DOD Awarded Contracts
AIR FORCE
Datum Software, Inc., John Creeks, Ga. (FA8771-12-D-1001); Digital Management, Inc., Bethesda, Md. (FA8771-12-D-1002); Diligent Consulting, Inc., San Antonio, Texas (FA8771-12-D-1003); DSD Laboratories, Inc., Sudbury, Mass. (FA8771-12-D-1004); Diversified Technical Services, Inc., El Paso, Texas (FA8771-12-D-1005); Exeter Government Services, L.L.C., Gaithersburg, Md. (FA8771-12-D-1006); Excellus Solutions, L.L.C., McLean, Va. (FA8771-12-D-1007); IndraSoft, Reston, Va. (FA8771-12-D-1008); Segue Technologies, Arlington, Va. (FA8771-12-D-1009); SI Systems Technologies, Folsom, Calif. (FA8771-12-D-1010); Array Information Technology, Inc., Greenbelt, Md. (FA8771-12-D-1011); and ActioNet, Inc., Vienna, Va. (FA8771-12-D-1012) are being awarded a $960,000,000 indefinite-delivery/indefinite-quantity contract to provide a vehicle for customers to access a wide range of services such as sustainment, migration, integration, training, help desk support, testing and operational support. The location of the performance is not known at this time and will be cited on individual task orders. Work is to be completed by Jan. 11, 2022. ESC/HIJK, Maxwell Air Force Base-Gunter Annex, Ala., is the contracting activity.
Northrop Grumman Space & Mission Systems Corp., San Diego, Calif., is being awarded a $106,364,282 cost-plus-fixed-fee contract for modification to extend the deployment and operation of three Battlefield Airborne Communications Node payloads installed in Global Express BD-700 and three Global Hawk unmanned aerial vehicles. The location of the performance is locations in and outside the United States where currently deployed. Work is to be completed by June 22, 2013. AFMC/ESC, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-09-C-0010 P00043).
Northrop Grumman Space & Mission Systems Corp., San Diego, Calif., is being awarded a $50,575,532 firm-fixed-price contract. This modification to the Battlefield Airborne Communications Node contract is for eight months of E-11A Platform Maintenance support for aircraft 9355, 9358, and 9001. The location of the performance is Kandahar Air Field, Afghanistan. Work is to be completed by Feb. 24, 2013. AFMC/ESC, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-09-C-0010 P00053).
NAVY
Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $74,399,436 modification to a previously awarded fixed-price-incentive-fee V-22 multi-year production contract (N00019-07-C-0001) to provide one additional CV-22 combat loss replacement aircraft for the Air Force. Work will be performed in Philadelphia, Pa. (56 percent); Amarillo, Texas (43 percent); and El Paso, Texas (1 percent). Work is expected to be completed in November 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.
Lockheed Martin Corp., Owego, N.Y., is being awarded a $26,487,920 firm-fixed-price contract to provide for the development, production, and testing of five First Article Operation Test Program sets (OTPS) with accompanying technical data for weapons replaceable assemblies (WRAs) for the H-60 Aircraft. The WRAs are part of the multi-mode radar sub-system with the automated radar periscope detection and discrimination (ARPDD) upgrade. The requirement also includes four sets of ARPDD assemblies as units under test to be used in the development and testing of the OTPSs. Work will be performed in Owego, N.Y., and is expected to be completed in November 2016. 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 Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0155).
Northrop Grumman Guidance and Electronics Co., Inc., Navigation Systems Division, Woodland Hills, Calif., is being awarded an $11,494,975 firm-fixed-price production contract for the fabrication, testing and delivery of five interrogator sets AN/UPX-24(V) in an open systems architecture configuration in support of the Combat ID Identification Friend or Foe. Each interrogator set consists of a control monitor C-10065/UPX-24(V) and a processor controller CP-1273/UPX-24(V). Work will be performed in San Diego, Calif. (80 percent), and Woodland Hills, Calif. (20 percent), and is expected to be completed in March 2014. 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-0092).
The Whiting-Turner Contracting Co., Greenbelt, Md., is being awarded a $9,989,000 firm-fixed-price task order under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of a squad battle course at Marine Corps Base, Camp Lejeune. The construction of the 82-acre course will include grading, soil placement, a range control tower, combined facility, covered bleacher enclosure, covered mess enclosure, and ammunition breakdown enclosure, range layout and target emplacements. Work shall also include a battle sight zero range, three power center emplacements, trench obstacles, a firing berm, three offense/defense facades, four limit markers, and a public address system. Exterior improvements include gravel surfaces and roadways for parking, access, service vehicles, and staging area for drop off, as well as a vehicular access gate, a concrete pad for tank trail crossing on Route 172, and building utility (water, sanitary, septic, electrical, and telecommunication) systems. Work also includes the installation of overhead electrical and direct buried data system infrastructure, and the installation of water supply infrastructure and sanitary sewer infrastructure. The task order also contains two options, which, if exercised, would increase cumulative task order value to $10,192,500. Work will be performed in Jacksonville, N.C., and is expected to be completed by May 2014. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
DEFENSE LOGISTICS AGENCY
VWR International, L.L.C., Radnor, Pa., was issued a modification exercising the first option year on contract SPM2DE-11-D-7343/P00003. The award is a fixed-price with economic price adjustment contract with a maximum $9,819,565 for purchase of laboratory supplies and wares. Other locations of performance are California, Colorado, Georgia, Illinois, New Jersey, New York, Texas, and Arizona. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 50 responses to the Web solicitation. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is June 26, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Parker-Hannifan Corp., Irvine, Calif., was awarded a firm-fixed-price contract with a maximum $7,407,570 for engine starters. There are no other locations of performance. Using service is Army. Type of appropriation is Army Working Capital Funds. There was one proposal with one response. The date of performance completion is March 1, 2014. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-C-0033).
U.S. SPECIAL OPERATIONS COMMAND
L-3 Global Communications Solutions, Victor, N.Y., was awarded a single-award indefinite-delivery/indefinite-quantity contract for the special operation forces deployable node family of terminals. The contract minimum guarantee is $7,551,735 and maximum ceiling is $500,000,000. The anticipated period of performance is not to exceed five years. The place of performance is Victor, N.Y. U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-12-D-0020).
DEFENSE LOGISTICS AGENCY
Virtual Imaging, Inc., Deerfield, Fla., was issued a modification exercising the third option year on contract SPM2D1-09-D-8343/P00019. The award is a fixed-price with economic price adjustment contract with a maximum $114,233,212 for radiology systems, subsystems, and components. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 43 responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is June 23, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
L-3 Communications Corp., Space & Navigation Division, Budd Lake, N.J., was awarded a firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract with a maximum $22,950,000 for spare dynamic reference unit hybrid replacement parts. There are no other locations of performance. Using service is Army. There was one proposal with one response. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is Dec. 31, 2014. The Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-12-D-0009).
Welch Allyn, Inc., Skaneateles Falls, N.Y., was issued a modification exercising the third option year on contract SPM2D1-09-D-8350/P00015. The award is a fixed-price with economic price adjustment contract with a maximum $19,727,825 for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 17 proposals with nine responses. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is June 23, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
SourceOne Healthcare Technologies, Mentor, Ohio, was issued a modification exercising the third option year on contract SPM2D1-09-D-8340/P00012. The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $18,570,549 for imaging systems, subsystems, and components. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 43 responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is June 22, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Critical Solutions International, Inc.*, Carrollton, Texas, was awarded a firm-fixed-price, sole-source contract with a maximum $10,428,615 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 Army Working Capital Funds. The date of performance completion is April 5, 2013. The Defense Logistics Agency Land, Warren, Mich., is the contracting activity (SPRDL1-12-C-0135).
The Boeing Co., Clearfield, Utah, is being awarded a $73,000,000 cost-plus-fixed-fee contract to operate and maintain test equipment at the Little Mountain Test Facility. The location of the performance is Clearfield, Utah. Work is to be completed by June 20, 2017. AFNWC/PKMA, Hill Air Force Base, Utah, is the contracting activity (FA8204-12-D-7001).
NAVY
Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a $21,093,600 modification to previously awarded contract (N00024-10-C-5124) for technical engineering, related operations, and maintenance of Navy Aegis sites in support of Aegis combat system development; and testing efforts for new construction DDG 51-class ships, Aegis ballistic missile defense, and information assurance requirements. This contract modification will provide continuing technical engineering, logistics, configuration management, quality assurance, operation and maintenance for Aegis program support sites located in New Jersey. Work will be performed in Moorestown, N.J., and is expected to complete 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.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $20,103,000 advance acquisition contract to provide long lead-time parts, material and components required for the delivery of two Low Rate Initial Production Lot VII F-35 Lightning II Joint Strike Fighter Conventional Takeoff and Landing aircraft for the government of Norway. 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). Work is expected to be completed in June 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-0004).
Bowhead Innovative Products and Solutions*, King George, Va., is being awarded a $16,521,315 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum quantity of 59 production kits in support of the P-3 Anti-Surface Warfare Improvement Program communication, command, computer and control for Anti-Submarine Warfare and Mission Systems Avionics Programs. Work will be performed in King George, Va., and is expected to be completed in June 2014. Contract funds in the amount of $1,155,096 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-5(b)(4). The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-D-0017).
General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $11,000,000 modification under previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support research and development of advanced submarine technologies for current and future submarine platforms. Advanced submarine research and development includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability. The program also supports near term insertion of Virginia-class technology; identification of Ohio-class replacement technology options; future submarine concepts; and core technologies. Electric Boat is capable of performing the complete range of research and development work and possesses the requisite knowledge of the design, construction, and interaction of submarine systems to ensure that the integrity of the design is not compromised by developing technologies. This contract action transfers cost-plus-fixed-fee from an unexercised option into existing efforts. Work will be performed in Groton, Conn. (75 percent), and Newport News, Va. (25 percent), and is expected to be completed by October 2012. No funds will be allotted at the time of award. 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.
Lockheed Martin Information Systems and Global Services, King of Prussia, Pa., is being awarded a $7,113,963 modification to a previously awarded cost-plus-fixed-fee contract (N00019-10-C-0064) to exercise an option for software development activity including system engineering, software, hardware deployment and support, and management efforts required to field the Tactical Tomahawk Weapons Control System. This contract combines purchases for the U.S. Navy ($4,182,503; 59 percent) and, under the Foreign Military Sales Program, the government of the United Kingdom ($2,931,460; 41 percent). Work will be performed in King of Prussia, Pa., and is expected to be completed in June 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.
AIR FORCE
The Boeing Co., Long Beach, Calif., is being awarded a $171,469,781 firm-fixed-price contract to procure one C-17 aircraft. The location of the performance is Long Beach, Calif. Work is to be completed by Nov. 21, 2012. ACS/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-06-D-2006, DO 0011).
The Boeing Co., Long Beach, Calif., is being awarded a $169,755,083 firm-fixed-price contract to procure one C-17 replacement aircraft. The location of the performance is Long Beach, Calif. Work is to be completed by May 23, 2013. ASC/WLMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-06-D-2006, DO 0010).
ACCU Construction, Santa Ana, Calif.; Advanced Paving and Construction, Odgen, Utah; Allutiq Manufacturing Contractors, Anchorage, Alaska; Brinkerhoff Excavating, Ogden, Utah; Cherokee General, Federal Way, Wash.; Consolidated Paving and Concrete, Inc., Ogden, Utah; DSB-Geneva Rock, J.V., American Fork, Utah; Morgan Asphalt, Salt Lake City, Utah; PR Paving, Inc., Corrine, Utah; Raas Brothers, Inc., Provo, Utah; Romero General Construction Corp., Escondido, Calif.; US Roads, Colorado Springs, Colo.; Wilkerson Construction Co., Morgan, Utah; and Yerba Buena Engineering and Construction, Salt Lake City, Utah, are being awarded up to $48,000,000 firm-fixed-price contract to support exterior pavement improvements at Hill Air Force Base, Little Mountain and Utah Test and Training Range. Services include, but are not limited to: flexible and rigid pavement excavation and replacement, road and parking lot construction, aggregate based road construction, airfield pavement surface construction, water drainage systems, storm drain utility installation, exterior parking lot lighting installation, airfield rubber removal and pavement striping. The location of the performance is Hill Air Force Base, Utah. Work is be completed by June 24, 2017. OO-ALC/PKESS, Hill Air Force Base, Utah, is the contracting activity (FA8201-12-D-0011; FA8201-12-D-0012; FA8201-12-D-0013; FA8201-12-D-0014).
Science Applications International Corp., McLean, Va., is being awarded a $32,800,000 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract to provide research and development effort to conduct basic, applied and advanced research focusing on seven broad technical areas: N-D laser radar (LADAR), laser radar, laser sources, optical apertures, electro-optical sensor test range, field testing of electro-optical/infra-red LADAR systems, modeling, and simulation laboratory. The location of the performance is Wright-Patterson Air Force Base, Ohio. Work is to be completed by June 18, 2022. AFRL/PKSE, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-12-D-1377/Task Order 0001).
Creative Business Solutions, Inc., Mitchellville, Md.; Cirrus Technology, Inc., Huntsville, Ala.; Infinite Services and Solutions, Inc., Columbus, Ga.; and Standard Technology, Inc., Warner Robins, Ga., are being awarded a $12,000,000 firm-fixed-price, cost-reimbursable no-fee contract to provide logistics support for the acquisition, fielding, and sustainment of H-60, H-1 (variant), CV-22, and other special mission aircraft modification programs. The locations of performance are Mitchellville, Md.; Huntsville, Ala.; Columbus, Ga.; and Warner Robins, Ga. Work is to be completed by June 20, 2012. WR-ALC/GRUKB, Warner Robins Air Force Base, Ga., is the contracting activity (FA8552-12-D-0001).
JDD, Inc., Cleveland, Ohio, is being awarded a $9,208,823 firm-fixed-price, indefinite-delivery/indefinite-quantity, commercial contract to provide all management, tools, equipment, and labor necessary to ensure that custodial services are performed at Edwards Air Force Base, Calif., and the Air Force Research Laboratory. The location of the performance is Edwards Air Force Base, Calif. Work is to be completed by June 30, 2017. AFFTC/PKOB, Edward Air Force Base, Calif., is the contracting activity (FA9301-12-D-0007).
NAVY
Naval Industrial Services Support, J.V.*, Anchorage, Alaska (N62473-12-D-1210); Bara Infoware, Inc.*, San Ramon, Calif. (N62473-12-D-1211); Tsay Construction & Services, L.L.C.*, San Juan Pueblo, N.M. (N62473-12-D-1212); Ameritac, Inc.*, Concord, Calif. (N62473-12-D-1213); and Acepex Management Corp.*, Montclair, Calif. (N62473-12-D-1214), are each being awarded an indefinite-delivery/indefinite-quantity multiple award service contract for facilities support services located within the Naval Facilities Engineering Command Southwest area of responsibility. The maximum dollar value, including the base period and four option years, for all five contracts combined is $100,000,000. The work to be performed provides for services to operate, maintain and repair facilities, ground structures, personal property equipment and installed equipment and systems; chiller plant and distribution systems; electrical power generation plant and transmission and distribution systems; gas generation plant and distribution system; wastewater treatment plant and collection systems; steam and hot water generation plant, steam and hot water distribution systems, and condensate return systems; and raw water supply, water treatment plant and distribution systems. No task orders are being issued at this time. Work will be performed in California (50 percent), Arizona (10 percent), Colorado (10 percent), Nevada (10 percent), New Mexico (10 percent), and Utah (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of June 2017. Contract funds in the amount of $2,500 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 eight proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Southwest, San Diego, Calif., is the contracting activity.
Raytheon Technical Services Co., Indianapolis, Ind., is being awarded $40,333,510 for unpriced deliver order 7284 under a previously issued basic ordering agreement (N00383-07-G-008D) for the repair of 35 weapons repairable assemblies and shop replaceable assemblies of the APG 65/73 Radar System used in support of the F/A-18 aircraft. Work will be performed in Indianapolis, Ind. (56.93 percent); El Segundo, Calif. (33.79 percent); Forest, Miss. (7.25 percent); and Andover, Mass. (2.03 percent). Work is expected to be completed by June 30, 2014. The applicable fiscal 2012 Navy Working Capital Funds will not expire at the end of the current fiscal year. This contract was a sole-source requirement and one offer was received in response to the solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded an $11,842,065 modification to previously awarded contract (N00024-03-C-5115) for DDG 51 class and CG 47 class Aegis Combat System installation, integration and test, and fleet life cycle engineering support. The required Aegis ship integration and test engineering includes: program management, planning, training, personnel, and services to effectively support Program Executive Office Integrated Warfare Systems and Naval Sea Systems Command Surface Warfare directorate in the execution of the cruiser modernization program; and post availability test and trials, combat system ship qualification trials, and developmental test planning and execution. Work will be performed in Moorestown, N.J. (37 percent); Bath, Maine (25 percent); Pascagoula, Miss. (22 percent); San Diego, Calif. (6 percent); Washington, D.C. (5 percent); Norfolk, Va. (3 percent); Port Hueneme, Calif. (1 percent); and Syracuse, N.Y. (1 percent). Work 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.
DEFENSE LOGISTICS AGENCY
Alfab, Inc.*, Enterprise, Ala., was awarded a fixed-price with economic price adjustment contract with a maximum $96,507,000 for pallets and matting. There are no other locations of performance. Using services are Air Force and Army. There were two proposals with one response. Type of appropriation is fiscal 2012 through 2017 Defense Working Capital Funds. The date of performance completion is June 19, 2017. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8E6-12-D-0006).
Artcraft Optical Co., Inc.*, Rochester, N.Y., was issued a modification exercising the third option year on contract SPM2DE-09-D-7539/P00005. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $16,302,804 for aircrew spectacle frames. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was one response to the Federal Business Opportunities website solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is June 30, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
JRM Enterprises, Inc., doing business as America Jet*, Salina, Kan., was awarded a fixed-price with economic price adjustment, into-plane requirements contract with a maximum $7,661,623 for fuel. Other location of performance is Salina Municipal Airport, Kansas. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was one proposal 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 (SP0600-11-R-0035).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Ricardo, Inc., Belleville, Mich., is being awarded a $9,812,178 cost-plus-fixed-fee contract (HR0011-12-C-0074). This award covers a 12-month base period, which may be followed by two successive 12-month options. The total value including options is $27,558,049. Ricardo will perform the research and development effort entitled “FANG (Fast, Adaptable, Next-Generation) Ground Vehicle.” It aims to develop a new heavy, amphibious infantry fighting vehicle (IFV) with functional requirements intended to mirror the Marine Corps’ Amphibious Combat Vehicle. The contractor will stage a series of FANG challenges, prize-based design competitions for progressively more complex vehicle subsystems, culminating in the design of a full IFV. Work will be performed in Belleville, Mich. (70.75 percent); Nashville, Tenn. (13.38 percent); Atlanta, Ga. (9.26 percent); Brighton, Mich. (3.16 percent); San Antonio, Texas (1.24 percent); and Troy, Mich. (2.21 percent). Work is expected to be completed by June 17, 2015. The Defense Advanced Research Projects Agency is the contracting activity.
ARMY
L-3 Communications/L-3 Systems Co., Camden, N.J., was awarded a $99,100,000 firm-fixed-price contract. The award will provide for the procurement of M935 fuzes. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2017. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-D-0047).
Serco, Inc., Reston, Va., was awarded a $70,591,000 firm-fixed-price contract. The award will provide for the design and construction of a general support aviation battalion hangar at Fort Wainwright, Alaska. Work will be performed in Fairbanks, Alaska, with an estimated completion date of Aug. 6, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity (W911KB-12-C-0008).
Kiewit Building Group, Inc., Omaha, Neb., was awarded a $53,805,300 firm-fixed-price contract. The award will provide for the construction of a brigade combat team light complex at Joint Base Elmendorf-Richardson, Alaska. Work will be performed in Anchorage, Alaska, with an estimated completion date of June 7, 2014. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity (W911KB-12-C-0011).
Fraser’s Services, Inc., National City, Calif., was awarded a $53,700,137 firm-fixed-price contract. The award will provide for the maintenance services for Army vessels. Work will be performed in National City, Calif., with an estimated completion date of June 4, 2015. Seven bids were solicited, with seven bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-12-D-0008).
Etcon, Inc., Gatesville, Texas, was awarded a $50,299,817 firm-fixed-price contract. The award will provide for the open end paving services. Work will be performed in Fort Hood, Texas, with an estimated completion date of June 7, 2013. The bid was solicited through the Internet, with eight bids received. The U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-11-D-0004).
Harris Corp., Government Communications Systems Division, Palm Bay, Fla., was awarded a $47,050,513 cost-plus-fixed-fee contract. The award will provide for the sustainment and support services for the AN/GSC-52 modernization program’s family of satellite communications earth terminals and associated equipment. Work will be performed in Palm Bay, Fla., with an estimated completion date of March 11, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-12-C-0013).
Alaska Ship & Drydock, Inc., Ketchikan, Alaska, was awarded a $45,902,994 firm-fixed-price contract. The award will provide for the maintenance services for Army vessels. Work will be performed in Ketchikan, Alaska, with an estimated completion date of June 4, 2015. Seven bids were solicited, with seven bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-12-D-0007).
Vigor Marine, L.L.C., Portland, Ore., was awarded $45,902,994 firm-fixed-price contract. The award will provide for the maintenance services for Army vessels. Work will be performed in Portland, Ore., with an estimated completion date of June 4, 2015. Seven bids were solicited, with seven bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-12-D-0006).
Puglia Engineering, Inc., Tacoma, Wash., was awarded a $40,481,896 firm-fixed-price contract. The award will provide for the maintenance services for Army vessels. Work will be performed in Tacoma, Wash., with an estimated completion date of June 4, 2015. Seven bids were solicited, with seven bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-12-D-0009).
KVH Industries, Tinsley Park, Ill., was awarded a $35,649,464 firm-fixed-price contract. The award will provide for the procurement of 1,204 tactical navigation systems in support of Foreign Military Sales. Work will be performed in Tinsley Park and Saudi Arabia, with an estimated completion date of Aug. 9, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W90BRJ-12-C-0006).
BAE Systems – San Francisco Ship Repair, Inc., San Francisco, Calif., was awarded a $28,157,453 firm-fixed-price contract. The award will provide for the maintenance services for Army vessels. Work will be performed in San Francisco, Calif., with an estimated completion date of June 4, 2015. Seven bids were solicited, with seven bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-12-D-0004).
Bristol General Contractors, L.L.C., Anchorage, Alaska, was awarded a $19,374,564 firm-fixed-price contract. The award will provide for the construction of a tactical equipment maintenance facility. Work will be performed in Joint Base Lewis-McChord, Wash., with an estimated completion date of June 14, 2013. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-12-C-0032).
Peckham Vocational Industries, Lansing, Mich., was awarded a $14,331,693 firm-fixed-price contract. The award will provide for the cleaning, repair and storage services of original clothing and individual equipment. Work will be performed in Lansing, Mich., with an estimated completion date of June 10, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-D-0064).
ReconRobotics, Inc., Minneapolis, Minn., was awarded a $13,900,000 firm-fixed-price contract. The award will provide for the procurement of a maximum of 1,000 Throwbot XT robots. Work will be performed in Minneapolis, with an estimated completion date of June 6, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-C-0008).
Luhr Bros, Inc., Columbia, Ill., was awarded a $13,559,050 firm-fixed-price contract. The award will provide for the flood control services along the Mississippi River. Work will be performed in Yucatan, La., with an estimated completion date of Nov. 15, 2012. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912EE-12-C-0008).
General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $10,600,000 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to supply system technical support for the Abrams tank program. Work will be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).
Management & Technology Solutions, Falls Church, Va., was awarded a $9,731,224 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure medical sets for deployable units in theater. Work will be performed in Frederick, Md., with an estimated completion date of Feb. 28, 2014. Three bids were solicited, with three bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0087).
Creative Times, Inc., Ogden, Utah, was awarded a $9,597,506 firm-fixed-price contract. The award will provide for the construction of a two-story F-22 system support facility. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of Dec. 3, 2013. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineering, Sacramento, Calif., is the contracting activity (W91238-12-C-0014).
LinTech Global, Inc., Farmington Hills, Mich., was awarded a $9,000,000 firm-fixed-price contract. The award will provide for the contractor services in support of the U.S. Army Corps of Engineers Learning Network. Work will be performed in Farmington Hills, Mich., with an estimated completion date of June 6, 2017. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity (W912DY-12-D-0044).
Serco, Inc., Reston, Va., was awarded an $8,729,593 firm-fixed-price contract. The award will provide for the services in support of base closure assistance teams in Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of June 4, 2013. The bid was solicited through the Internet, with 18 bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-12-C-0007).
Bay Ship & Yacht Co., Alameda, Calif., was awarded a $6,844,315 firm-fixed-price contract. The award will provide for the maintenance services for Army vessels. Work will be performed in Alameda, Calif., with an estimated completion date of June 4, 2015. Seven bids were solicited, with seven bids received. The U.S. Army Mission and Installation Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-12-D-0005).
NAVY
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a not-to-exceed $66,123,900 cost-plus-award-fee contract for DDG 51 and FFG 7 class integrated planning yard services. Services being done will provide expert design, planning, and material support services for both maintenance and modernization. This contract includes options ,which, if exercised, would bring the cumulative value of this contract to $371,662,273. Work will be performed in Bath, Maine, and is expected to be completed by December 2016. Contract funds in the amount of $1,000 will be obligated at time of contract award and will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-12-C-4311).
General Dynamics Advanced Information Systems, Inc., Pittsfield, Mass., is being awarded $20,153,731 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6246) for continued migration of the AN/BYG-1 weapons control system from a technology insertion (TI) 10 baseline to a TI-12; integration of advanced processing build 11; and delivery of capability multiple submarine platforms. The AN/BYG-1 is the combat control system common across submarine platforms. The system incorporates tactical control, weapon control, and tactical local area network functions into a single development program. Funds in the amount of $4,424,412 are obligated at time of award. Work will be performed in Pittsfield, Mass., and is expected to complete by June 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.
Goodrich Corp., Independence, Ohio, was awarded a firm-fixed-price, sole-source contract with a maximum $49,726,495 for high performance shock struts. Other location of performance is Cleveland, Ohio. Using service is Army. There was one proposal with one response. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is Aug.30, 2016. The Defense Logistics Agency Aviation, Redstone Arsenal, Ala., is the contracting activity (SPM4AX-12-D-9403/ZB01).
DEFENSE INFORMATION SYSTEMS AGENCY
Lockheed Martin Corp., Lockheed Martin Information Systems & Global Solutions Division, Manassas, Va., was awarded an indefinite-delivery/indefinite-quantity contract that includes a mix of firm-fixed-price, fixed-price with incentive, cost-plus-incentive-fee, and cost-plus and fixed-fee pricing plans. The contract is for worldwide support services necessary to carry out the day-to-day operations of Global Information Grid networks and related services, and to sustain the existing network and subsequent technology enhancement. The total cumulative face value of the contract is $1,911,000,000. The performance period includes a base period of performance of three years, from July 9, 2012 through July 8, 2015, and two two-year option periods, for a total period of seven years. Performance will predominantly be within the continental United States; however, support services are also required at multiple locations outside the continental United States. The original solicitation was issued as a full and open competitive action and two proposals were received. The solicitation was issued via the Federal Business Opportunities website. Lockheed Martin is registered as a large business. DITCO, Scott Air Force Base, Ill., is the contracting activity (HC1028-12-D-0021).
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $489,528,000 advance acquisition contract to provide long lead-time parts, material and components required for the delivery of 35 low rate initial production Lot VII F-35 Lightning II Joint Strike Fighter aircraft (19 Conventional Takeoff and Landing [CTOL] aircraft for the U.S. Air Force; three CTOLs for the government of Italy; 2 CTOLs for the government of Turkey; six Short Take-Off Vertical Landing [STOVL] aircraft for the Marine Corps; one STOVL for the United Kingdom; and four carrier variant aircraft for the Navy). In addition, this contract provides long lead-time efforts required for the incorporation of a drag chute in CTOL air systems for the government of Norway. 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). Work is expected to be completed in June 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-0004).
Allen Engineering Contractor, Inc.*, San Bernardino, Calif., is being awarded $12,301,127 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-09-D-1654) for the design and construction of tracked vehicle maintenance covers at Marine Corps Air Ground Combat Center, Twentynine Palms. The work to be performed provides for the design, engineering, and construction of primary and supporting facilities for 1st Tank Battalion at Twentynine Palms. The project provides related seismic features, anti-terrorism/force protection, built-in equipment, operation and maintenance support information, information systems, leadership in energy and environmental design, and federal Energy Acts compliance. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $12,510,127. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by March 2014. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Black Hills Ammunition*, Rapid City, S.D., is being awarded a $7,342,989 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56mm, 62 grain reduced ricochet limited penetration (RRLP) ammunition in support of the Naval Special Warfare Command. The 5.56mm RRLP ammunition will be used for close quarter battle operations in support of Naval Special Warfare Command along with training in indoor and outdoor firing ranges. Work will be performed in Rapid City, S.D., and is expected to be completed by June 2017. 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 one proposal received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-12-D-JN29).
US Foods, Inc., Lexington, S.C., was awarded a fixed-price with economic price adjustment, sole-source contract with a maximum $64,094,825 for prime vendor food and beverage support. There are no other locations of performance. Using 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 through 2013 Defense Working Capital Funds. The date of performance completion is June 16, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3563).
West Star Aviation, Grand Junction, Colo., was awarded a fixed-price with economic price adjustment, into-plane requirements contract with a maximum $14,919,350 for fuel. Other location of performance is Grand Junction Regional Airport, Colo. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was one proposal with one response. 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-0006).
Bell Boeing Joint Project Office, Bell-Boeing Joint Program, Amarillo, Texas, was awarded a firm-fixed-price, sole-source contract with a maximum $6,530,976 for rudder assemblies. Other location of performance is Pennsylvania. Using service is Navy. There was one proposal with one response. Type of appropriation is fiscal 2012 through 2015 Navy Working Capital Funds. The date of performance completion is Sept. 30, 2015. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-004Y-5948).
AIR FORCE
KZF-LJB, J.V., Cincinnati, Ohio, is being awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract in which individual firm-fixed-price delivery orders will be awarded a contract that requires contractors to provide architect and engineering expertise in the areas of site visits and investigations; design and economic analysis; construction drawings and specifications; survey of facilities for asbestos containing materials and lead coatings including sampling, testing and abatement design; and detailed cost estimates and bidding schedules for each project, in support of the architecture/engineering services program for the 88 ABW/CEC. The location of the performance is Wright-Patterson Air Force Base, Ohio. Work is to be completed by June 14, 2017. ASC/PKOC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-12-D-0005).
Lockheed Martin Integrated Systems, Inc., Bethesda, Md., is being awarded a $10,741,204 firm-fixed-price/cost-plus-fixed-fee contract to operate, maintain, and sustain the Camp Parks Communication Annex site equipment to support Wideband Global SATCOM satellite performance in orbit test and payload characterization test as well as other satellite on-orbit ancillary tests as needed. The location of the performance is Bethesda, Md. Work is to be completed by Nov. 30, 2012. SMC/PKJW, Los Angeles Air Force Base, Calif., is the contracting activity (GSA-00-Q-09BGD0039/FA8808-12-F-0001).
Northrop Grumman, Herndon, Va., is being awarded a $7,500,000 firm-fixed-price contract to provide digital data support services to manage, maintain and administer all software utilized to support the management, creation, sustainment, storage and distribution of Oklahoma City Air Logistics Center Aerospace Sustainment Directorate technical order sustainment for the Air Force and Foreign Military Sales platforms. The location of the performance is Tinker Air Force Base, Okla. Work is to be completed by June 1, 2013. Tinker Air Force Base, Okla., is the contracting activity (FA8102-12-C-0005).
NAVY
CounterTrade Products, Inc.*, Arvada, Colo. (N65236-12-D-4136); Global Technology Resources, Inc.*, Denver, Colo. (N65236-12-D-4137); and Mercom, Inc.*, Pawleys Island, S.C. (N65236-12-D-4138), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award supply contract for the procurement of commercial-off-the-shelf, material, equipment and related incidental support services for systems engineering, integration, large scale fabrication, non-developmental item procurement, and interim repair and maintenance that support production and integration processes. Each contractor will be awarded $33,333 at the time of award. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $820,000,000. Work will be performed in Arvada, Colo., Denver, Colo., and Pawleys Island, S.C. Work is expected to be completed by June 2013. If all options are exercised, work could continue until June 2017. 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 (100 percent small business set-aside) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with three offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.
BAE Systems Technology Solutions & Services, Rockville, Md. (N65236-12-D-4824); Englobal Government Services, Inc., Tulsa, Okla. (N65236-12-D-4825); and Honeywell Technology Solutions, Inc., Columbia, Md. (N65236-12-D-4826), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with firm-fixed price provisions, multiple award contract for the procurement of automated fuel handling equipment support services. The services required include development, design, engineering, fabrication, integration, installation, quality assurance, logistics, maintenance, life-cycle management and technical support for automated fuel handling equipment systems. Each contractor will be awarded $8,333 at the time of award. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $214,900,000. Work will be performed at Department of Defense fuel facilities worldwide, and is expected to be completed by June 2013. If all options are exercised, work could continue until June 2017. 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 via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with four offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.
L3 Communications Corp., Warrior Systems Division, Londonderry, N.H., is being awarded a $41,300,623 firm-fixed-price contract for the Handheld Laser Marker Block II; provision item order spares; and test, teardown, evaluation, repair, and data. The Handheld Laser Marker is a lightweight, handheld coded laser marker. Work will be performed in Londonderry, N.H., and is expected to be completed by June 2017. This contract was competitively procured via Federal Business Opportunities with two offers received. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-D-JQ03).
DEFENSE LOGISTICS AGENCY
MinXray, Inc., Northbrook, Ill.*, was issued a modification exercising the third option year on contract SPM2D1-09-D-8335/P00007. The award is a fixed-price with economic price adjustment contract with a maximum $106,155,724 for radiology systems, subsystems, and components. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 43 responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is June 16, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Mine Safety Appliances Co., Cranberry Township, Pa., was awarded a firm-fixed-price, sole-source, definite-quantity contract with a maximum $21,616,200 for procurement of foliage green advanced combat helmets. Other location of performance is Vermont. Using services are Army, Navy, Air Force, and Marine Corps. There was one proposal with one response. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is Aug. 30, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-12-C-0019).
Cascade Designs, Seattle, Wash., was awarded a fixed-price with economic price adjustment, sole-source contract with a maximum $20,000,000 for water purification filters. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. There was one response to the Web solicitation. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is June 13, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EG-12-D-0007).
Sierra Lobo, Inc., Fremont, Ohio, is being awarded a $7,757,129 cost-plus-fee with performance incentive, cost-plus-fixed-fee, cost reimbursable firm-fixed-price contract to provide on-site, flexible, high quality, efficient and effective, advanced research and engineering services in the following areas: analytical, numerical, systems and affordability/failure analysis, experimental testing, data acquisition and reduction, testing, hardware design and development, software development, and technical analysis with a basic two-year period. The location of the performance is Edwards Air Force Base, Calif. Work is to be completed by June 30, 2014. AFFTC/PK, Edwards Air Force Base, Calif., is the contracting activity (FA9300-12-C-0002).
NAVY
Tetra Tech EC, Inc., Virginia Beach, Va., is being awarded a maximum amount $100,000,000 indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract for environmental remediation services for projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR). No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Atlantic AOR, which includes North Carolina (29 percent); Virginia (25 percent); Maryland (15 percent); Connecticut (5 percent); Maine (5 percent); Massachusetts (5 percent); the District of Columbia (5 percent); Africa (5 percent); Pennsylvania (4 percent); West Virginia (1 percent); and Vieques, Puerto Rico (1 percent). Although principle geographical areas are identified for the contract, the contractor may be required to perform at any Naval or Marine Corps activity in the AOR covered by NAVFAC Atlantic . Work may also be added and performed anywhere outside of NAVFAC Atlantic’s AOR, as required by the government. The term of the contract is not to exceed 60 months with an expected completion date of June 2017. The applicable Environmental Restoration, Navy contract funds in the amount of $10,000 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 four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-12-D-7005).
Advanced C4 Solutions, Inc.*, Tampa, Fla. (N65236-12-D-3857); ISHPI Information Technologies, Inc.*, Mount Pleasant, S.C. (N65236-12-D-3859); Sentek Consulting, Inc., doing business as Sentek Global*, San Diego, Calif. (N65236-12-D-3860); ALEX-AS, J.V.*, Chantilly, Va. (N65236-12-D-3861); Strategic Operational Solutions, Inc.*, Vienna, Va. (N65236-12-D-3862); HighAction, L.L.C.*, Arlington, Va. (N65236-12-D-3863); Business Computers Management Consulting Group, L.L.C.*, Falls Church, Va. (N65236-12-D-3864); Imagine One StraCon Venture, L.L.C.*, Fort Worth, Texas (N65236-12-D-3865); WIJET, L.L.C.*, Huntsville, Ala. (N65236-12-D-3866); Business Integra Technology Solutions, Inc.*, Greenbelt, Md. (N65236-12-D-3867); Network Security Systems Plus, Inc.*, Falls Church, Va. (N65236-12-D-3868); Dynamic Network Enterprises, Inc.*, Stafford, Va. (N65236-12-D-3869); RLM Communications, Inc.*, Spring Lake, N.C. (N65236-12-D-3870); and TISTA Science and Technology Corp.*, Rockville, Md. (N65236-12-D-3871), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contract, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance electronics and communications services and solutions in support of mission capabilities within the integrated cyber operations portfolio to deliver the capabilities to operate, secure and defend the network and data in support of the warfighter’s mission. These contracts include options, which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated combined value of $98,700,000. These 14 contractors may compete for the task orders under the terms and conditions of the awarded contracts. Work will be performed in Charleston, S.C., and is expected to be completed by June 2013. If all options are exercised, work could continue until June 2017. Contract funds will not expire at the end of the current fiscal year. These contracts were competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with 16 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Atlantic Contingency Constructors, Norfolk, Va. (N62470-06-D-6007); Fluor Intercontinental, Inc., Greenville, S.C. (N62470-06-D-6008); and URS-IAP, L.L.C., Austin, Texas (N62470-06-D-6009), are being awarded a $50,000,000 cost reimbursement/firm-fixed-price modification to extend the ordering period for each indefinite-delivery/indefinite-quantity multiple award contract by 12 months for contingency construction, engineering, and services at various locations worldwide. The work to be performed provides the Navy, the Navy on behalf of Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for civilian construction and related engineering and services to respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. This may include capability to set up and operate a material liaison office at a deployed site in support of Naval Construction Force operations and participation in military exercises. After award of this modification, the total cumulative contact value will be $1,050,000,000. No task orders are being issued at this time. Work will be performed worldwide and is expected to be completed by June 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.
U.S. Foodservice, Inc., Las Vegas, Nev., was awarded a firm-fixed-price, sole-source, indefinite-quantity contract with a maximum $15,460,480 for prime vendor full line food distribution. Other location of performance is Albuquerque, N.M. Using services are Army, Air Force, and Department of Energy. There was one proposal with one response. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is June 15, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3562).
Coast Produce*, Los Angeles, Calif., was issued a modification exercising the third option year on contract SPM300-08-D-P021/P00031. The award is a fixed-price with economic price adjustment contract with a maximum $11,250,000 for fresh fruit and vegetable support. Using services are Army, Navy, Air Force, Marine Corps, Department of Agriculture School and reservation customers. There were four responses to the Defense Logistics Agency Internet Bid Board System solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is Dec. 15, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
ARMY
General Dynamics C4 Systems, Scottsdale, Ariz., was awarded a $385,550,000 firm-fixed-price and fixed-price-incentive-firm contract. The award will provide for the replacement of antiquated radars at four Army Test Centers with state of the art test-oriented equipment. Work will be performed in Scottsdale, Ariz., with an estimated completion date of June 4, 2022. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W900KK-12-D-0003).
Mantech Telecommunications and Information Systems Corp., Herndon, Va., was awarded a $248,026,023 firm-fixed-price and cost-plus-fixed-fee level-of-effort contract. The award will provide for the contractor logistics sustainment and support services for the Mine Resistant Ambush Protected Family of Vehicles. Work will be performed in Afghanistan, Kuwait, and several military installations around the United States, with an estimated completion date of Nov. 26, 2012. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0127).
Chavis, Inc., Maxton, N.C. (W912HN-12-D-0011); Jarrett Construction Co., Montgomery, Ala. (W912HN-12-D-0012); Trend Construction, Inc., Orlando, Fla. (W912HN-12-D-0013); and Rand Enterprises, Inc., Newport News, Va. (W912HN-12-D-0014), were awarded a $100,000,000 firm-fixed-price contract between four contractors. The award will provide for the construction services within the U.S. Army Corps of Engineers’ South-Atlantic Division. Work location will be determined with each task order, with an estimated completion date of May 30, 2017. The bid was solicited through the Internet, with 19 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.
Textron, Inc., New Orleans, La., was awarded a $79,182,680 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Medium Armored Security Vehicles for the Afghanistan National Army. Work will be performed in Slidell, La., with an estimated completion date of May 25, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0114).
Navistar Defense, L.L.C., Lisle, Ill., was awarded a $59,428,498 firm-fixed-price contract. The award will provide for the procurement of 1,357 rocket propelled grenadenet kits. Work will be performed in Springfield, Ohio, with an estimated completion date of Oct. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0201).
Better Built Construction Services, Middletown, Ohio (W912DY-12-D-0026); FutureNet Group, Inc., Detroit, Mich. (W912DY-12-D-0027); Green Jacket Contractors, L.L.C., Watertown, N.Y. (W912DY-12-D-0028); Jamco Ventures, San Antonio, Texas (W912DY-12-D-0029); and PentaCon, L.L.C., Catoosa, Okla. (W912DY-12-C-0030), were awarded a $46,300,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract between five contractors. The award will provide for the construction and development of training facilities within the U.S. Army Corps of Engineers’ Southwest Region. Work location will be determined with each task order, with an estimated completion date of May 25, 2017. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.
Archer Western Contractors, Atlanta, Ga., was awarded a $41,446,000 firm-fixed-price contract. The award will provide for the construction of a special operations’ facility at Fort Bragg, N.C. Work will be performed in Fort Bragg, N.C., with an estimated completion date of June 15, 2014. The bid was solicited through the Internet, with 14 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-12-C-0009).
Mythics, Inc., Virginia Beach, Va., was awarded a $32,114,326 firm-fixed-price contract. The award will provide for the Oracle unlimited software license agreement and maintenance support. Work will be performed in Virginia Beach, Va., with an estimated completion date of May 29, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-06-A-0003).
Lockheed Martin, Grand Prairie, Texas, was awarded a $30,640,620 firm-fixed-price and cost-plus-fixed-fee contract. The award will provide for the lifecycle support services for launchers in the field. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Huntsville, Ala., is the contracting activity (W31P4Q-08-C-0003).
Lockheed Martin Gyrocam Systems, L.L.C., Sarasota, Fla., was awarded a $21,475,700 firm-fixed-price contract. The award will provide for the procurement of 64 vehicle optics sensor systems interconnect kits-C, spare parts, and support services. Work will be performed in Sarasota, Fla., and Afghanistan, with an estimated completion date of May 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Belvoir, Va., is the contracting activity (W909MY-12-C-0011).
Young’s General Contracting, Inc., Poplar Bluff, Mo. (W912EQ-12-D-0005); Harold Coffey Const Co., Inc., Hickman, Ky. (W912EQ-12-D-0006); and Kingridge Enterprises, Inc., Little Rock, Ark. (W912EQ-12-D-0007), were awarded a $20,000,000 firm-fixed-price contract between three contractors. The award will provide for the embankment and supporting construction activities. Work location will be determined with each task order, with an estimated completion date of June 15, 2013. The bid was solicited through the Internet, with 17 bids received. The U.S. Army Corps of Engineers, Memphis, Tenn., is the contracting activity.
Chenega Logistics, L.L.C., Sioux Falls, S.D., was awarded a $19,916,911 firm-fixed-price contract. The award will provide for the procurement of five integrated Combat Outpost Surveillance Force Protection Systems, spare parts, technical data packages, and support services. Work will be performed in Sioux Falls, S.D., and Elkridge, Md., with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Orlando, Fla., is the contracting activity (W911QY-12-C-0081).
Academi Training Center, Moyock, N.C., was awarded a $17,448,051 firm-fixed-price contract. The award will provide for the security services in support of Forward Operating Base (FOB) Dwyer, and an option for FOB Delaram II. Work will be performed in Afghanistan, with an estimated completion date of May 22, 2016. The bid was solicited through the Internet, with 12 bids received. The Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W560MY-12-C-0006).
Wolverine Services, L.L.C., Colorado Springs, Colo., was awarded a $15,690,428 firm-fixed-price contract. The award will provide for the logistics support services at Fort Knox, Ky. Work will be performed in Fort Knox, Ky., with an estimated completion date of May 31, 2013. The bid was solicited through the Internet, with 16 bids received. The Mission and Installation Contracting Command, Fort Knox, Ky., is the contracting activity (W9124D-11-D-0056).
General Dynamics Ordnance and Tactical Systems, Inc., St. Petersburg, Fla., was awarded a $13,729,745 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure of M1130 105mm high explosive pre-formed fragmentation base bleed cartridges. Work will be performed in St. Petersburg, Fla.; Quebec, Canada; and South Africa, with an estimated completion date of July 25, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-09-C-0055).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded an $11,905,463 cost-plus-fixed-fee contract. The award will provide for the M270A1 improved armored cab development. Work will be performed in Santa Clara, Calif., and Grand Prairie, Texas, with an estimated completion date of May 31, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0188).
R.L. Reed, Inc., Las Vegas, Nev., was awarded an $11,097,391 firm-fixed-price contract. The award will provide for the construction of an F-35A aerospace ground equipment facility in Nellis Air Force Base, Nev. Work will be performed in Nellis Air Force Base, Nev., with an estimated completion date of Dec. 10, 2013. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Los Angles, Calif., is the contracting activity (W912PL-12-C-0010).
E4Sciences, Sandy Hook, Conn., was awarded a $9,900,000 firm-fixed-price contract. The award will provide for the architect and engineering design services and the geotechnical engineering analysis for the U.S. Army Corps of Engineers. Work will be performed in Sandy Hook, Conn., with an estimated completion date of May 30, 2017. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (WW912DS-12-D-0002).
Weeks Marine, Inc., Covington, La., was awarded a $9,612,650 firm-fixed-price contract. The award will provide for the lease of one cutterhead, hydraulic pipeline dredge fully operated with attendant plant. Work will be performed in various harbors on the Mississippi River, with an estimated completion date of Dec. 31, 2012. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-12-C-0008).
Cox Construction Co., Vista, Calif., was awarded a $9,599,000 firm-fixed-price contract. The award will provide for the construction of the qualification training range at Fort Irwin, Calif. Work will be performed in Fort Irwin, with an estimated completion date of May 24, 2014. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0009).
Leading Technology Composites, Inc., Wichita, Kan., was awarded a $9,165,428 firm-fixed-price contract. The award will provide for the procurement of 8,206 tactical stand alone plates ranging in size from small to extra large. Work will be performed in Wichita, Kan., with an estimated completion date of Nov. 1, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-12-C-0084).
Holland and Holland, Inc., Hinesville, Ga., was awarded a $9,035,374 firm-fixed-price contract. The award will provide for the paving services at Fort Stewart and Hunter Army Airfield, Ga. Work will be performed in Fort Stewart and Hunter Army Airfield, with an estimated completion date of March 31, 2015. The bid was solicited through the Internet, with eight bids received. The Mission and Installation Contracting Center, Fort Stewart, Ga., is the contracting activity (W9124M-12-D-0005).
Choctaw Transportation Co., Inc., Dyersburg, Tenn., was awarded an $8,934,000 firm-fixed-price contract. The award will provide for the flood control services along the Mississippi River. Work location will be determined with each task order, with an estimated completion date of May 30, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912EE-12-D-0003).
Geo-Con, Pittsburgh, Pa., was awarded an $8,854,435 firm-fixed-price contract. The award will provide for the construction services at the Atlantic Wood Industries Superfund Site located in Portsmouth, Va. Work will be performed in Portsmouth, Va., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-12-C-0036
Motorola Solutions, Inc., Columbia, Md., was awarded an $8,232,445 firm-fixed-price contract. The award will provide for the procurement of a new land mobile radio system to support designated sites in Korea. Work will be performed in Korea, with an estimated completion date of Nov. 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-C-0049).
Evergreen Helicopter, Inc., McMinnville, Ore., was awarded an $8,062,582 firm-fixed-price contract. The award will provide for the helicopter services and support to perform air medical evacuations, fire suppression services, and other missions for the U.S. Army Garrison, Hawaii Department of Defense Property, and operational training areas on the islands of Oahu and Hawaii. Work will be performed in Wheeler Army Airfield and Pohakuloa Training Area, Hawaii, with an estimated completion date of June 1, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity (W912CN-12-D-0002).
Primus Solutions, Anchorage, Alaska, was awarded a $7,802,044 cost-plus-award-fee contract. The award will provide for the base logistics support services at Fort Sill, Okla. Work will be performed in Fort Sill, Okla., with an estimated completion date of Nov. 30, 2012. One bid was solicited, with one bid received. The Mission and Installation Contracting Command, Fort Sill, Okla., is the contracting activity (W9124L-10-C-0004).
Iron Bow Technologies, L.L.C., Chantilly, Va., was awarded a $7,098,269 firm-fixed-price contract. The award will provide for the lifetime replacement initiative for the Network Enterprise Center at Fort Sam Houston, Texas. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of Nov. 30, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-07-D-0010).
TMG Services, Inc., North Kansas City, Mo., was awarded a $7,090,258 firm-fixed-price contract. The award will provide for the construction of a standard design chapel center on Fort Riley, Kan. Work will be performed in Fort Riley, Kan., with an estimated completion date of Aug. 6, 2013. Nineteen bids were solicited, with six bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-12-C-4005).
Longbow, L.L.C., Orlando, Fla., was awarded a $6,986,376 firm-fixed-price contract. The award will provide for the modification of an existing contract to support the low rate initial production of the Lot 2b radar electronic unit and unmanned aerial system tactical common data link assembly. Work will be performed in Orlando, Fla., with an estimated completion date of Aug. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0005).
Tower Industries, Inc., Greenville, Wis., was awarded a $6,930,887 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 2,934 500-pound practice bombs. Work will be performed in Greenville, Wis., with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0051).
Norfolk Dredging Co., Chesapeake, Va., was awarded a $6,804,350 firm-fixed-price contract. The award will provide for the maintenance dredging services at Sunny Point, N.C. Work will be performed in Sunny Point, N.C., with an estimated completion date of Nov. 1, 2012. Twenty bids were solicited, with three bids received. The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912PM-12-C-0009).
NAVY
TEAM Construction, L.L.C.*, Jacksonville, N.C. (N69450-12-D-1767); WEB, L.L.C.*, Springfield, Va. (N69450-12-D-1768); Artesian Contracting Co., Inc.*, Albany, Ga. (N69450-12-D-1769), C-T Construction, J.V.*, Bargersville, Ind. (N69450-12-D-1770); Small Business Group, Inc.*, North Charleston, S.C. (N69450-12-D-1771), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract in support of general building type projects at U.S. Marine Corps Logistics Base, Albany. The maximum dollar value for all five contracts combined is $60,000,000. The work to be performed provides for new construction, renovation, alteration, demolition, and repair work, including industrial, paving, infrastructure, administrative, training, dormitory, and community support facilities for Department of Defense activities in the Albany, Ga., area. TEAM Construction is being awarded task order 0001 at $457,378 for the renovation of the main lobby and renovation of the snack bar, Building 2200 Maintenance Center at Marine Corps Logistics Base, Albany, Ga. Work for this task order is expected to be completed by December 2012. All work will be performed in Albany, Ga. The term of the contract is not to exceed 36 months, with an expected completion date of June 2015. Contract funds in the amount of $477,378 are obligated on this award and $20,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 46 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
Kroeschell ESG, L.L.C., J.V., Newburgh, Ind., is being awarded a $57,302,629 firm-fixed-price contract for decentralization of the steam plant at Naval Station Great Lakes. The work to be performed provides for the conversion of all of the existing facilities at Naval Station Great Lakes serviced by the Navy central steam system from a central steam heat source to a building-level heat source. New infrastructure, including new gas lines and other supporting systems will be provided to support direct conversion equipment. Work will be performed in Great Lakes, Ill., and is expected to be completed by November 2015. 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 12 proposals received. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-12-C-0016).
BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded a $17,100,313 modification to a previously awarded cost-plus-award-fee contract (N00024-11-C-4408) to definitize the USS Howard (DDG 83) fiscal 2012 dry-dock selected restricted availability (DSRA). A DSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, Calif., and is expected to be completed by November 2012. Contract funds in the amount of $17,100,311 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
Submergence Group, L.L.C., Chester, Conn., was awarded a $22,700,000 firm-fixed-price contract modification to develop and test the S351 container submersible system. This includes efforts to design, construct, assemble, outfit, test, and deliver a complete, commercially classed prototype dry container submersible system. The work will primarily be performed in Chester, Conn., and Plymouth, England. U.S. Special Operations Command is the contracting activity (H92222-11-C-0001).
DEFENSE LOGISTICS AGENCY
Paramount Packaging*, Haddonfield, N.J., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $18,000,000 for material handling tote boxes. Other location of performance is Pennsylvania. Using service is Defense Logistics Agency Distribution. There were 22 proposals with 12 responses. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is June 12, 2014. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EF-12-D-0001).
Macquarie Aviation North America 2, Inc., doing business as Atlantic Aviation Louisville, Louisville, Ky., was awarded a fixed-price with economic price adjustment contract with a maximum $8,525,197 for fuel. Other location of performance is Louisville International Airport, Ky. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was one proposal with one response. Type of appropriation is fiscal 2013 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-0016).
Northrop Grumman Guidance and Electronics Co., Inc., Woodland Hills, Calif., was awarded a firm-fixed-price, sole-source contract with a maximum $6,961,800 to provide support for radar systems. There are no other locations of performance. Using service is Army. There was one proposal with one response. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is July 10, 2013. The Defense Logistics Agency Land & Maritime, Aberdeen Proving Ground, Md., is the contracting activity (SPRBL1-12-C-0016).
Lockheed Martin Integrated Systems, Bethesda, Md., is being awarded an $85,549,227 (face value) fixed-price incentive-fee contract for a full range of classified and unclassified information technology services in the National Capital Region (NCR). The effort provides services to approximately 18,000 users in the NCR and within a 300-mile radius of the Pentagon. Users include the Office of the Secretary of Defense, Joint Chiefs of Staff, National Military Command Center, Headquarters Air Force, and other government agencies who interface with the Department of Defense. The location of the performance is various locations within the NCR. Work is to be completed by June 30, 2014. AFDW/PK, Andrews Air Force Base, Md., is the contracting activity (FA7012-04-C-0003-P00170).
DEFENSE INFORMATION SYSTEMS AGENCY
ADCI of Delaware, L.L.C., Chevy Chase, Md. (DCA200-02-D-5024); AOS, Inc., Dallas, Texas (DCA200-02-D-5025); CapRock Government Solutions, Inc., Fairfax, Va. (DCA200-02-D-5026); Global Communication Solutions, Inc., Victor, N.Y. (DCA200-02-D-5027); and O’Gara Satellite Systems, Inc., Rancho Palos Verdes, Calif. (DCA200-02-D-5028), were awarded multiple award indefinite-delivery/indefinite-quantity contracts with a not-to-exceed ceiling of $65,750,000 to provide Inmarsat mobile satellite services for the Department of Defense combatant commands, services, and agencies, and as well as other federal agencies. The contracts provide worldwide commercial mobile satellite services, to include L-band satellite resources and airtime services for Inmarsat Broadband Global Area Network, Standards “B,” “C”(L-band), “M,” Mini-M, Mini-M (AERO), M4, AERO-I, AERO-H, AERO-H+, Swift Broadband, Swift 64, Fleet Broadband, Fleet 33, Fleet 55, and Fleet 77. These services support land, maritime (ship-to-ship, ship-to-shore, shore-to-ship) and aeronautical (air/ground/air) communications on a global basis. The period of performance is a one-year base with one, one-year option, June 6, 2012 through June 5, 2014. Performance will be at various locations around the world. The solicitation was issued as a sole-source action with award made to the five incumbent contractors. ADCI of Delaware, CapRock Government Solutions, Global Communication Solutions, and O’Gara Satellite Systems were small businesses when originally awarded, but are now large businesses. DITCO, Scott Air Force Base, Ill., is the contracting activity.
MCI Communications Services, Inc., doing business as Verizon Business Services, Ashburn, Va., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity sole-source contract for Defense Research and Engineering Network II telecommunication services for the High Performance Computing Modernization Program Office. The total value of this action is $40,787,599. The base period of performance is June 19, 2012 to June 18, 2013, with one six-month option period. The period of performance, should the option be exercised, shall end on Dec. 18, 2013. Performance will be at varies sites geographically dispersed across the continental United States (CONUS) as well as outside CONUS. Sole-source contract awarded as modification P00060 to contract DC200-02-D-5003. Notice was provided on the Federal Business Opportunities website. DITCO, Scott Air Force Base, Ill., is the contracting activity (DCA200-02-D-5003, P00060).
NAVY
ERAPSCO, Columbia City, Ind., is being awarded a $25,392,401 firm-fixed-price contract for the procurement of 4,628 AN/SSQ-125 sonobuoys. Work will be performed in DeLeon Springs, Fla. (53 percent), and Columbia City, Ind. (47 percent), and is expected to be completed in June 2014. 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 Aircraft Division, Patuxent River, Md., is the contracting activity. (N00421-12-C-0049)
Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $19,098,095 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-08-G-0010) for non-recurring engineering efforts to support delivery of 24 baseline Future Naval Aviation Combat System MH-60R helicopters for the government of Australia under the Foreign Military Sales Program. Work will be performed in Stratford, Conn., and is expected to be completed in September 2017. 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.
Softchoice Corp., McLean, Va., is being awarded a $12,422,800 for delivery order 0004 against a previously awarded blanket purchase agreement (BPA) (M67854-12-A-4701) to procure Microsoft brand name software support, known as software assurance, through May 2015. Work will be performed in McLean, Va., and is expected to be complete May 31, 2015. Contract funds will not expire at the end of the current fiscal year. This delivery order is issued against a single award BPA, which was competitively awarded. The Marine Corps System Command, Quantico, Va., is the contracting activity.
Newpark Mats & Integrated Services, L.L.C., The Woodlands, Texas, was issued a modification exercising the first option year on contract SPM8E6-11-D-0011. The award is a fixed-price with economic price adjustment contract with a maximum $16,165,376 for Dura-Base Mat System. Using services are Air Force and Army. There was one response to the Defense Logistics Agency Internet Bid Board System solicitation. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is July 10, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
June 24, 2012
Business / Career