios, up to the maximum effective range of the weapon.  Work will be performed in Akron, Ohio (55 percent), and Nashua, N.H. (45 percent).  The work is expected to be completed September 2011.  The Defense Advanced Research Projects Agency is the contracting activity.

*Small business

ATTENTION READERS

We See The World From All Sides and Want YOU To Be Fully Informed
In fact, intentional disinformation is a disgraceful scourge in media today. So to assuage any possible errant incorrect information posted herein, we strongly encourage you to seek corroboration from other non-VT sources before forming an educated opinion.

About VT - Policies & Disclosures - Comment Policy
Due to the nature of uncensored content posted by VT's fully independent international writers, VT cannot guarantee absolute validity. All content is owned by the author exclusively. Expressed opinions are NOT necessarily the views of VT, other authors, affiliates, advertisers, sponsors, partners, or technicians. Some content may be satirical in nature. All images are the full responsibility of the article author and NOT VT.
Previous articleGORDON DUFF: THE MACRO-ECONOMICS OF PHONY TERROR AND CONTRIVED CONFLICT
Next articleMid-East talks and the Palestinian exodus