Saturday, September 27, 2008

Face of Defense: Father and Daughter Train Together for Iraq Deployment

By Spc. Elizabeth Gorenc
American Forces Press Service

Sept. 25, 2008 - Overseas deployments usually call upon soldiers to temporarily leave loved ones behind. But, here, two members of the Hempstead family are preparing to mobilize together. First Sgt. Bob Hempstead and his daughter, Pfc. Crystal Hempstead, members of the
Indiana National Guard's 1313th Engineer Company based on Camp Atterbury in Edinburgh, Ind., are scheduled to deploy to Iraq in early 2009. They are conducting pre-mobilization training with their unit at Muscatatuck Urban Training Center, or MUTC, here in South Central Indiana.

Wanting to gain overseas experience, Crystal Hempstead said she transferred into the unit and volunteered for the upcoming deployment. The fact that her father would be her first sergeant had no bearing on her decision to join the unit, she said.

"I knew there was a war going on when I made the choice to enlist," she said. "I also wanted to deploy right after Basic Combat Training and Advanced Individual Training to gain experience to be a better soldier. So joining this unit and deploying with them seemed like the perfect option."

Training and working together in the same environment at MUTC is nothing new to the Hempsteads. Bob is the senior operations noncommissioned officer at the training center, while Crystal also works at the center as the administrative assistant for Col. Chris Kelsey.

Their experiences working together in a military environment prevented them from walking blindly into training together, Bob said.

"We had a talk before we came here about keeping our family life and military life separate," he said. "As first sergeant, I have 180 soldiers and it's important to treat everyone equally and be professional."

Even though the Hempsteads train together, they rarely see each other due to their busy schedules.

"Training has been great so far and troop morale is really high," Crystal Hempstead said. "Not only is it fun, but it's great to know that you can complete something like clearing houses and know that your buddy has your back."

The engineer company is the first unit group to conduct pre-mobilization training at center, Bob Hempstead said.

"It was pretty easy to set up training at MUTC for our unit since I work with operations here," he said. "We hope to set the way for other units to eventually complete pre-mobilization training through here."

Training consisted of land navigation, bomb detection, military operations on urban terrain, and driver's training and combatives.

The second portion of the company's training is scheduled to take place at Camp Atterbury. There, they will conduct weapons qualifications and range skills training.

Both Hempsteads said that the overall unit cohesion, high morale and skills honed at MUTC transfers through the rest of their training and deployment.

(Spc. Elizabeth Gorenc is assigned to Camp Atterbury Public Affairs.)

MILITARY CONTRACTS September 25, 2008

Navy

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $206,656,390 modification to a previously awarded firm fixed price contract (N00019-07-C-0035) for the procurement of 18 EA-18G low-rate initial production II Airborne Electronic Attack Kits, 3 EA-18G FY 08 supplemental AEA Kits, and associated non-recurring engineering. Work will be performed in Baltimore, Md. (45 percent); Bethpage, N.Y. (22 percent); St. Louis, Mo. (13.5 percent); Melbourne, Fla. (5 percent); Fort Wayne, Ind. (4.7 percent); Thousand Oaks Calif. (4.2 percent); Wallingford, Conn. (2.5 percent); Nashua, N.H. (2.4 percent); and
Westminster, Colo. (.7 percent), and is expected to be completed in November 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Forward Slope, Inc.,* San Diego, Calif., is being awarded a $139,212,052 cost reimbursement and firm fixed price, indefinite delivery indefinite quantity contract to provide maritime surveillance systems and enhanced maritime security capability support for various foreign nations. This effort will provide the host nations' armed forces with situational awareness through sensor fusion, target detection and classification capabilities. The Space and Naval Warfare Systems Command awarded the contract on behalf of its organizational partner, the
Navy's Program Executive Office for Command, Control, Communications, Computers and Intelligence Systems. This contract includes one two-year ordering option period which, if exercised, would bring the cumulative value of the contract to an estimated $237,079,290. Work will be performed both at the contractor's site in San Diego, Calif. (60 percent) and in the specific host nation (40 percent), and orders can be awarded through September 2011 (through September 2013 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the Federal Business Opportunities web site and the Space and Naval Warfare Systems Command E-commerce web site, with an unlimited number of proposals solicited from small businesses and five offers received. The Space and Naval Warfare Systems Command, San Diego is the contracting activity (N00039-08-D-0012).

Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $132,887,585 modification to a previously awarded indefinite delivery requirements contract (N00019-06-D-0017) to exercise an option for contractor logistics support services for the T-34, T-44, and T-6 aircraft. Services to be provided include labor, services, facilities, equipment, tools, and direct and indirect materials. In addition, this option provides for organizational maintenance at Naval Air Station (NAS) Pensacola for the T-6 aircraft, as well as organizational and limited intermediate maintenance at NAS Whiting Field. Work will be performed at the NAS Corpus Christi, Texas (40 percent); NAS Whiting Field, Fla. (39.74 percent); NAS Pensacola, Fla. (12.10 percent); NAS Lemoore, Calif. (1.84 percent); NAS Oceana, Va. (1.58 percent);
Marine Corps Air Station, Miramar, Calif. (.79 percent); Naval Air Warfare Center Aircraft Division, Patuxent River, Md. (.79 percent); Aviation Technical Test Center , Fort Rucker, Ala. (.79 percent); Naval Air Facility, El Centro, Calif. (.53 percent); Pope Air Force Base, Fayetteville, N.C. (.53 percent); NAS Jacksonville, Fla. (.53 percent); National Aeronautics and Space Administration (NASA), Edwards Air Force Base, Calif. (.26 percent); NASA Cleveland, Ohio (.26 percent); and Fort Eustis, Va. (.26 percent), and is expected to be completed in September 2009. 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.

Cambridge Communication Systems, Inc., Alexandria, Va., is being awarded a $132,868,336 cost reimbursement and firm fixed price, indefinite delivery indefinite quantity contract to provide maritime surveillance systems and enhanced maritime security capability support for various foreign nations. This effort will provide the host nations' armed forces with situational awareness through sensor fusion, target detection and classification capabilities. The Space and Naval Warfare Systems Command awarded the contract on behalf of its organizational partner, the
Navy's Program Executive Office for Command, Control, Communications, Computers and Intelligence Systems. This contract includes one two-year ordering option period which, if exercised, would bring the cumulative value of the contract to an estimated $225,467,778. Work will be performed both at the contractor's site in Alexandria, Va. (60 percent) and in the specific host nation (40 percent) and orders can be awarded through September 2011 ( through September 2013 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the Federal Business Opportunities web site and the Space and Naval Warfare Systems Command E-commerce web site, with an unlimited number of proposals solicited from small businesses and five offers received. The Space and Naval Warfare Systems Command, San Diego is the contracting activity (N00039-08-D-0011).

Global Technical Systems, Virginia Beach, Va., is being awarded a $132,172,053 cost reimbursement and firm fixed price indefinite delivery indefinite quantity contract to provide maritime surveillance systems and enhanced maritime security capability support for various foreign nations. This effort will provide the host nations' armed forces with situational awareness through sensor fusion, target detection and classification capabilities. The Space and Naval Warfare Systems Command awarded the contract on behalf of its organizational partner, the
Navy's Program Executive Office for Command, Control, Communications, Computers and Intelligence Systems. This contract includes one two-year ordering option period which, if exercised, would bring the cumulative value of the contract to an estimated $224,097,264. Work will be performed both at the contractor's site in Virginia Beach, Va., (60 percent) and in the specific host nation (40 percent) and orders can be awarded through September 2011 (through September 2013 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the Federal Business Opportunities web site and the Space and Naval Warfare Systems Command E-commerce web site, with an unlimited number of proposals solicited from small businesses and five offers received. The Space and Naval Warfare Systems Command, San Diego is the contracting activity (N00039-08-D-0013).

C4 Planning Solutions, LLC,* Blythe, Ga., is being awarded a $117,576,413 cost reimbursement and firm-fixed price indefinite delivery indefinite quantity contract to provide maritime surveillance systems and enhanced maritime security capability support for various foreign nations. This effort will provide the host nations' armed forces with situational awareness through sensor fusion, target detection and classification capabilities. The Space and Naval Warfare Systems Command awarded the contract on behalf of its organizational partner, the
Navy's Program Executive Office for Command, Control, Communications, Computers and Intelligence Systems. This contract includes one two-year ordering option period which, if exercised, would bring the cumulative value of the contract to an estimated $199,089,235. Work will be performed both at the contractor's site in Blythe, Ga., (60 percent) and in the specific host nation (40 percent), and orders can be awarded through September 2011 (through September 2013 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the Federal Business Opportunities web site and the Space and Naval Warfare Systems Command E-commerce web site, with an unlimited number of proposals solicited from small businesses and five offers received. The Space and Naval Warfare Systems Command, San Diego is the contracting activity (N00039-08-D-0010).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $42,573,942 modification to a previously awarded indefinite delivery requirements contract (N00019-05-D-0023) to exercise an option for logistics support for 123 TH-57B/TH-57C aircraft. Work will be performed at Naval Air Station (NAS) Whiting Field, Milton, Fla. (99 percent) and NAS Patuxent River, Md. (1 percent), and is expected to be completed in Sept. 2009. 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.

Harper Construction Co., Inc.*, San Diego, Calif., is being awarded a $41,314,465 firm fixed price contract for design and construction of two Multi-Battalion Operations Centers at the
Marine Corps Air Ground Combat Center Twentynine Palms, Calif. The work to be performed provides for administration offices, medical aid stations, communication rooms, and other support functions for two Marine Battalions and their Company Headquarters. The contract also contains two options, which if exercised, would increase cumulative contract value to $48,147,265. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by Oct. 2010. 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 seven proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-08-C-2201).

EDO Communications and Countermeasures Systems, Inc., Thousand Oaks, Calif., is being awarded a $40,311,555 modification to previously awarded contract (N00024-07-C-6311) for the production and support of 555 JCREW 2.1 Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) systems to meet urgent Department of Defense (DoD) requirements in support of Operation Iraqi Freedom. Vehicle Mounted CREW systems are one element of the DoD's Joint Counter RCIED Electronic Warfare program. Spiral 2.1 CREW systems are vehicle mounted electronic jammers designed to prevent the initiation of RCIEDs. This contract is for the urgent procurement and support of CREW systems, to be used by forces in each of the
military services of the Central Command Area of Responsibility. The Navy manages the joint CREW program for Office of the Secretary of Defense's Joint IED Defeat Organization. Work will be performed in Thousand Oaks, Calif., and is expected to be completed by March 2009. Contract funds in the amount of $2,131,584 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $38,813,890 modification to a previously awarded indefinite delivery requirements contract (N00019-04-D-0131) to exercise an option for contractor logistics support services for, H-60, T-39, and H-3 aircraft. Work will be performed in Pensacola, Fla. (99 percent) and Corpus Christi, Texas (1 percent), and is expected to be completed in Sept. 2009. 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.

BAE Systems Information and Electronic Systems, Inc., Greenlawn, N.Y., is being awarded a $28,256,559 firm fixed priced contract for the production and delivery of Identification Friend or Foe (IFF), Common Digital Transponder hardware and associated platform integration and testing consisting of 3 RT-1835 AN/APX-117(V) Common Digital Transponders for the Government of Thailand; 663 RT-1836(C) AN/APX-118 Common Digital Transponders for the U.S.
Navy (131), and the U.S. Army (532); 197 RT-1912 AN/APX-123 Common Digital Transponders for the U.S. Navy (19), U.S. Coast Guard (3), and U.S. Army (175); 6 C-12664 Mode 4 Remote Control Units (RCU) for the U.S. Navy; 304 C-12720 Mode 5 RCU for U.S. Navy (1), U.S. Coast Guard (3), and U.S. Army (300); 170 MT-7221 APX Mounts for the U.S. Navy (152), U.S. Army (15), and the Government of Thailand (3); 9 Receiver/Transmitters for the U.S. Army; 276 Power Supplies for the U.S. Army; 2 Cryptographic units for the Government of Japan; 201 Mode 5 Kits for the U.S. Army; associated platform integration/testing for the U.S. Navy; and 3 battery packs for the U.S. Army. This contract combines purchases for the U.S. Navy ($4,556,957; 16.1 percent); U.S. Army ($23,585,613; 83.5 percent); the U.S. Coast Guard ($39,034; .1 percent); and the Governments of Thailand ($71,193; .25 percent) and Japan ($3,762; .01 percent) under the Foreign military Sales Program. Work will be performed in Greenlawn, N.Y., and is expected to be completed in October 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-08-C-0061).

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $20,084,960 modification to a previously awarded indefinite delivery indefinite quantity contract (N00019-04-D-0015) for the procurement of cockpit display suites in support of the Swiss F/A-18 and Finland F-18 aircraft.. These suites will be used as lab assets for the design and development of a new cockpit display associated with both countries' upgrade programs. Work will be performed in St. Louis, Mo. and is expected to be completed in December 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command is the contracting activity.

John C. Grimberg Co., Inc., Rockville, Md., is being awarded $17,256,000 for firm fixed price task order #0025 under a previously awarded multiple award construction contract (N62477-04-D-0012) for the renovation of the Marine Security Group Battalion Headquarters and Bachelor Enlisted Quarters,
Marine Corps Base Quantico. The project will construct a brick faced, cast stone detailed, Georgian style bachelor enlisted quarters with 188 rooms. The rooms will be configured in the standard 2+0 room configuration with semi-private bathrooms and walk-in closets. Work will be performed in Quantico, Va., and is expected to be completed by April 2010. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Wash., D.C. is the contracting activity.

Nomad Aviation*, Ormond Beach, Fla., is being awarded a $15,267,751 modification to a previously awarded indefinite delivery requirements contract (N00019-07-D-0018) to exercise an option for the procurement of 10 each "A" and "B" kits, 12 kit installations, 12 wing rewires, spare parts, conditional maintenance, engineering support and technical data. This procurement is in support of avionics upgrade of 45 T-44 Pegasus aircraft and incorporation of Airframe Change (AFC) 021 in the entire T-44 fleet. AFC-21 directs the complete replacement of all existing wing wiring from source to destination due to aging wiring beneath the leading edge of the wings. Work will be performed in Sanford, Fla., and is expected to be completed in Sept. 2009. 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.

Alliant Techsystems, Inc., Integrated Systems Division,
Clearwater, Fla., is being awarded a $14,815,909 cost plus fixed fee, firm fixed price delivery order against a previously issued Basic Ordering Agreement (N00019-06-G-0014) for Logistics Support for the AAR-47 B(V)2 and the material spares procurement for the AAR-47 V(2)/A(V)2 and B(V)2. This delivery order will include enhancements to the AAR-47 Data Acquisition Computer (DAC) and Depot Level Test Set (DLTS) modifications and AAR-47 Computer processors and PDx Retrofit Integrated Optical Sensor Converter (IOSC) spares. Work will be performed in Clearwater, Fla. (75 percent); Austin, Texas (20 percent); and Natanya, Israel (5 percent); and is expected to be completed in August 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Terex Corporation, Stafford, Va., is being awarded $13,442,442 for firm fixed price delivery order #0014 under previously awarded contract (M67854-05-D-5145) for 20 Cranes and associated items. Work will be performed in Germany, and work is expected to be completed by March 2010. Contract funds will not expire by the end of the current fiscal year. The
Marine Corps Systems Command, Quantico, Va., is the contracting activity.

L-3 Electro Optics Systems, Garland, Texas, is being awarded an $11,177,092 firm fixed price, indefinite delivery indefinite quantity contract for AN/PVS-15 and AN/PVS-18A spare parts. The AN/PVS-15 is a binocular goggle and the AN/PVS-18A is a monocular goggle. Both have night detection capabilities. Work will be performed in Garland, Texas, and is expected to be completed by Sept. 2012. Contract funds in the amount of $925,773 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-08-D-JQ14).

omputing Technologies, Inc., Fairfax, Va., is being awarded an $11,107,628 firm fixed price contract to provide the College of Continuing Education (CCE) with essential personnel and services to support a network of regional campuses. It will also provide program management and other services including, but not limited to, instructional services, administrative services, Subject Matter Expert (SME) services, editorial services, multimedia expertise, instructional
technology, engineering services and student support services. Additionally, this effort will provide Training and Education Command (TECOM) range/training area and cultural/language support that includes but is not limited to SME, management and administrative services in support of TECOM's Range and Training Area Management (RTAM) Division and the Center for Advanced Operational and Cultural Learning (CAOCL). This contract contains options, which if exercised, would bring the total cumulative contract to a maximum value of $71,883,456. Work will be performed in Camp Lejeune, N.C.; Pensacola, Fla.; Miramar, Calif.; Camp Pendleton, Calif.; Fort Worth, Texas; Quantico, Va.; Kaneohe Bay, Hawaii; Camp Butler, Okinawa, and work is expected to be completed Sept. 2009 (Sept 2013 with options). Contract funds in the amount of $4,161,000 will expire at the end of the current fiscal year. This effort was competed as a full and open competition procurement, with two offers received to the solicitation. The Marine Corps Systems Command (PMTRASYS), Orlando, Fla., is the contracting activity (M67854-08-C-8009).

Tetra Tech EC Inc., San Diego, Calif., is being awarded $10,320,731 for cost plus award fee task order #0016 under a previously awarded Remedial Action Contract (N62473-07-D-3211) for Installation Restoration Sites 5 and 10 Operable Unit 2C Buildings 5 and 400 Storm Drain and Sewer Line Time Critical Removal Action at Alameda Point. The work to be performed provides for additional research and investigation as necessary of previous storm and sewer line investigations and removal work at Operable Unit 2C, Installation Restoration Sites 5 and 10. Complete the Time Critical Removal Action field activities, including removal of the storm and sewer lines. Work will be performed in Alameda, Calif., and is expected to be completed by Dec. 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities engineering Command Southwest, San Diego, Calif., is the contracting activity.

Tesoro Corp.*, Virginia Beach, Va., is being awarded $10,320,560 for firm fixed price task order #0030 under a previously awarded multiple award construction contract (N62470-05-D-6831) for design and construction of a Child Development Center at
Marine Corps Base Camp Lejeune. The task order also contains one option, which if exercised would increase cumulative task order value to $10,470,560. Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2010. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Digital Consulting Services, Newbury Park, Calif., is being awarded a time and materials indefinite delivery contract in the amount of $9,989,776 for instructional, administrative, and academic program support services for the Naval Postgraduate School. This contract includes a base period and two one-year option periods, which if exercised, would bring the total estimated value of the contract to $30,880,556. Work will be performed at Monterey, Calif. (75 percent) and Newbury Park, Calif. (25 percent), and work is expected to be completed by September 2009. Contract funds in the amount of $825,000 will expire before the end of the current fiscal year. This contract was awarded competitively through
Navy Electronic Commerce Online and is a 100 percent total small business set-aside. Two offers were received. The Fleet and Industrial Supply Center San Diego, Calif. is the contracting activity.

Adara Networks, Inc.,*
San Jose, Calif., is being awarded a $9,944,793 cost plus fixed fee contract for mesh networking technologies research. Work will be performed in San Jose, Calif., and is expected to be completed by March 2009. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website and the Space and Naval Warfare Systems Command E-commerce website. Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-08-C-5155).

T.B. Penick & Sons, Inc., San Diego, Calif., is being awarded $9,659,051 for firm fixed price task order #0002 under a previously awarded multiple award construction contract (N62473-08-D-8618) for design and construction of a 2-Story Global Support Squadron Command and Operations Facility at Travis
Air Force Base, Fairfield. The task order also contains one option, which if exercised would increase cumulative task order value to $11,538,551. Work will be performed in Fairfield, Calif., and is expected to be completed by March 2010. Contract funds will not 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.

auer, Inc., Jacksonville, Fla., is being awarded $9,335,052 for firm fixed price task order #0006 under a previously awarded multiple award construction contract (N62477-04-D-0036) for design and construction of the Advanced Energetics Laboratory at Naval Surface Warfare Center, Indian Head. The work to be performed provides for a building that will consist of a laboratory that connects to Building 1864 via a covered walkway. The building will accommodate explosive materials. Laboratory space is configured to accommodate analytical research, laser spectroscopy, microscopy, and other research and development activities. The contractor will provide all project management, labor, supervision, tools, materials, equipment and transportation necessary to perform the requirements. Work will be performed in Indian Head, Md., and is expected to be completed by May 2011. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity.

Sierra Nevada Corp., Sparks, Nev., is being awarded an $8,218,800 firm fixed price, indefinite delivery, indefinite quantity contract for the procurement of 380 AN/APN-245 Radio Beacon sets in support of the AN/SPN—46 Automatic Carrier Landing System capability and the F/A-18-E/F/G series aircraft. Work will be performed in Sparks, Nev., and is expected to be completed in March 2009. 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 Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity (N00421-08-D-0032).

General Dynamics Ordnance and Tactical Systems,
Orlando, Fla., is being awarded a firm fixed price, cost plus fixed fee, fixed price prospective price redetermination indefinite-delivery/indefinite-quantity contract with a maximum value of $8,062,302 for the development, testing, and production of the Improved Mechanical Remote Fuze Disassembly kit. Work will be performed in Orlando, Fla., and is expected to be completed by December 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with two proposals solicited and one offer received via the Federal Business Opportunities website. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-08-D-0023).

Donnell Douglas Corp., St. Louis, Mo., is being awarded an $8,010,880 cost plus fixed fee delivery order #0004 under previously awarded contract (N00383-06-D-001J) for repair of the F/A-18 AN/APG-79 (AESA) radar. Work will be performed at El Segundo, Calif. (90 percent) and St. Louis, Mo. (10 percent), and work is expected to be completed by Sept. 2009. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

Micro Systems, Inc.*, Ft. Walton Beach, Fla., is being awarded a $7,733,010 firm fixed price contract for the procurement of 22 Ground Radio Frequency Units (GRFU) for the U.S.
Navy (USN); 12 Airborne Relays for the USN; 16 Portable Universal Test Sets for the USN; miscellaneous hardware items in support of the System for Naval Target Control (SNTC); and 406 Transponders and Installation Kits for the USN (291), the Government of Japan (55), the Government of Canada (42), the Government of Norway (10), and the Government of France (8). This contract combines purchases for the U.S. Navy ($6,102,310; 79 percent); and the Governments of Japan ($779,900; 10 percent); Canada ($595,560; 7.7 percent); Norway ($141,800; 1.8 percent); and France ($113,440; 1.5 percent) under the Foreign military Sales Program. Work will be performed in Ft. Walton Beach, Fla., and is expected to be completed in Sept. 2010. Contract funds in the amount of $85,080 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-08-C-0073).

Soltek Pacific Construction Co., San Diego, Calif., is being awarded $7,672,165 for firm fixed price task order #0004 under a previously awarded multiple award construction contract (N62473-08-D-8615) for the repair and renovation of various Wing Units and construction of an administration building at
Marine Corps Air Station Miramar. The work to be performed provides for repair and renovation of three existing buildings: 6008, 6009, and 6028, and the construction of a new administration building. Four units of the 4th Marine Air Wing will be relocated from their present facilities into these newer and more efficient facilities. The task order also contains three options, which if exercised, would increase cumulative task order value to $10,563,296. Work will be performed in San Diego, Calif., and is expected to be completed by March 2010. Contract funds will not 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.

ViaSat, Carlsbad, Calif., is being awarded a $7,054,523 firm fixed price delivery order modification for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs). The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for U.S.
Navy, U.S. Air Force and U.S. Army platforms. The terminals purchased under this delivery order are for U.S. platforms. Contractfunds in the amount of $2,172,243will expire at the end of the current fiscal year. Work will be performed in Carlsbad, Calif., (30 percent), in various other sites worldwide (70 percent), and is expected to be completed by April 2010. This delivery order modification is a follow-on procurement to a delivery order that was competitively procured with two proposals solicited and two offers received via the SPAWAR E-commerce web site. The synopsis was released via the Federal Business Opportunities web site. Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-00-D-2101).

Rockwell Collins Government Systems, Inc., Cedar Rapids, Iowa, is being awarded a $6,776,819 firm-fixed-priced order against a previously issued Basic Ordering Agreement (N00019-08-G-0016) for services in support of the FY 2008 ARC-210 Radio software changes to evolve the Ultra High Frequency Satellite Communication (SATCOM) waveform capability in the Next Generation Tactical Networking Radio, RT-1939(C) radio system. Tasking includes program management, system engineering, hardware design, and data deliverables. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in Sept. 2009. 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.

McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $6,668,619 modification to a previously awarded cost plus award fee contract (N00019-04-C-0005) for 13 EA-18G trade studies to delineate technical solutions for improved EA-18G functionality and/or correction of identified deficiencies. Work will be performed in St. Louis, Mo. (60 percent); Bethpage, N.Y. (30 percent); and Baltimore, Md. (10 percent), and is expected to be completed in September 2009. 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.

Rome Research Corp., Rome, N.Y., is being awarded a $6,593,440 firm fixed price with cost reimbursable line items contract for operation and maintenance support for facilities operating under Naval Computer & Telecommunications Station Guam. Work will be performed in Guam, and work is expected to be completed by September 2011. Contract funds in the amount of $489,176 will expire before the end of the current fiscal year. This contract was awarded competitively through
Navy Electronic Commerce Online and Federal Business Opportunities, with three offers received. The Fleet and Industrial Supply Center Pearl Harbor, Hawaii is the contracting activity.

Arriba Corporation*, Norfolk, Va., is being awarded $6,553,997 for firm fixed price task order #0001 under a previously awarded multiple award construction contract (N40085-06-6007) for heating ventilation and air conditioning replacement at Building 41, Northwest Annex. The work to be performed provides for a new system which will consist of source heat pumps with separate outside air units and all incidental work. Work will be performed in Chesapeake, Va., and is expected to be completed by April 2010. Contract funds will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Va., is the contracting activity.

URS-IAP, LLC,
Austin, Texas, is being awarded at $5,629,189 for a cost reimbursement task order #0007 under a previously awarded multiple award construction contract (N62470-06-D-6009) for design and construction of a temporary Marine Corps Information Operation Center, Marine Corps Base, Quantico. The facility includes a sensitive compartmented information facility space (SCIF), secure equipment storage, and accommodates military and civilian personnel. Work will be performed in Quantico, Va., and is expected to be completed by March 2009. Contract funds will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

USSOCOM

AT&T Government Services of Vienna, Va., is being awarded a $75,000,000 indefinite delivery, indefinite quantity basic contract and delivery order one for the Consolidated Rapid Integration Facility (CRIF) capability in support of U.S. Special Operations Command, Program Executive Officer, Special Programs. The work will be performed primarily in Raleigh, N.C., and is expected to be completed by Sept. 25, 2013.

Raytheon Co., in Fort Wayne, Ind., will be awarded delivery order 0001 in the amount of $274,626 and delivery order 0002 in the amount of $10,824,975 under a three-year indefinite delivery, indefinite quantity contract with a ceiling of $54,000,000 for the procurement of the Multiband Multimission Radio (MBMMR) System in support of the RG-31 & RG-33 SOF vehicles for U.S. Special Operations Command. The system will be produced in Fort Wayne and Largo, Fla. The contract number is H92222-08-D-0003.

Raytheon Co., in Fort Wayne, Ind., will be awarded delivery order 0003-Integrated Waveform Phase II, in the amount of $10,498,219 under a 26-month delivery order with a completion date of November 2010, utilizing the IDIQ contract with a ceiling of $54,000,000 for the procurement of the Multiband Multimission Radio (MBMMR) System in support of the RG-31 & RG-33 SOF vehicles for U.S. Special Operations Command. The contract number is H92222-08-D-0003.

Air Force

Wyle Laboratories, Inc., of Huntsville, Ala., is being awarded a cost plus fixed fee contract for $48,312,309. The Reliability Information Analysis Center will research, test develop, and deliver data analysis, evaluation, and standardization assessments; systems and training interoperability and evaluation; reliability centered maintenance; reliability and maintenance engineering and testing; logistic management and planning tools; data and management analysis; systems engineering; acquisition systems and planning; and financial life cycle cost analysis for DoD, DHS, and affiliated DoD laboratories and programs. At this time $9,076,599 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, HC1047-05-D-4005, DO: 0079).

Northrop Grumman Systems Corp., Integrated Systems Air Combat Systems, of San Diego, Calif., is being awarded a cost plus award fee contract for $39,253,732. This contract will provide Engineering Flight Test Support, Supplier Software Maintenance and additional effort associated with increased flight tempo for the EMD Flight Test Program. At this time $4,654,969 has been obligated. 303 AESG/SYK, Wright-Patterson AFB, Ohio, is the contracting activity (F33657-01-C-4600).

Booz Allen Hamilton, Inc., of Herndon, Va., is being awarded a cost plus fixed fee contract for $38,291,675. This action will provide Survivability and Vulnerability Technical Analysis for Joint Forces command (J2 and Joint Transformation Command-Intelligence (JTC-1) for Intelligence Operations, Training and Transformation). At this time $4,945,279 has been obligated. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (SP0700-03-D-1380, DO: 0282).

The
Air Force is modifying a cost plus award fee contract with Integral Systems, Inc., of Lanham, Md., for an estimated $7,502,992. This contract change modifies the Command and Control System-Consolidated (CCS-C) effort to support the Wideband Gapfiller Satellite (WGS) Program Operations Readiness, add training, and incorporate changes to the System/Subsystem Specification (SSS) to clarify development requirements for the Advanced Extremely High Frequency (AEHF) satellite program. The CCS-C program provides an upgraded capability to command and control eh Air Force's communication satellites, including the Defense Satellite Communication System, Milstar, Advanced Extremely High Frequency, and Wideband Gapfiller Satellites. At this time $6,600,862 has been obligated. Space & Missile Systems Center (SMC), military Satellite Communication Systems Wing (MCSW), El Segundo, Calif., is the contracting activity (F04701-01-C-0012, P00140).

Wyle Laboratories, Inc., of Huntsville, Ala., is being awarded a cost plus fixed fee contract for an estimated $5,796,638. This contract action is for the Reliability Information Analysis Center and will perform Reliability Centered Maintenance (RCM) program for support equipment and vehicles. 55th Contracting Squadron, 55 CONS/LGCD, Offutt AFB, Neb., is the contracting activity (HC1047-05-D-4005, DO: 0075).

Army

BAE Systems Land & Armaments, Anniston, Ala., was awarded on Sept. 24, 2008, a $45,280,484 firm/fixed/price contract for various Mine Resistant ambush Protected (MRAP) sustainment spare parts. Work will be performed in Clinton Township, Ore., Clackamas, Mich., Anniston, Ala., and Oshkosh, Wis ., with an estimated completion date of April 30, 2009. One bid was solicited and one bid was received. US
Army TACOM Life Cycle Management Command, Warren, Mich., is the contracting activity (W56HZV-08-C-0552).

Sikorsky Aircraft Co., Stratford, Conn., was awarded on Sept. 24, 2008, a
$34,975,856 firm fixed fee price contract for three UH-60M Helicopters for the
Army Systems Engineering, Environmental Program and Corrosion Prevention Program. Work will be performed in Stratford, Conn., with an estimated completion date of Dec. 31, 2012. One bid was solicited and one bid was received. US Army Aviation & Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0003).

General Dynamics Ordnance and Tactical Systems Inc, St. Petersburg, Fla., was awarded on Sept. 24, 2008, a $ 33,636,268 firm fixed fee price contract. This award is made under the terms of the existing Basic Ordering Agreement (BOA) for the Small Caliber Ammunition second Source Prime Contractor (GD-OTS) for the award of additional quantities of 5.56mm, 7.62mm, and Caliber .50 small arms ammunition. Work will be performed in St. Petersburg, Fla., with an estimated completion date of Aug. 23, 2010. Bids were solicited via the Web and two bids were received. US
Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1-J-05-G-0002).

Tompkins Builders Inc, Wash., was awarded on Sept. 23, 2008, a $15,500,000 firm fixed fee price contract to construct
Army National Guard Readiness Center expansion at Arlington Hall, Arlington, Va. Work will be performed in Arlington, Va., with an estimated completion date of Sept. 20, 2010. Fifteen bids were solicited, and three bids were received. National Guard Bureau, Selfridge, ANG Base, Mich., is the contracting activity (W90FYQ-08-C-0003).

Raytheon Co., McKinney, Texas, was awarded on Sept. 23, 2008, a $12,996,076 firm fixed fee price contract for supply of spares and components for the Commander's Independent Viewer System of the M2A3 and M3A3 versions of the Bradley Fighting Vehicle. Work will be performed in McKinney, Texas, with an estimated completion date of Dec. 31, 2012. One was solicited and one bid was received. TACOM-LCMC is the contracting activity (W52H09-08-D-0265).

Thales-Raytheon Systems Company LLC, Fullerton, Ga., was awarded on Sept. 24, 2008, a $11,711,382 firm fixed price contract for 59 Power Amplifier Modules (PAMs) in support of the AN/TPQ-37 Reliability Maintainability Improvement Program. Work will be performed in Fullerton, Ga., with an estimated completion date of May 31, 2010. One bid solicited was Sole Source and one bid was received. CECOM
Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-D-T001).

Army Armaments Inc., (AAI), Hunt Valley, Md., was awarded on Sept. 24, 2009, a $10,747,478 firm fixed price contract. This modification exercises options for engineering services for Re-Wing and Aviation Technical test center (ATTC) Counter Rockets & Mortars (C-RAM) in support of the Shadow 200 Unmanned Aircraft System. Work will be performed in Hunt Valley, Md., with an estimated completion date of Sept. 30, 2009. One bid was solicited and one bid was received. US Army Aviation & Missile Command, Redstone Arsenal, Ill., is the contracting activity (W58RGZ-08-C-0033).

Midland Supply Inc, Attleboro, Mass., was awarded on Sept. 24, 2008, a $10,500,000 firm fixed price contract for BII M1114 series up-armored High Mobility Multipurpose Wheeled Vehicle Tool Kit. Work will be performed in Attleboro, Mass., with an estimated completion date of Sept. 30, 2013. Eleven bids were solicited and three bids were received. TACOM, Rock Island, Ill., is the contracting activity (W52H09-06-D-0152).

GAP Solutions Inc, Reston, Va., was awarded on Sept. 23, 2008, a $10,485,171 firm fixed price contract. The contractor will assist in executing Solider and Family wellbeing and benefit coordination responsibilities at the state/territory level throughout the three (3) phase of the deployment cycle: Before, During and After. Work will be distributed among 54 States and Territories, with an estimated completion date of Sept. 23, 2013. Fifty bids were solicited and seven bids were received. National Guard Bureau, Arlington, Ala., is the contracting activity (W9133L-08-F-0279).

Concord General Contracting, Tucson, Ariz., was awarded on Sept. 23, 2008, a
$10,478,000 firm fixed price contract for construction of a 30,500 square foot dining facility for an Advanced Individual Training Complex (AIT), Fort Huachuca, Ariz. Work will be performed in Ft. Huachuca, Ariz., with an estimated completion date of March 17, 2010. Bids solicited via the World Wide Wide and CSD, and five bids were received. US
Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-08-C-0014).

Chenega Security & Protection Services LLC, Ashburn, Va., was awarded on Sept. 23, 2013, a $10,331,910 firm fixed price contract to provide security services for the forward based X-Band Transportable (AN/TPY-2) Radar System at the Shariki Communications Site, Aomori Prefecture, Northern Honshu, Japan. Work will be performed in Shariki Communications Site, Japan, with an estimated completion date of Sept. 30, 2013. One bid was sole-source solicited and one bid was received. US
Army Space & Missile Defense Command, Peterson Air Force Base, Colo., is the contracting activity (W91260-08-C-0006).

BAE Systems, York, Pa., was awarded on Sept. 23, 2008, a $ 8,923,724 firm fixed price contract for 452 BUSK kits (M2 and M3 BASS), Hot Box, and Fire Suppression Modification Kits; 328 Kits on Basic and 124 Kits on Option. Work will be performed in York, Pa., with an estimated completion date of Sept. 21, 2009. One bid was solicited and one bid was received. US
Army-TACOM, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

Oregon Iron Works Inc, Clackamas, Ore., was awarded on Sept. 23, 2008, a $8,800,000 firm fixed price contract for the fabrication and delivery of two Miter Gates (4 Leafs) for the 1200 Foot Chamber at the Markland Locks and Dam. Work will be performed in Clackamas, Ore., with an estimated completion date of May 30, 2009. Bids were solicited via posting on Web and four bids were received. Corps of Engineers, Louisville District, Ky., is the contracting activity (W912QR-08-C-0040).

Weeks Marine Inc, Covington, La., was awarded on Sept. 24, 2008, a $7,470,000 firm fixed price contract for beach nourishment, Delaware Coast from Cape Henlopen to Fenwick Island, Dewey Beach, Delaware with options for Rehoboth and Bethany and South Bethany Beaches. Work will be performed in Dewey, Del., and Bethany, Del., with an estimated completion date of June 30, 2009. Ten bids were solicited and two bids were received. US
Army Engineer District, Philadelphia, Pa., is the contracting activity (W912BU-08-C-0042).

Lakeshore Engineering Services Inc, Detroit, Mich., was awarded on Sept. 24, 2008, a $7,204,742 firm fixed price contract for construction of a child development center, Bliss Elementary location, Ft. Bliss, Texas, as a task order of an indefinite delivery, indefinite quantity design build services contract for the Southwestern Region for Child Development Center/Youth Activity Center. Work will be performed in Southwestern Region, Ft. Bliss, and El Pasco, Texas with an estimated completion date of May 31, 2010. Bids were solicited via the World Wide Web and seven bids were received. US
Army Engineer District, Little Rock, Ill., is the contracting activity (W9127S-07-D-6002).

J & J/BMAR LLP,
Austin, Texas, was awarded on Sept. 24, 2008, a $ 6,927,996 firm fixed price contract for base operations and maintenance services, including minor construction and incidentals materials. Work will be performed in Warren, Mich., with an estimated completion date of Sept. 30, 2009. Bids were solicited on the World Wide Web and eight bids were received. US Army TACOM-LCMC, Acquisition Center, Warren, Mich., is the contracting activity (W912CH-08-C-A525).

Ma-Chis Lower Creek Indian Enterprise, Lake Park, Ga., was awarded on Sept. 23, 2008, a $ 6,684,243 firm fixed price contract. Project provides a new commercial vehicle access at the south end of Moody
Air Force Base. Work will be performed in Moody Air Force Base, Ga., with an estimated completion date of March 23, 2010. One bid was solicited and one bid was received. US Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-C-0067).

Suulutaaq Inc, Anchorage, Alaska, was awarded on Sept. 23, 2008, a $6,246,018 firm fixed price contract for Napa Valley Wine Train relocation project, consisting of relocating existing railway facilities. Work will be performed in Napa, Calif., with an estimated completion date of Dec. 3, 2011. Bids were solicited via sole source and one bid was received. U.S.
Army Engineer District, Sacramento, Calif., is the contracting activity (W91238-08-C-0022).

Alliant Lake City Small Caliber Ammunition Company LLC, Independence, Mo., was awarded on Sept. 23, 2008, a $5,721,989 firm fixed price contract for execution of economic price adjustment for Cooper & Total Plant volume discount. Work will be performed in Independence, Mo., with an estimated completion date of Sept. 30, 2009. U.S.
Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0016).

Critical Mission Support Services, Saucier, Miss., was awarded on Sept. 23, 2008, a $5,381,750 firm fixed price contract for relocation modular buildings of varying configurations to be used as occupancy housing in support of Afghanistan theater operations. Work will be performed in Afghanistan, with an estimated completion date of Sept. 19, 2012. Bids were solicited via the Web and eighteen bids were received. Joint Contracting Command, Bagram, Afghanistan, is the contracting activity (W91B4N-08-D-0011).

DEFENSE LOGISTICS AGENCY

Pepco Energy Services, Inc., Arlington, Va. is being awarded a maximum $25,288,447 firm fixed price contract for electricity services. Other location of performance is in Washington, D.C. Using service is
Air Force. There were originally 100 proposals solicited with 14 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 31, 2010. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va.
(SP0600-08-D-8034).

Washington Gas Energy Services, Inc., Herndon, Va. is being awarded a maximum $24,303,290 firm fixed price contract for electricity services. Other locations of performance are in Washington, D.C. Using service is
Army, Marine Corps and federal civilian agencies. There were originally 100 proposals solicited with 14 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 31, 2010. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-08-D-8035).

World Fuels Services dba Trans TEC, Greenwich, Conn. is being awarded a maximum $16,757,255 fixed price with economic price adjustment contract for marine gas oil. Other location of performance is Texas. Using services are
Army, Navy, Marine Corps and federal civilian agencies. There were originally 55 proposals solicited with 18 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is April 30, 2011. The contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-08-D-0369).

Caterpillar Inc., Moseville, Ind. is being awarded a maximum $14,651,199 firm fixed price delivery order on long term contract for front end loader. Other location of performance is Illinois. Using service is Multi-National Forces Command Iraq. There were originally 5 proposals solicited with 2 responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is May 15, 2009. the contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-01-D-0059-0224).

Air Force Reaches 10,000 MRAPs Milestone

American Forces Press Service

Sept. 25, 2008 - U.S. Transportation Command and its supply chain partners achieved a major milestone today as the number of mine-resistant, ambush-protected vehicles delivered to U.S. Central Command reached 10,000. The milestone was reached this morning in Southwest Asia when the first MRAP vehicle rolled off an Air Mobility Command C-5 aircraft assigned to Travis
Air Force Base, Calif. The C-5 carried four smaller MRAP vehicles, known as Cougars.

Shawn Vosburg, a transportation analyst with the command's Directorate of Operations and Plans, said the command has leveraged both air and sea transportation since April 2007 to get the lifesaving vehicles into the hands of warfighters.

Until November, MRAPs were delivered by large
Air Force and commercial cargo aircraft, including the C-5 Galaxy, C-17 Globemaster III and a commercial AN-124 Condor. November marked the beginning of MRAP sealift, which greatly increased the number of vehicles in the Central Command area of operations. One cargo ship can carry up to 200 times the weight of a C-17 Globemaster III, at a cost of about 10 times less.

The Army's
Military Surface Deployment and Distribution Command and the Navy's Military Sealift Command both served as vital partners in the undertaking.

On Dec. 31, Transportation Command made good on a promise of Defense Secretary Robert Gates to have 1,500 MRAPs in theater by the end of 2007. On April 5, the command reached another major milestone of 5,000 MRAP vehicles delivered to Central Command.

In the past six months, Transportation Command orchestrated the delivery of an additional 5,000 vehicles into the hands of warfighters, Vosburg said.

"We are on track to exceed the 10,000 vehicle delivery mark, with the additional delivery of almost 600 more vehicles through Oct. 9," he said.

Air Force Gen. Duncan McNabb, TRANSCOM commander, said the deliveries have a direct effect where they matter most. "This delivery milestone is vitally important to the warfighters, because these vehicles save lives," he said.

The general pointed out that the command's focus goes beyond delivering the vehicles. "We are fully engaged with our
Military and civilian supply chain partners to accelerate sustainment parts delivery to theater," he said.

McNabb noted that the effectiveness of the program is a credit to the close coordination with the
Marine Corps Systems Command, Quantico, Va., which serves the Defense Department joint program office, commercial partners, and Central Command for theater distribution.