DOD Awarded Contracts
NAVY
URS Group, Inc., San Antonio, Texas, is being awarded $129,456,057 for firm-fixed-price task order HC02 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62742-09-D-1174) for construction of a land-based solution to install and test Aegis Ashore missile defense components into shore-based facilities at Pacific Missile Range Facility Barking Sands, Kauai, Hawaii. The work to be performed provides for fabrication and erection of a radar deckhouse, support building, and incidental related work to test a government-furnished, government-installed weapons system at Moorestown N.J.; and installation of a radar deckhouse, support building, launch pad, electrical power, potable water, sewer connection, synthetic natural gas, communications, and incidental related work to test a government-furnished, government-installed weapons system at Pacific Missile Range Facility Barking Sands. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $129,981,057. Work will be performed in Kauai, Hawaii (72 percent), and Moorestown, N.J. (28 percent), and is expected to be completed by November 2013. 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, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $111,612,964 cost reimbursement modification to a previously awarded advanced acquisition contract (N00019-10-C-0002). This modification provides additional funding for recurring support activities such as initial training, aircraft maintenance operations, stand-up of sustainment capability at specified locations, technical data management, and sustaining engineering for the Navy, Marine Corps, and Air Force. Work will be performed at Eglin Air Force Base, Fla. (60 percent); Fort Worth, Texas (15 percent); El Segundo, Calif. (5 percent); Warton, United Kingdom (5 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent). Work is expected to be completed in October 2012. Contract funds in the amount of $45,240,920 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
DynCorp International, L.L.C., Falls Church, Va., is being awarded a $29,510,357 cost-plus-incentive-fee ($26,827,597 target cost; $2,682,760 maximum target fee) contract for operations support services for Joint Special Operations Task Force – Philippines operations. The maximum dollar value, including the base period and four option years, is $198,095,668 ($180,086,970 target cost; $18,008,698 maximum target fee). The work to be performed provides for management and administration; command and staff; public safety; air operations; port operations; supply; morale, welfare and recreation support; galley; facility support; utilities; base support vehicles and equipment; and environmental services. The contract is incrementally funded with the first increment of $3,000,000 being allocated at the time of award. Work will be performed within the designated Joint Operation Area and Manila, Republic of the Philippines. Work is expected to be completed by September 2017. Contract funds in the amount of $3,000,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-12-C-3525).
Dell Services Federal Government, Inc., Fairfax, Va., is being awarded an $11,972,053 modification to previously awarded contract (N00024-11-C-6297) for professional support services to Team Submarine in support of the Ohio and Trident submarine classes and foreign military sales for the United Kingdom. This contract will include services in the areas of program management, engineering, logistics management, and financial management. Work will be performed in Washington, D.C., and is expected to be completed by August 2012. 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.
AGVIQ-CH2M Hill, J.V. III*, Anchorage, Alaska, is being awarded a $10,850,000 cost-plus-award-fee modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-08-D-1006) for environmental remedial action services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command Atlantic area of responsibility. After award of this modification, the total cumulative contract value will be $123,350,000. No task orders are being issued at this time. Work will be performed primarily in Alaska (73 percent), Florida (18 percent), and Mississippi (9 percent), and is expected to be completed by March 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.
Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $10,754,334 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of 18 CV-22 low power repairs for AE1107 C Turboshaft engines for the Air Force. Work will be performed in Oakland, Calif. (70 percent), and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2013. Contract funds in the amount of $10,754,334 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Mission Systems and Sensors, Manassas, Va., is being awarded a $10,415,473 cost-plus-fixed-fee, cost-reimbursable modification to previously awarded contract (N00024-11-C-6247) for engineering services and associated support efforts for U.S. Navy submarine integrated submarine imaging systems (ISIS). ISIS provides mission-critical, all-weather, visual and electronic search, digital-image management, indication, warning, and platform architecture interface capabilities for Los Angeles-class, Seawolf-class, Ohio-class and Virginia-class submarines with potential for Trident-class and other submarines. ISIS rolls-up existing components and near-term capabilities; and provides a robust architecture for efficiently inserting future capabilities, including items leveraged from Virginia-class photonics program. Work will be performed in Manassas, Va., and is expected to complete by September 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.
3e Technologies International, Inc., Rockville, Md., is being awarded a $9,408,612 modification to previously awarded contract (N00174-10-D-0021) to design, develop, implement, test, deliver, and install a functional and efficient facilities critical infrastructure control and monitoring system to increase infrastructure readiness. This requirement is for Facilities Critical Infrastructure Control and Monitoring System to extend current Navy Virtual Perimeter Monitoring System capabilities for Naval District Washington. This Small Business Innovation Research Phase III extension effort is to integrate the technologies and concepts established under previous Phase I, II, and III tasks with new and more advanced technologies and concepts. Work will be performed in Rockville, Md., and is expected to completed by May 2013. The Indian Head Division, Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.
Alpha Marine Services (AMS), L.L.C., Cut Off, La., is being awarded an $8,030,000 firm-fixed-price contract for the 12-month time-charter of U.S.-built, U.S.-flagged, contractor-owned- and operated surface support vessel MV Kellie Chouest. This vessel will be used to support between 29 and 44 government personnel for up to 90 days without resupply for Navy missions. MV Kellie Chouest will be used as a platform for launching and recovering small boats; refueling and reprovisioning small boats; and assisting with limited maintenance for small boats. The chartered vessel will also perform manned rotary wing aircraft operations. AMS will operate and maintain the vessel for the duration of the charter. Services of the chartered vessel will be provided worldwide. This contract includes two additional options, one for one-year and the other for up-to-six months, which, if exercised, would bring the cumulative value of this contract to $20,317,256. Contract funds in the amount of $8,030,000 will expire at the end of the current fiscal year, September 2012. This contract was competitively procured via the Federal Business Opportunities and MSC’s E-commerce websites, with more than 100 companies solicited and two offers received. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-2002).
PrimeTech International, Inc., North Kansas City, Mo., is being awarded a $6,991,355 time-and-material contract to support Marine Corps vehicle maintenance services at the Barstow Marine Corps Logistics Base (MCLB), Barstow, Calif. This contract contains options, which, if exercised, will bring the contract value to $21,049,054. Work will be performed at Barstow MCLB, Barstow, Calif., and is expected to be completed December 2012. If options are exercised, work will continue through December 2013. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-C-0023).
DEFENSE LOGISTICS AGENCY
TMV, L.L.C., doing business as Triune, Dallas, Texas*, was awarded a fixed-price with economic price adjustment contract with a maximum $34,915,190 for various fuel products. There are no other locations of performance. Using services are Army and federal civilian agencies. There were two responses to the Federal Business Opportunities solicitation. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Aug. 31, 2014. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-4500).
Harms Oil Co., Aberdeen, S.D.*, was awarded a fixed-price with economic price adjustment contract with a maximum $18,544,644 for various fuel products. There are no other locations of performance. Using services are Air Force and federal civilian agencies. There were 43 responses to the Federal Business Opportunities solicitation. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is June 30, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-4512).
Rolls Royce Corp., Indianapolis, Ind., is being awarded an $14,270,938 (face value) firm-fixed-price contract to purchase spares, field services support and program management, return and repair support, and engineering services support for the Royal Norway Air Force to support the arrival of their new C-130 J fleet. The location of the performance is Gardermoen Air Force Base, Norway. Work is to be completed by Jan 31, 2014. WR-ALC/GRBKB, Robins Air Force Base, Ga., is the contracting activity (FA8504-07-D-0001-0602).
U.S. TRANSPORTATION COMMAND
Evergreen Helicopters of Alaska, Anchorage, Alaska, is being awarded an $8,661,100 task order for fixed wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan. Task order performance will begin June 1, 2012, to be completed by May 31, 2013. This contract was a competitive acquisition. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-D-R017 T.O 0002)
NAVY
Softchoice Corp., McLean, Va. is being awarded $8,739,142 for delivery order 0002 against a previously awarded blanket purchase agreement (M67854-12-A-4701) to procure Microsoft brand name software support, known as Software Assurance (SA), through May 2013. This is a renewal of SA for the Navy Bureau of Medicine and Surgery Enterprise licenses. Work will be performed in McLean, Va., and is expected to be completed May 31, 2013. Contract funds in the amount of $8,739,142 will expire at the end of the current fiscal year, Sept. 30, 2012. The Marine Corps System Command, Quantico, Va. is the contracting activity.
Softchoice Corp., McLean, Va., is being awarded $8,244,574 for delivery order 0001 against a previously awarded blanket purchase agreement (M67854-12-A-4701) to procure Microsoft brand name software support, known as software assurance (SA), through May 2013. This is a renewal of SA for Marine Corps Enterprise licenses. Work will be performed in McLean, Va., and is expected to be completed May 31, 2013. Contract funds in the amount of $8,244,574 will expire at the end of the current fiscal year, Sept. 30, 2012. The Marine Corps System Command, Quantico, Va., is the contracting activity.
Huntington Ingalls, Inc., Pascagoula, Miss., is being awarded a $2,381,448,356 modification to previously awarded fixed-price incentive contract (N00024-10-C-2229) for detail design and construction of the Navy’s next large-deck amphibious assault ship LHA 7, including crew familiarization, technical manuals, and engineering and post-delivery industrial services. Work will be performed in Pascagoula, Miss. (92.5 percent); Charlottesville, Va. (2.4 percent); Beloit, Wis. (1.5 percent); Ocean Springs, Miss. (1.4 percent); Santa Fe Springs, Calif. (1.2 percent); and Brunswick, Ga. (1 percent), and is expected to be completed by June 2018. 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.
MEB General Contractors, Chesapeake, Va., is being awarded a $26,251,845 firm-fixed-price contract for the construction of a controlled industrial facility at Norfolk Naval Shipyard. The building is intended to support maintenance and repair services for Navy vessels. The proposed structure incorporates specialized systems, equipment, materials, and construction designed to handle, process, and contain liquid waste. The facility includes a controlled area (with a high bay work area and smaller rooms), a two-story administrative support area, and an enclosed storage area. Work will be performed in Portsmouth, Va., and is expected to be completed by September 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 six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-4554).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $19,805,300 modification to the previously awarded fixed-price-incentive-fee (firm target) F-35 Lightning II Joint Strike Fighter Low Rate Initial Production IV contract (N00019-09-C-0010) for the Joint Strike Missile (JSM) Risk Reduction Study for the Norway Ministry of Defence. Efforts include physical fit checks, wind tunnel tests, engineering analysis, and designing and building of an emulator and adapter to determine next steps in integrating the JSM into the F-35 Joint Strike Fighter. Work will be performed in Fort Worth, Texas (70 percent); Arnold Air Force Base, Tullahoma, Tenn. (20 percent); and Kongsberg, Norway (10 percent). Work is expected to be completed in May 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $16,953,674 modification to previously awarded contract (N00024-06-C-2303) to exercise an option for DDG 1000 class services. This modification provides additional class services associated with the detail design and construction of DDG 1000 class ships. This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design. Work will be performed in Bath, Maine, and is expected to be completed by September 2012. 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.
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $12,478,261 cost-plus-fixed fee modification to previously awarded contract (N00024-09-C-2302) for Littoral Combat Ship (LCS) class design services. LCS class design services provide necessary engineering, program, and technical support for LCS Class ships. This includes class baseline design services, class documentation services, class engineering studies, cost estimating support, LCS ship transition, interim support services, and liaison for ship construction and post delivery with the class design agent for LCS 6 and follow. This modification includes an option, which, if exercised, would bring the cumulative value of this modification to $25,077,578. Work will be performed in Bath, Maine (54 percent), Pittsfield, Mass. (45 percent), and Mobile, Ala. (1 percent). Work is expected to be complete by June 2014. 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 Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $12,218,916 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-08-G-0013) for specialized test equipment and “golden units” necessary to perform depot level repairs to identified airborne low frequency sonar components in support of the MH-60 aircraft. This effort is targeted to augment the original equipment manufacturer repair capacity, reduce turnaround time, and improve fleet support. Work will be performed in Brest, France (82 percent); Portsmouth, R.I. (12 percent); and Arlington, Va. (6 percent), and is expected to be completed in July 2014. Contract funds in the amount of $7,575,728 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Systems Application & Technologies, Inc.*, Oxnard, Calif., is being awarded an $8,800,715 cost-plus-fixed-fee contract for maintenance and operations of aerial and seaborne target assets in for the U.S. Navy and the governments of Japan, Norway, Britain, France, and Canada. Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, Calif. (40 percent); Naval Surface Warfare Center, Port Hueneme, Calif. (31 percent); various locations at sea (14 percent); NAWCWD China Lake, Ridgecrest, Calif. (7 percent); White Sands Missile Range, Las Cruces, N.M. (3 percent); Pacific Missile Range Facility, Kauai, Hawaii (2 percent); Utah Test and Training Range, Salt Lake City, Utah (2 percent); and Vandenburg Air Force Base, Lompoc, Calif. (1 percent). Work is expected to be completed in December 2012. Contract funds in the amount of $1,364,111 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchases for the U.S. Navy ($8,008,650; 91 percent); and, under the Foreign Military Sales Program, the governments of Japan ($396,033; 4.5 percent), Norway ($132,011; 1.5 percent), Britain ($88,007; 1percent), France ($88,007; 1 percent), and Canada ($88,007; 1 percent). The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-12-C-0181).
BAE Systems Aerospace & Defense Group, Inc., Phoenix, Ariz., is being awarded a $7,163,450 firm-fixed-price contract for 1,979 Advanced Emergency Bailout Parachute systems for the U. S. Army, Program Executive Office. Each system consists of one each canopy assembly, cord internal attachment, deployment bag, harness container, and internal bridle cord. Work will be performed in Phoenix, Ariz., and is expected to be completed in September 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. § 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-12-C-0179).
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $7,000,000 cost-plus-award-fee modification to previously awarded contract (N00024-09-G-2301) to provide engineering and management services for advance planning and design in support of the post-shakedown availability for USS Independence (LCS 2). Bath Iron Works will provide expert design, planning, and material support services for the vessel. Efforts will include program management, advance planning, engineering, design, material kitting, liaison, and scheduling. Work will be performed in Bath, Maine, and is expected to be completed by February 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.
Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $6,715,050 cost-plus-incentive-fee contract for the design and integration of the AN/APR-39D(V)2 processor using 6U card standards with the appropriate antenna and receiver resources for various Naval Aviation platforms. Work will be performed in Rolling Meadows, Ill. (88.7 percent); Woburn, Mass. (8.2 percent); and Menlo Park, Calif. (3.1 percent), and is expected to be completed in February 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-0043).
ManTech Systems Engineering Corp., Fairfax, Va., is being awarded a $6,678,665 cost-plus-fixed-fee contract for the completion of the Military Flight Operations Quality Assurance Phase I common framework development and integration through initial operational capability. Work will be performed in Lexington Park, Md., 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-0081).
L-3 Communications Integrated Systems, L.P., Greenville, Texas, is being awarded a $321,770,026 firm-fixed-price contract to purchase 10 C-27J aircraft, 10 option kits, and one lot each production cost and software reports and contractor logistic support cost and software reports for the Commonwealth of Australia by issuing a delivery order. The location of the performance is Greenville, Texas. Work is to be completed May 24, 2012. ASC/WLNJ, Wright-Patterson Air Force Base, Ohio, is the contracting activity (W58RGZ-07-D-0099 0078).
Northrop Grumman Technical Services, Clearfield, Utah, is being awarded a $108,098,628 cost-plus-incentive-fee contract to purchase a modification to the Intercontinental Ballistic Missile Cryptography Upgrade II Engineering and Manufacturing Development Program. The locations of the performance are Huntington Beach, Calif., and Clearfield, Utah. Work is to be completed July 29, 2015. AFNWC/PKME, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).
Applied Research Associates, Inc., Albuquerque, N.M., and Oklahoma State University, Stillwater, Okla., are being awarded a $66,000,000 cost-plus-fixed-fee contract to purchase the Joint Munitions Effectiveness Manual tools and related publications as directed by the Joint Technical Coordination Group for Munitions Effectiveness. This effort covers technical and analytical studies, theoretical investigation, software engineering, mathematical computations and drafting/editing of technical reports. The location of the performance is Eglin Air Force Base, Fla. Work is to be completed June 30, 2018. AAC/PKET, Eglin Air Force Base, Fla., is the contracting activity (FA9200-12-D-0289 and FA9200-12-D-0289, Task Order 0001).
The Boeing Co., St. Louis, Mo., is being awarded an $18,446,000 modified firm-fixed-price contract to incorporate the urgent requirement for limited integration of the DB-110 Reconnaissance Pod System on eight Royal Saudi Air Force F-15S aircraft. The location of the performance is St, Louis, Mo. Work is to be completed by July 2013. ASC/WWQ, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-12-C-2651 P00004).
Northrop Grumman Space and Mission Systems Corp., Herndon, Va., is being awarded an $11,799,904 cost-plus-fixed-fee contract to provide for the implementation, maintenance, enhancement, and operational support at the National Air and Space Intelligence Center for the Systematic Architecture for Virtual Analytic Net-Centric Threat Intelligence (SAVANT), space support and SAVANT controlled interface. The location of the performance is Fairborn, Ohio. The Air Force Research Laboratory will advise of the completion date. AFRL/RIKE, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8750-09-C-0182 0024).
Dell Marketing, L.P., Round Rock, Texas, is being awarded a $10,300,000 firm-fixed-price contract to procure 600,000 licenses of PDF Creation Environment Adobe Acrobat X Pro and associated maintenance. The location of the performance is Round Rock, Texas. Work is to be completed 30 days after receipt of order. ESC/HIK, Maxwell Air Force Base, Gunter Annex, Ala., is the contracting activity (FA8771-12-F-2009).
DEFENSE LOGISTICS AGENCY
JD Logic, Inc.*, Parker, Colo., was awarded a fixed-price with economic price adjustment contract with a maximum $29,584,060 for various fuel products. There are no other locations of performance. Using services are Army and Air Force. There were 43 responses to the Federal Business Opportunities website solicitation. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is May 31, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-4513).
Mansfield Oil Co.*, Gainesville, Ga., was awarded a fixed-price with economic price adjustment contract with a maximum $19,939,412 for various fuel products. There are no other locations of performance. Using services are Army, Navy, Air Force and federal civilian agencies. There were 43 responses to the Federal Business Opportunities website solicitation. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is May 31, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-4514).
Critical Solutions International, Inc.*, Carrolton, Texas, was awarded a firm-fixed-price, sole-source contract with a maximum $10,767,795 for Husky Vehicle Mounted Mine Detector Vehicle. Other location of performance is South Africa. Using service is Army. There was one proposal with one response. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is June 21, 2013. The Defense Logistics Agency Land – Warren, Warren, Mich., is the contracting activity (SPRDL1-12-C-0134).
Signature Flight Support Corp., Indianapolis, Ind., was awarded a fixed-price with economic price adjustment contract with a maximum $7,740,583 for fuel. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were two proposals with two responses. Type of appropriation is fiscal 2013 through 2016 Defense Working Capital funds. The date of performance completion is Sept. 30, 2016. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-0010).
June 7, 2012
Business / Career