DOD Awarded Contracts
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $209,800,000 modification to a previously awarded contract (N00019-10-C-0002). This modification provides for the manufacture and delivery of initial air vehicle spares in support of 32 F-35 Lightning II Program low rate initial production Lot V air vehicles. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in June 2015. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Adams Rite Aerospace, Fullerton, Calif., is being awarded a $9,403,595 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for hand-control units/control grips (HCU/CG) and transducers. The HCU/CG is the fully integrated human interface for the Multi-Spectral Targeting System (MTS) that is located on a numerous manned and unmanned aircraft. This interface is critical in performing the mission of tracking targets and keeping the laser designator on target during weapons deployment. Work will be performed in Fullerton, Calif., and is expected to be completed by August 2016. This contract will provide foreign military sales support to Australia. Contract funds will not expire by the end of the current fiscal year. This contract was not competitively procured and was issued on a sole-source basis in accordance with 10 U.S.C 2304(c)(1), as set forth is FAR 6.302-1(b)(1)(ii), only one or limited responsible sources and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-D-JQ29).
Sysco Hampton Roads, Inc., Suffolk, Va., was issued a modification exercising the fifth option on contract SPM300-08-D-3204/P00047. The award is a fixed-price with economic price adjustment indefinite-quantity, prime vendor contract with a maximum $104,613,012 for full line food service distribution. Other locations of performance are Norfolk Naval Ship Station, Norfolk, Va. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was one response to the Web solicitation. Type of appropriation is fiscal 2012 and 2013 Manual Funds. The date of performance completion is Aug. 2, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Cadence Pharmaceuticals, Inc.*, San Diego, Calif., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $6,802,562 for pharmaceuticals. There are no other locations of performance. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2012 Warstopper Funds. There was one response to the Defense Logistics Agency Internet Bid Board System solicitation. The date of performance completion is July 8, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D0-12-D-0012).
AIR FORCE
DRS C3 & Aviation Co., Gaithersburg, Md. (FA8524-12-D-0016), is being awarded a $26,028,869 firm-fixed-price contract for repair service applicable to the Combat Talon II Depot Repair Program for the APQ-170 radar. The location of the performance is St. Louis, Mo. Work is to be completed by July 30, 2017. The 638 Supply Chain Management Group, Aircraft/Special Operations Forces/Armament Branch, C-5/SOF Rotary Wing Section/PKAA, Robins Air Force Base, Ga., is the contracting activity.
DEFENSE INFORMATION SYSTEMS AGENCY
On July 27, Alion Science and Technology Corp., Alexandria, Va. (HC1028-12-D-0023); TASC, Inc., Andover, Mass. (HC1028-12-D-0024); Science Applications International Corp., McLean, Va. (HC1028-12-D-0025); ManTech Telecommunications & Information Systems Corp./Technical Services Group, Herndon, Va. (HC1028-12-D-0026); Oberon Associates, Inc., Manassas, Va. (HC1028-12-D-0029); American Systems Corp., Chantilly, Va. (HC1028-12-D-0027); and Lockheed Martin Corp., Orlando, Fla. (HC1028-12-C-0029), were awarded multiple-award, indefinite-delivery/indefinite-quantity contracts with cost-plus-fixed-fee and firm-fixed-price contract line item numbers, for test and evaluation (T&E) support for the Defense Information Systems Agency (DISA) Test & Evaluation Executive Office and the DISA Joint Interoperability Test Command (JITC), in order to fulfill their DISA T&E mission. The awardees will support tasks to perform a wide range of non-personal services to encompass testing, scientific, engineering, logistic, administrative, purchasing, and ancillary support of the DISA T&E mission. The services will include all support aspects, including the operation and maintenance of the test tools, labs, networks and infrastructure, and administrative support cells. The contracts are funded by fiscal 2012 RDT&E appropriations, with a minimum guarantee face value of $100,000 and a total program ceiling value of $871,417,098. The performance period includes a phased-in period from July 30, 2012, through Oct. 28, 2012; and a five-year contract with a one-year base period and four one-year options, beginning from Oct. 29, 2012, through Oct. 28, 2017, with a phase-out term of Oct. 29, 2017 through Jan. 26, 2018. Work will be performanced at JITC in Fort Huachuca, Ariz.; Indian Head, Md.; and Fort Meade, Md. The original solicitation was issued as a full and open competitive action; seven proposals were received. The Defense Information Technology Contracting Organization, JITC Contract Support Section, Fort Huachuca, Ariz., is the contracting activity.
On July 27, AbilityOne non-profit service provider, Beacon Group SW, Inc., Tucson, Ariz., was awarded a firm-fixed-price contract ($5,900,000 face value, $29,500,000 cumulative face value) with cost reimbursable contract line item numbers. The award is for a wide range of non-personal services to provide Joint Interoperability Test Command (JITC) mission support. The services include facilities management, custodial, front desk security, visitor support, strategic communications/public affairs support, defense travel service desk, logistics management, reproduction, grounds keeping, drafting, audio/visual support, technical library, and mailroom support. It is funded by fiscal 2012 RDT&E appropriations. The performance period includes a phased-in period from July 30, 2012, through Oct. 28, 2012; and a five-year contract with a one-year base period and four one-year options, beginning from Oct. 29, 2012, through Oct. 28, 2017, with a phase-out term of Oct. 29, 2017, through Jan. 26, 2018. Performance will be at JITC-Fort Huachuca, Ariz.; JITC-Indian Head, Md.; and JITC-Fort Meade, Md. The Defense Information Technology Contracting Organization, JITC Contract Support Section in Fort Huachuca, Ariz., is the contracting activity (HC1028-12-C-0029).
DEFENSE LOGISTICS AGENCY
Tug Technologies Corp.*, Kennesaw, Ga., is being awarded a fixed-price with economic price adjustment contract with a maximum $633,000,000 for procurement of commercial type material handling equipment. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2012 through 2017 Defense Working Capital Funds. There were 26 proposals with 26 responses. The date of performance completion is Aug. 2, 2017. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EC-12-D-0005).
NAVY
Centuria Corp.*, Reston, Va. (N65236-12-D-4849); Forward Slope, Inc.*, San Diego, Calif. (N65236-12-D-4850); Geocent, L.L.C.*, Metairie, La. (N65236-12-D-4851); Global InfoTek, Inc.*, Manassas, Va. (N65236-12-D-4852); KAB Laboratories, Inc.*, San Diego, Calif. (N65236-12-D-4853); Sentek Consulting*, San Diego, Calif. (N65236-12-D-4854); and X-Feds, Inc.*, San Diego, Calif. (N65236-12-D-4855), were awarded July 26 an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with firm-fixed-price provisions, multiple-award contract for the procurement of engineering and technical services to support core infrastructure and application service integration requirements. Each contractor will be awarded $2,142 at the time of award. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to a combined estimated $249,590,000. These seven contractors will have the opportunity to compete for each task order under the terms and conditions of the awarded contract. Work will be performed in Charleston, S.C (34 percent); San Diego, Calif. (33 percent); and Washington, D.C. (33 percent), and is expected to be completed by July 2013. If all options are exercised, work could continue until July 2015. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 10 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Raytheon Co., McKinney, Texas, is being awarded a $23,933,208 firm-fixed-price contract for 24 Multi-Spectral Targeting systems. The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions. This contract includes purchases for the government of Australia under the Foreign Military Sales (FMS) Program under FMS Case AT-P-SCF. Work will be performed in McKinney, Texas, and is expected to be completed by December 2013. Contract funds will not expire at the end of the current fiscal year. This non-commercial contract was procured and solicited on a sole source basis under Basic Ordering Agreement N00164-12-G-JQ66. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-G-JQ66).
Rapiscan Systems, Inc., Torrance, Calif., is being awarded a $7,251,250 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for walk-through metal detectors, V440 transformers, training, spare parts, and data. The walk-through metal detectors will increase the safety of personnel and property of the Navy. The detectors will be used at entry control points to eliminate and detect the presence of handguns, knives, metal tools, and equipment entering and leaving Navy facilities. Work will be performed in Torrance, Calif., and is expected to be complete by July 2017. Contract funds in the amount of $1,052,925 will be provided at time of award. 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 offers received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-12-D-JQ28).
AIR FORCE
General Electric Co., Cincinnati, Ohio (FA8122-09-G-0001-0029), is being awarded a $10,518,197 firm-fixed-price contract for Service Life Extension Program kits to overhaul/upgrade five Egyptian Air Force F110-GE-100 F-16 engines. The location of the performance is Cincinnati, Ohio. Work is to be completed by Oct. 31, 2013. AFSC/PZAAB, Tinker Air Force Base, Okla., is the contracting activity.
Charles Stark Draper Laboratory, Inc., Cambridge, Mass. (FA8750-12-C-0261), is being awarded a $7,098,919 fixed-fee contract for prototype software and technical reports. The location of the performance is Cambridge, Mass. Work is to be completed by Feb. 02, 2017. The Air Force Laboratory/RIKE, Rome, N.Y., is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
GATR Technologies, Inc., Huntsville, Ala., is being awarded a $37,000,000 single-award indefinite-delivery/indefinite-quantity contract for the GATR inflatable antenna, components, technical support, and training in support of U.S. Special Operations Command. The anticipated period of performance is not to exceed five years. The place of performance is Huntsville, Ala. U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-12-D-0016).
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $1,800,000 minimum, $45,889,155 maximum, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Common Avionics Architecture System component parts. The parts will be manufactured and produced at the Rockwell Collins facility in Cedar Rapids, Iowa. U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92241-12-D-0007).
NAVY
Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $26,159,047 cost-plus-fixed-fee contract to provide for the procurement of security hardware, associated software, equipment installation, system test, accreditation, certification and delivery of Nuclear Weapon Security (NWS) system equipment at Navy Installations. This contract contains options, which, if exercised, will bring the contract value to $37,612,863. Work will be performed in Kings Bay, Ga. (43.14 percent); Sunnyvale, Calif. (21.90 percent); Silverdale, Wash. (16.28 percent); Pittsfield, Mass. (9.75 percent); Cape Canaveral, Fla. (5.95 percent); and Simpsonville, S.C. (2.98 percent). Work is expected to be completed Jan. 30, 2013. Work will continue through March 31, 2015, if all options are exercised. Contract funds in the amount of $512,410 will expire at the end of the current fiscal year. This contract was not competitively procured. Lockheed Martin Space Systems is the only known source with the critical experience, expertise, personnel, facilities, and in-depth knowledge of the NWS system equipment required. The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0023).
TEC-AECOM Pacific, J.V., Charlottesville, Va., is being awarded $19,833,921 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-11-D-1801) to exercise the first option period for architect-engineering services for preparation of National Environmental Policy Act documents and environmental studies and technical services related to such documents as may be requested by activities in the Naval Facilities Engineering Command Pacific area of responsibility and may include services for other Department of Defense or federal agencies. No task orders are being issued at this time. After award of this option, the total cumulative contract value will be $50,000,000. Work will be performed at various installations in Navy and Marine activities, Pacific Basin and Indian Ocean Areas, and is expected to be completed August 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Computer Sciences Corp., Norco, Calif., was awarded a $14,861,559 modification on Aug. 1 to a previously awarded contract (N63394-12-C-5001) for continued information technology, technical, engineering, operational and ancillary services at the Naval Surface Warfare Center (NSWC), Corona Division. Services will be required at the NSWC, Corona facility, land-based test facilities, and aboard ships in ports and at sea. Work will be performed in Norco, Calif., and is expected to be completed by February 2013. Contract funds in the amount of $2,000,000 will expire at the end of the current fiscal year. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity.
Cubic Defense Systems, Inc., San Diego, Calif., is being awarded an $8,704,580 firm-fixed-price, cost-plus-fixed-fee contract for a Communication Data Link Subsystem (CDLS) and Modified KI-11A subsystems. Antenna systems will become part of the only CDLS CVN variant capable of multiple link capability in support of helicopters accomplishing an anti-submarine warfare mission. The KI-11 upgrade will provide a form, fit, function replacement of the CDLS communications security equipment in order to comply with National Security Administration standards for chip replacement. This contract includes options, which, if exercised, would bring the cumulative value of the contract to an estimated $18,662,816. Work will be performed San Diego, Calif., and is expected to be completed February 2014. Work could continue until February 2018, if all options are exercised. Contract funds will not expire at the end of the current fiscal year. This contract was sole sourced and synopsized via the Space and Naval Warfare Systems Business Opportunity website and Federal Business Opportunities website. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-12-C-0084).
Freeman Holdings, L.L.C., dba Million Air Topeka*, Topeka, Kan., was awarded contract SP0600-12-D-0068. The award is a fixed-price with economic price adjustment contract with a maximum $22,460,269 for fuel. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital Funds. There was one response to the Web solicitation. The date of performance completion is Sept. 30, 2016. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity.
NeuroLogica Corp.*, Danvers, Mass., was issued a modification exercising the second option on contract SPM2D1-10-D-8345/P00003. The award is a fixed-price with economic price adjustment contract with a maximum $12,000,000 for radiology systems, components, upgrades, accessories, and installation. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 48 responses to the Web solicitation. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is Aug. 4, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Ultrasonix Medical Corp.*, Las Vegas, Nev., was issued a modification exercising the first option on contract SPM2D1-11-D-8341/P00001. The award is a fixed-price with economic price adjustment contract with a maximum $12,000,000 for radiology systems, components, upgrades, accessories, and installation. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There were 48 responses to the Web solicitation. The date of performance completion is Aug. 3, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
DEFENSE THREAT REDUCTION AGENCY
Luminex Corp., Austin, Texas, is being awarded an $11,640,787 cost-plus-fixed-fee contract for development of a flexible and highly portable diagnostic instrument that will be capable of rapid detection of biothreat agents and host response biomarkers that are indicative of systemic disease. Work will be performed at Austin, Texas, and is expected to be completed January 2016. Contract funds will not expire at the end of the current fiscal year. Solicitation was issued for full and open competition and 56 proposals were received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-12-C-0072).
Performance Systems, Inc., Fruitland, Idaho (FA4620-12-D-B006); Pine-Takisaki 8A, J.V., Spokane, Wash. (FA4620-12-D-B007); and Jabez Holdings, Inc., Federal Way, Wash. (FA4620-12-D-B008), have each been awarded a basic contract under the aggregate $7,000,000 indefinite-delivery/indefinite-quantity multiple award contract. The contract is awarded to provide general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. There is an additional task order, 0001, under their basic contract in the amount of $2,500. The location of the performance is Fairchild Air Force Base, Wash. Work is to be completed by Aug. 2, 2014. The 92nd Contracting Squadron, Fairchild Air Force Base, Wash., is the contracting activity.
U.S. TRANSPORTATION COMMAND
World Airways, Inc., Peachtree City, Ga. (HTC711-12-D-R007); Liberty Global Logistics, L.L.C., Lake Success, N.Y. (HTC711-12-D-R008); American President Lines, Ltd., Inc., Scottsdale, Ariz. (HTC711-12-D-R009); and National Air Cargo Group, Inc., Yspilanti, Mich. (HTC711-12-D-R010), are each being awarded an indefinite-delivery/indefinite-quantity, fixed-price contract award for international commercial multimodal transportation service. Transportation services include the time-definite, door-to-door/port-to-door pick-up and delivery, electronic data interchange, customs processing and clearance of containerized and breakbulk cargo. Work will be performed between various points and ports in and outside the continental United States. The performance period for the base year is Aug. 1, 2012, to July 31, 2013, with two one-year option periods from Aug. 1, 2013, to July 31, 2015. The first year overall estimated program value is $365,700,000 ($2,500 minimum award guarantee per awardee). This program has an overall three-year maximum ceiling value of $1,640,000,000. Nine proposals were received. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Kovatch Mobile Equipment Corp.*, Nesquehoning, Pa., was awarded a fixed-price with economic price adjustment contract with a maximum $382,500,000 for procurement of commercial type fire and emergency vehicles. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2012 through 2017 Defense Working Capital Funds. There were 24 proposals with 24 responses. The date of performance completion is July 31, 2017. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EC-12-D-00110).
SupplyCore, Inc.*, Rockford, Ill., was issued a modification on contract SPM500-05-D-BP06/P00021. The award is a firm-fixed-price, prime vendor, indefinite-quantity/indefinite-delivery bridge contract with a maximum $32,000,000 for the maintenance, repair, and operations in the Japan region for materials, supplies and parts of various types of equipment. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were six responses to the Web solicitation. Type of appropriation is fiscal 2012 and 2013 Defense Working Capital Funds. The date of performance completion is March 31, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Science Applications International Corp., McLean, Va., is being awarded a $27,549,302 indefinite-delivery/indefinite-quantity contract for advanced hardware, computing tools, and training. The location of the performance is Kihei, Maui, Hawaii. Work is to be completed by July 31, 2016. The Air Force Research Laboratory, Det 8/RVKD, Dayton, Ohio, is the contracting activity (FA9451-12-D-0148).
The Boeing Co., Newark, Ohio, is being awarded a $10,803,284 contract modification for incremental funding for Minuteman III guidance system repair. The location of the performance is Newark, Ohio. Work is to be completed by April 30, 2013. AFNWC/PKME, Hill Air Force Base, Utah, is the contracting activity (F42610-99-D-0006-0064-08).
General Electric Co., Aviation Engines Division, Cincinnati, Ohio, is being awarded a $9,724,100 indefinite-delivery/indefinite-delivery contract modification for component improvement/engine life extension for F110/F118/F101 engines. The location of the performance is Cincinnati, Ohio. Work is to be completed by April 30, 2015. AFLCMC/ LPAK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-99-D-2050).
AVTECH Research Corp., Henderson, Nev., is being awarded a $9,000,000 firm-fixed, indefinite-delivery, indefinite-quantity contract for Foreign Military Sales tactics employment manuals, and select Air Force tactics, techniques, and procedures manuals for the Air Force. The location of the performance is Nellis Air Force Base, Nev. Work is to be completed by July 31, 2017. The 99 CONS/LGCC, Nellis Air Force Base, Nev., is the contracting activity (FA4861-12-D-C001).
NAVY
PKL Services, Inc.*, Poway, Calif., is being awarded a $16,079,221 modification to a previously awarded firm-fixed-price contract (N00421-09-C-0023) to exercise an option for organizational level maintenance on the following Marine Corps aircraft platforms: AH-1W, UH-1N, CH-53D/E, and CH-46E. Work will be performed in San Diego, Calif. (48 percent); Jacksonville, Fla. (25 percent); Iraq/Afghanistan (22 percent); and Kanehoe Bay, Hawaii (5 percent). Work is expected to be completed in February 2013. Contract funds in the amount of $16,079,221 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
TASC, Inc., Andover, Mass., is being awarded a $13,954,813 cost-plus-fixed-fee contract for naval surveillance radar acquisition, engineering and logistics support services for the Ship Defense Expeditionary Warfare Department, Naval Surveillance Radar Division. The objective is to provide high quality engineering and technical services in a timely manner that maximizes innovation and cost reduction initiatives while not sacrificing quality. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $18,641,820. Work will be performed in Virginia Beach, Va. (75 percent); Wallops Island, Va. (5 percent); Washington, D.C. (5 percent); San Diego, Calif. (5 percent); Yokosuka, Japan (5 percent); and Pearl Harbor, Hawaii (5 percent). Work is expected to be completed by April 2013. Contract funds in the amount of $1,000,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity (N63394-12-C-1204).
Meggitt Defense Systems, Inc., Irvine, Calif., is being awarded an $11,055,306 indefinite-delivery/indefinite-quantity contract for the procurement of full scale decoy launchers; wing tip reel launchers; towlines; wing tip reel pod dummy mass simulators; towline re-spools; and towline re-terminates for total of up to 282 total indefinite-delivery/indefinite-quantity production units. This contract also provides for teardown and evaluation for production units (75); repair services for production units (25); and engineering and technical services for production units (one lot). Work will be performed in Irvine, Calif., and is expected to be completed in July 2017. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-12-D-0036).
Smiths Detection, Edgewood, Md., is being awarded an $8,452,018 modification to previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00039-12-C-0089) for procurement of four Meteorological Mobile Facility Replacement-Next Generation (METMF(R)NEXGEN) systems and associated engineering services. The METMF(R)NEXGEN system is a mobile meteorological and oceanographic weather information system that enables U.S. Marine Corps personnel to generate, collect and correlate weather data to provide the best environmental picture in support of ongoing and future military operations. Work will be performed in Edgewood, Md. (90 percent), and Dallastown, Pa. (10 percent), and is expected to be completed by July 2013. Contract funds will not expire at the end of the current fiscal year. This contract action was not competitively procured because the government determined after conducting market research that Smiths Detection was the only responsible source capable of producing and delivering the four METMF(R)NEXGEN systems without substantial duplication of cost and unacceptable delay in fulfilling the government’s requirements. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-12-C-0089).
Alderman Building Co., Inc.*, Jacksonville, N.C., is being awarded $7,072,549 for firm-fixed-price task order 0017 under a previously awarded multiple award construction contract for the bachelor officer quarters (BOQ) B-487, at Marine Corps Air Station, Cherry Point. Work to be performed provides for repairs and facility energy improvements to existing BOQ by replacement of interior finishes and building components, replacing an existing roof with a new modified bituminous roofing system, adding sprinkler protection to the building, replacing the existing fire alarm with a new fire alarm system, replacing existing heating, ventilation, and air conditioning systems with new energy efficient systems, replace plumbing fixtures and piping, replace electrical components including electrical panels and lighting, repairing deteriorated structural components, and accomplishing incidental related work. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $9,044,999. Work will be performed in Havelock, N.C., and is expected to be completed by July 2014. Contract funds in the amount of $7,072,549 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Resident Officer In Charge Of Construction, Marine Corps Air Station, Cherry Point, N.C., is the contracting activity (N40085-10-D-0257).
General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $6,903,875 modification to previously awarded contract (N00024-12-C-4301) for additional level-of-effort man-hours and material for advance planning efforts for USS Toledo (SSN 769) and USS Hartford (SSN 768) dry-docking selected restricted availabilities. Work will be performed in Groton, Conn. (90 percent), and Quonset Point, R.I. (10 percent), and is expected to be completed by January 2013. 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.
Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a sole-source cost-plus-incentive-fee action under contract N00024-07-C-6119, modification P00099. The total value of this effort is $77,159,742, increasing the total contract value from $1,617,670,598 to $1,694,830,340. The modification will exercise an option for nine Standard Missile-3 Block IB All Up Rounds. Work will be performed in Tucson, Ariz. The performance period is from July 31, 2012, through July 31, 2013. Fiscal 2012 Defense Wide Procurement funds will be used to fully fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. Missile Defense Agency, Dahlgren, Va., is the contracting activity.
NAVY
RQ Construction, L.L.C., Carlsbad, Calif., is being awarded $31,729,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N62473-10-D-5409) for restoration of the heating, ventilation and air conditioning systems and associated ductwork (phase one) in Building 1H at Naval Medical Center, San Diego. Work will be performed in San Diego, Calif., and is expected to be completed by July 2015. Contract funds in the amount of $31,729,000 are obligated on this award and will 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.
BAE Systems Information and Electronics, Nashua, N.H., is being awarded a $28,070,530 firm-fixed-price contract for 985 Advanced Precision Kill Weapon System (APKWS) II WGU-59/B guidance sections, and Navy shipping and storage containers; and support technical data for the APKWS II WGU-59/B guidance sections. Work will be performed in Nashua, N.H. (70 percent), and Austin, Texas (30 percent), and is expected to be completed in December 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0006).
Kay and Associates, Inc., Buffalo Grove, Ill., is being awarded a $26,434,092 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-1044) to exercise an option for F/A-18 contractor maintenance support services for the government of Kuwait under the Foreign Military Sales Program. Work will be performed in Kuwait and is expected to be completed in July 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
The Boeing Co., St. Louis, Mo., is being awarded a ceiling $16,000,000 for delivery order 0014 against a previously awarded contract (N00383-06-D-001J) for various quantities of new consumable parts to support the F/A-18 aircraft. Work will be performed in Saint Louis, Mo., and the expected completion date is February 2015. The applicable Navy Working Capital Funds will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the solicitation. The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
L-3 Services, Inc., Mount Laurel, N.J., is being awarded a $12,327,532 firm-fixed-price contract to provide administrative and logistics support for the Strategic Change Management Center (SCMC) Competency Leadership Boards and Community of Practice Boards; the command’s 2010-2014 Strategic Plan Goal Champions and Objective Teams; specific assistance to command work teams; and the command’s Acquisition Excellence Day. The main responsibilities, under administrative and logistics support, include: assisting the SCMC in developing workshops, drafting policy and procedures, facilitating workshops and team meetings. The contractor will also be responsible to assist in the planning and organization of special events like the Commander’s Town Hall. Work will be performed in Dumfries, Va. (95 percent), and Quantico, Va. (5 percent), and is expected to be completed by July 2015. Contract funds in the amount of $12,327,532 will expire at the end of the current fiscal year. This contract was awarded via a full and open competitive procurement, with one offer received. Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-12-C-0506).
Huntington Ingalls, Inc., Newport News Shipbuilding, Newport News, Va., is being awarded a $10,725,398 cost-plus-fixed fee contract modification (N62793-07-C-0001) for continuation of fiscal 2012 advance planning efforts to prepare for the defueling and inactivation of USS Enterprise (CVN 65). This effort will provide for advanced planning, shipchecks, design, documentation, engineering, long lead time material procurement, fabrication and preliminary shipyard or support facility work to prepare for and make ready for the defueling and inactivation of CVN 65. Work will be performed in Newport News, Va., and is expected to complete by September 2013. Contract funds will expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.
TEAM Construction*, Jacksonville, N.C., is being awarded $10,676,000 for firm-fixed-price task order 0018 under a previously awarded multiple award construction contract (N40085-10-D-0258) for construction of Mess Hall B-3451 renovations at Marine Corps Air Station, Cherry Point. Work to be performed provides for replacement of the heating, ventilation, and air conditioning (HVAC) system in its entirety, replacing all exhaust systems, fans, and hoods, replacing all drain, waste, and vent piping, replacing all domestic water supply piping, replacing all plumbing fixtures, replacing the water heating system, installing a rooftop solar-thermal water pre-heating system, installing a water softening system, replacing the existing electrical system in its entirety, replacing all interior and exterior lights, installing day-lighting solar tube devices with automatic dimmers, replacing the fire detection and alarm system, installing a paging/intercom system, installing a wet pipe/dry pipe fire suppression system, painting all interior and exterior surfaces, replacing all wall and floor finishes, replacing all ceilings, replacing all doors/frames, windows/frames, and hardware, replacing the roof membrane on the mechanical penthouse, replacing the brick lattice wall surrounding the chillers, providing a leased modular dining facility during renovations, perform commissioning on all new HVAC systems and install permanent, plumbed emergency eyewash stations. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $14,222,325. Work will be performed in Havelock, N.C., and is expected to be completed by December 2013. Contract funds in the amount of $10,676,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Resident Officer In Charge Of Construction, Marine Corps Air Station, Cherry Point, N.C., is the contracting activity.
CPM-PJD MPA, J.V.*, Pittsburgh, Pa., is being awarded a $10,558,000 firm-fixed-price contract for construction of a Navy Operational Support Center at the Armed Forces Reserve Center, Pittsburgh. The two-story building project includes spaces for administration, classroom, drill hall, exercise and fitness, medical examination, training aids, recruiting, and storage, and locker and shower rooms, janitorial and mechanical equipment. The contract also contains one unexercised option, which, if exercised, would increase cumulative contract value to $11,531,000. Work will be performed in Pittsburgh, Pa., and is expected to be completed by February 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 10 proposals received. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-12-C-0005).
BAE Systems Land and Armaments, Inc., Santa Clara, Calif., is being awarded a $9,651,394 firm-fixed-price delivery order 0017 under previously awarded contract (M67854-09-D-5026) for the procurement of 271 Marine Corps transparent armored gun shields, and 271 battery operated motorized traversing units – manual traversing unit. Work will be performed in Louisville, Ky. (72 percent), and Fairfield, Ohio (28 percent), and is expected to be completed by May 31, 2013. Contract funds in the amount of $9,651,394 will not expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
DRS C3 & Aviation Co., Gaithersburg, Md., is being awarded a $26,028,869 firm-fixed-price contract for repair service applicable to the Combat Talon II Depot Repair Program for the APQ-170 radar. The location of the performance is Saint Louis, Mo. Work is to be completed by July 30, 2017. The 638 Supply Chain Management Group, Robins Air Force Base, Ga., is the contracting activity (FA8524-12-D-0016).
Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $10,798,942 contract modification for production of Defense Advanced GPS receivers. Foreign military sales are 3.9 percent of the current effort and include Australia, France, and Italy. The location of the work is Coralville, Iowa. Work is to be completed by Feb. 15, 2014. SMC/GPK, El Segundo, Calif., is the contracting activity (FA8807-09-C-0002, P00030).
DEFENSE LOGISTICS AGENCY
URS Federal Services, Inc., Germantown, Md., was awarded a fixed-price incentive-firm target contract with a maximum $9,610,257 for warehouse and distribution operations. Other location of performance is in Utah. Using service is Defense Logistics Agency. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There were two responses to the Federal Business Opportunities website solicitation. The date of performance completion is July 31, 2017. The Defense Logistics Agency Distribution, New Cumberland, Pa., is the contracting activity (SP3300-12-C-5003).
Carter Industries, Inc.*, Olive Hill, Ky., was issued a modification exercising first option on contract SPM1C1-11-D-1026/P00005. The award is a firm-fixed-price contract with a maximum $9,028,800 for universal camouflage pattern, improved combat vehicle crewman’s coveralls. Other location of performance is New York. Using service is Army. There were five responses to the Defense Logistics Agency Internet Bid Board System solicitation. Type of appropriation is fiscal 2012 and 2013 Defense Working Capital Funds. The date of performance completion is Aug. 11, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
NAVY
DynCorp International, L.L.C., Fort Worth, Texas, is being awarded a $96,741,305 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Md. In addition, this option provides supportability/safety studies and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Md., and is expected to be completed in July 2013. Contract funds in the amount of $3,757,600 will expire at the end of the current fiscal year. The Naval Air Systems Command Patuxent River, Md., is the contracting activity.
Raytheon Co., Tucson, Ariz., is being awarded a $51,670,534 firm-fixed-price contract for the production of 51 Block 2 MK-44 Mod 4 Rolling Airframe Missile (RAM) guided missile round pack all-up-rounds. The RAM Guided Missile Weapon System is co-developed and co-produced under an international cooperative program between the governments of the United States and Germany. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. Work will be performed in Tucson, Ariz. (49.7 percent); Ottobrunn, Germany (42.7 percent); Rocket City, W.Va. (4.5 percent); and Andover, Mass. (3.1 percent). Work is expected to be completed by September 2014. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $105,757,835. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea System Command, Washington, D.C., is the contracting activity (N00024-12-C-5450).
Defense Support Services, L.L.C., Mount Laurel, N.J., is being awarded a $44,912,258 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) for organizational level maintenance with limited intermediate level maintenance in support of current and future aircraft assigned in support of the Naval Test Wing Pacific at Point Mugu, Calif., and China Lake Naval Air Stations, Calif. Work will be performed in China Lake, Calif. (79 percent), and Point Mugu, Calif., (21 percent), and is expected to be completed in July 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Croman Corp.*, White City, Ore., is being awarded a $25,862,717 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for airlift and recovery functions in support of all Hawaiian military ranges. In addition, this contract provides utility/transport missions to carry passengers/cargo and range clearing operations in the Hawaiian operating area. Work will be performed in Barking Sands, Kauai, Hawaii, and is expected to be completed in August 2017. Contract funds will not expire at the end of the current fiscal year. No funds will be awarded at this time. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-12-D-0010).
Booz Allen Hamilton, Inc., McLean, Va., is being awarded a $23,181,469 cost-plus-fixed-fee contract to provide support services in the areas of training and education; engineering; program and financial management; plans and programs; communications, command, control, computers and intelligence and electronic warfare; naval operations; manpower and personnel management; technical support; logistic and supply; English-language training; special studies and management support services for the Royal Saudi Naval Forces associated with Saudi Naval Support Program requirements in the United States and Saudi Arabia. Work will be performed in Saudi Arabia (85 percent), and McLean, Va. (15 percent), and expected to be completed in July 2013. Contract funds will expire at the end of the current fiscal year. This contract is funded under the Foreign Military Sales (FMS) provided by Saudi Arabia. One firm was solicited, as this FMS requirement was sole-source directed by the government of Saudi Arabia. NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-12-C-Z064).
CACI, Inc., Federal, Chantilly, Va., is being awarded a $15,000,000 modification to previously awarded contract (N00174-10-D-0018) for the procurement of scientific, administrative, and technical support services for guns and ammunition. CACI will perform testing, scheduling, installation, logistics, training, shipboard repair, test stand support and employee training, casualty report analysis and repair and design improvements. Funds in the amount of $2,000,000 will be provided at time of contract award. Work will be performed in Louisville, Ky. (80 percent), and Picatinny, N.J. (20 percent), and is expected to be completed by December 2014. Contract funds in the amount of $600,000 expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $11,020,315 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radio and ancillary equipment for a variety of aircraft. Equipment being procured includes 23 RT-1939(C)/ARC receiver-transmitter and 106 RT-1990(C)/ARC receiver-transmitter. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in October 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
L-3 Communications Vertex Aerospace, L.L.C., Madison, Miss., is being awarded a $9,931,132 firm-fixed-price, indefinite-delivery requirements contract for the Aircraft Intermediate Maintenance Department support for Chief of Naval Air Training aircraft, transient aircraft, and other services activities at the Naval Air Station (NAS) Pensacola, Fla., and NAS Corpus Christi, Texas. Work will be performed in Pensacola, Fla. (60 percent), and Corpus Christi, Texas (40 percent), and is expected to be completed in September 2017. Contract funds will not expire at the end of the fiscal year. This contract was competitively procured via electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-2023).
DEFENSE LOGISTICS AGENCY
APP Pharmaceuticals, Schaumburg, Ill., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $69,994,390 for various pharmaceutical products. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2012 Warstopper Funds. There were 14 responses to the Web solicitation. The date of performance completion is June 29, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D0-12-D-0007).
US Foods, Inc., Atlanta, Fairburn, Ga., was awarded a firm-fixed-price, sole-source bridge contract with a maximum $58,160,798 for prime vendor food and beverage support. There are no other locations of performance. Using military services are Air Force and Army. Type of appropriation is fiscal 2012 and 2013 Defense Working Capital Funds. There was one response to the Web solicitation. The date of performance completion is July 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3558).
Sysco Eastern Maryland, L.L.C., Pokomoke City, Md., was awarded a fixed-price with economic price adjustment, bridge contract with a maximum $37,090,088 for prime vendor food and beverage support. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, Air National Guard, and Coast Guard. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There was one response to the Web solicitation. The date of performance completion is July 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3560/3561).
SYSCO Foodservice – Alabama, Calera, Ala., was awarded a firm-fixed-price, sole-source bridge contract with a maximum $24,497,158 for prime vendor food and beverage support. Other location of performance is in Florida. Using military service is Air Force and Army. Type of appropriation is fiscal 2012 and 2013 Defense Working Capital Funds. There was one response to the Web solicitation. The date of performance completion is July 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3559).
McRae Industries, Inc.*, Mt. Gilead, N.C., was awarded a firm-fixed-price contract with a maximum $13,660,520 for Army hot weather, combat boots. There are no other locations of performance. Using military service is Army. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There was one response to the Web solicitation. The date of performance completion is July 29, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-12-D-1057).
Raytheon Co., McKinney, Texas, was awarded a firm-fixed-price, sole-source contract with a maximum $10,200,000 for navigational systems and parts. There are no other locations of performance. Using military service is Air Force. Type of appropriation is fiscal 2011 and 2012 Air Force Funds. There was one proposal with one response. The date of performance completion is February 2015. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-001X/1039).
Navistar Defense, Lisle, Ill., was awarded a fixed-price with economic price adjustment contract with a maximum $8,600,000 in support of various Mine Resistant Ambush Protected related spare parts. Other location of performance is Kentucky. Using military service is Army. Type of appropriation is fiscal 2012 Army Working Capital Funds. There was one proposal with three responses. The date of performance completion is July 29, 2013. The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7LX-12-D-9007).
L-3 Communications Corp., Telemetry-East, Bristol, Pa., is being awarded a $38,484,226 firm-fixed-priced, indefinite-delivery/indefinite-quantity, non-commercial contract to provide telemetry support packages in support of Department of Defense agencies that are involved in test and training activities. The location of the work is Bristol, Pa. Work is to be completed by Jan. 24, 2018. AFTC/PZIEA, Edwards Air Force Base, Calif., is the contracting activity (FA9302-12-D-0004, 0001).
Trackbacks/Pingbacks
[…] Previous Business and Career Opportunities (DOD Awarded Contracts) Share this:TwitterFacebookLinkedInRedditMorePrintEmailLike this:LikeBe the first to like this. A4 Construction Co., aai corp, agreements, Air Force, Alliance Contractor Services, AmeriQual Group, armed forces, Armorworks Enterpri Crye Precision, Army, Awarded DOD Contracts, BAE Systems Information and Electronic Systems, BAE Systems Land & Armaments, Ball Aerospace and Technologies Corp., BBG, bids and procurement, Broadcasting Board of Governors, Business, business and career opportunities, business opportunities, C., Career, Career Opportunities, circumstances, Commerce, Contracts, Defense Logistics Agency, Department of Defense, Department of Defense Awarded Contracts, Department of the Air Force, Department of the Army, Department of the Navy, DLA, DOD, DOD Awarded Contracts, Employment, fedbizopps, FedbizOpps Special Awards, Federal Bid Opportunities, Federal Bids, Federal Contracts, General Dynamics Corp., Government Contracts, Government Procurement, Hensel Phelps Construction Co., Hydraulics International, Inc, industry, Intific, J.V., Job, John C. Grimberg Co., Kentucky Procurement, L-3 Communications, L.L. Black Box Network Services, L.L.C., L.P., Laibe Corp., Lion-Vallen Industries, Lockheed Martin, merchandiser, merchant, militaristic, Missile Defense Agency, NASA, Navmar Applied Sciences Corp.*, Navy, Northrop Grumman, occupation, office, Pennsylvania State University, pursuit, Raytheon Corp., Raytheon Network Centric Systems, Rock Island Integrated Services, RORE-ITSI, Royal Jordanian Air Academy, RQ Construction, Science Application International Corp., Scientific Research Corp.*, servicemen, ses, Sikorsky Support Services, soldier-like, soldierly, Special Operations, SRI International, Systems Engineering Solutions, Textron Land & Marine Systems, The Boeing Co. BAE Systems, trade, tradesman, Truman Arnold Companies, U.S. Air Force, U.S. Army, U.S. Navy, United Technologies Corp, US Foods, USABID State and Local Purchases, ViaSat, Voice of America, warlike ← Trends, Travel, History and Books […]