Business and Career Opportunities DOD Awarded Contracts

September 13, 2012

Business / Career

DOD Awarded Contracts 

AIR FORCE

GSD&M Idea City L.L.C., Austin, Texas (FA3002-08-D-0019, P00007), is being awarded a $41,000,000 contract modification for U.S Air Force National Advertising.  This modification provides for the exercise of the fifth option period.  The location of the performance is Austin, Texas.  Work is expected to be completed by Sept. 30, 2012.  The contracting activity is AETC/CONS, Randolph Air Force Base, Texas.

DynCorp International L.L.C., Fort Worth, Texas (FA3002-13-C-0001), is being awarded a $35,724,192.00 firm fixed price contract to procure Acquisition of Support Services at Laughlin Air Force Base, Texas.  The location of the performance is Laughlin Air Force Base, Texas.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AETC CONS/LGCK, Randolph Air Force Base, Texas.

Vista Zia Technologies L.L.C., Las Cruces, N.M. (FA2521-12-D-0005), is being awarded a $30,000,000 indefinite delivery/indefinite quantity contract for contractor support services to assist the 45th Space Wing located at Patrick Air Force Base in the implementation and maintenance of its environmental programs.  The location of the performance is Las Cruces, N.M.  Work is expected to be completed by Aug. 31, 2018.  The contracting activity is 45 CONS/LGCA, Patrick Air Force Base, Fla.

Schafer Corp., Chelmsford, Mass. (FA7022-11-C-0009, P00012), is being awarded an $8,468,294 contract modification for particle analysis services.  The contract modification provides for the exercise of the second contract option period.  The location of the performance is Sunol, Calif.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AF ISR Agency/A7KRB, Patrick Air Force Base, Fla.

DEFENSE LOGISTICS AGENCY

Dentsply Professional, York, Pa., was issued a modification exercising the first option year on contract SPM2DE-11-D-7456/P00003.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $35,258,839 for distribution of a wide range of general dental supplies.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were fourteen responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 25, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MLDC Government Services Corp.*, Moscow, Idaho, was awarded contract SP0600-12-D-4552.  The award is a fixed price with economic price adjustment contract with a minimum $8,648,646 for fuel.  Other locations of performance are in Arizona.  Using service is federal civilian agencies.  There were thirty-two responses to the Web solicitation.  Type of appropriation is fiscal 2015 Stock Funds.  The date of performance completion is Sept. 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

NAVY

Teletronics Technology Corp.*, Newtown, Pa., is being awarded a $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide commercially available airborne instrumentation and equipment in support of the Naval Air Warfare Center Aircraft Division’s Air Vehicle Modification and Instrumentation Special Flight Test Instrumentation Pool.  Work will be performed in Newtown, Pa., and is expected to be completed in September 2017.  Contract funds will not expire at the end of the current fiscal year.  Funds will be obligated on individual task orders as they are issued.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-12-D-0012).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $18,820,793 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the Littoral Combat Ship.  The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas.  Littoral Combat Ships Mission Packages will be optimized for flexibility in the littorals.  Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats.  The Littoral Combat Ships Mission Packages are developed and acquired separately from the Littoral Combat Ships Sea Frame.  Work will be performed in Bethpage, N.Y. (45 percent); Washington, DC (20 percent); Panama City, Fla. (20 percent); Ventura County, Calif. (10 percent); and Dahlgren, Va. (5 percent), and is expected to be completed by December 2013.  Contract funds in the amount of $712,585 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington DC, is the contracting activity.

Peerless Manufacturing Co.*, Dallas, Texas, is being awarded a $13,749,614 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Ship Service Gas Turbine Generator three-stage pocket filter arrangement combustion intake air filtration systems to replace the existing systems on the Arleigh Burke (DDG 51) class.  The new air filtration systems are being procured in order to replace the existing intake filtration systems which are two-stage flat panel arrangements.  Work will be performed in various ship U.S. locations depending on the ship’s schedule at the time of installation, and is expected to complete by September 2017.  Contract funds in the amount of $139,712 will expire at the end of the current fiscal year.  This contract was competitively awarded through Navy Electronic Commerce Online and the Federal Business Opportunities websites, with two offers received.  The Naval Surface Warfare Center Carderock Division, Philadelphia, Pa., is the contracting activity (N65540-12-D-0002).

Precision Laser Services Inc.*, Fort Wayne, Ind. (N00164-12-D-JN32); Northside Machine Co., Inc.*, Dugger, Ind. (N00164-12-D-JN40); J and R Tool Inc.*; Loogootee, Ind. (N00164-12-D-JN41); Specialty CNC Inc.*, Bloomington, Ind. (N00164-12-D-JN42); Loughmiller Machine, Tool and Design, Inc.*, Loogootee, Ind. (N00164-12-D-JN43); C M Engineering Inc.*, Dugger, Ind. (N00164-12-D-JN44); Marathon Technologies Inc.*, Elk Grove Village, Ill. (N00164-12-D-JN45); C and S Machine Inc.*, Plainville, Ind. (N00164-12-D-JN46), are being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts for a combined cumulative value of $10,000,000 for the purchase of Crew Served Weapon Mounting Systems in support of  Naval Air Systems Command, V-22 Aircraft Survivability integrated product team.  Work will be performed at the sites identified above depending on which contractor receives each competitive delivery order, and work is expected to be completed by September 2017.  Contract funds in the amount of $306,652 will expire at the end of the current fiscal year.  These contracts were competitively procured under a Small Business set-aside via the Federal Business Opportunities website, with 16 proposals received.  Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

Mikel Inc.*, Fall River, Mass., is being awarded a $8,916,992 modification to previously awarded contract (N00024-11-C-6295) for Combat Systems of the Future and Non-Collinear Wave Front Curvature Ranging.  Services will be rendered as needed to provide for research and combat system development and processing in the areas of automation and data fusion, target motion analysis, weapon employment, and tactical decision aids that extend and apply previous efforts that focus on improved automation, reduced manning requirements, and improved human system integration over current combat systems applicable to Navy Submarines, Surface and Air platforms.  In addition, these services will include development of tactical combat and surveillance system algorithms and software to include sonar, combat control, weapons, communications, C4I and navigation functionality as well as non-tactical software for undersea fixed and portable tracking ranges.  This effort is under the Small Business Innovative Research program.  Work will be performed in Fall River, Mass. (88 percent);  Manassas, Va. (9 percent); Laurel, Fla. (1 percent); North Kingstown, R.I. (1 percent); and Poulsbo, Wash. (1 percent), and is expected to be completed by December 2013.  Contract funds will not expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, Washington, DC, is the contracting activity.

Raytheon Technical Services Co., L.L.C., Indianapolis, Ind., is being awarded a $7,009,652 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for 147 LAU-115 Missile Launcher Depot level repairs and upgrades in support of FA-18 A/B/C/D/E/F aircrafts.  Work will be performed in Indianapolis, Ind., and is expected to be completed in May 2014.  Contract funds in the amount of $7,009,652 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

BAE Systems Information and Electronics, Burlington, Mass., is being awarded a $7,660,333 modification to a cost plus fixed fee contract (HR0011-11-C-0050).  This modification was issued under the Insight program to continue executing the following tasks, in addition to others: develop the virtual environment, a high fidelity simulation of the physical test bed and exploitation and resource management system operating together in closed-loop, as well as to demonstrate its capability for real-time simulation.  Work will be performed in Burlington, Mass. (75.44 percent); Utica, N.Y. (22.33 percent), and Albuquerque, N.M., (2.23 percent). The work is expected to be completed by July 1, 2013. The Defense Advanced Research Projects Agency is the contracting activity.

NAVY

Lakeshore Toltest Corp., Detroit, Mich., is being awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity job order contract for repair, alterations, demolition, and minor new construction at Camp Lemonnier.  The work to be performed provides for general building type projects, new construction, renovations, alterations, demolition, and repair work.  No task orders are being issued at this time.  Work will be performed in Djibouti, Africa, and is expected to be completed by September 2017.  Contract funds in the amount of $50,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity (N33191-12-D-0616).

Aardvark Tactical, Inc., La Verne, Calif., is being awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-12-D-1119) for the procurement, integration, kitting, and packaging of non-lethal equipment sets that makeup 10 different capability modules that comprise the Escalation of Force-Mission Module (EoF-MM) to support Product Manager (PdM) 113 Non Lethal Systems (NLS).  Work will be performed in La Verne, Calif., and work is expected to be completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured on a Small Business Set Aside basis via Navy Electronic Commerce Office, with one response received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

L-3 Communications, Maripro, Inc., Goleta, Calif., is being awarded a $28,810,668 firm-fixed-price contract to install an undersea warfare training range off the coast of Jacksonville, Fla.  Efforts will include: program management, system production engineering, integration, manufacturing, installation and checkout of an undersea warfare training range.  Phase I will provide the infrastructure, trunk cabling and initial instrumented area of approximately 200 square nautical miles.  The second phase will instrument the remaining 300 square nautical mile area.  The installed system will be utilized to provide a new range capability off the Florida coast in shallow water.  The contract includes options which, if exercised, would bring the cumulative value to $126,954,935.  Work will be performed in Goleta, Calif. (70 percent), and Jacksonville, Fla. (30 percent), and is expected to be completed by June 2018.  If all options are exercised, work will continue through Oct. 2025.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Undersea Warfare Center Division, Newport, R.H., is the contracting activity (N66604-12-C-2838).

L-3 Communications – Communication Systems – West, Salt Lake City, Utah, is being awarded a $27,942,385 firm-fixed-price contract for the manufacture, test, delivery and support of the Common Data Link Hawklink system, including 7 AN/SRQ-4(Ku) Radio Terminal Sets for ship small surface combatants and 29 AN/ARQ-58 RTSs for the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Ga.(14 percent); Mountain View, Calif.(6 percent); Exeter, N.H.(2 percent); and Phoenix, Ariz.; El Cajon, Calif.; Oxnard, Calif.; Salinas, Calif.; Sunnyvale, Calif.; Boise, Idaho; Derby, Kan.; Littleton, Mass.; Stow, Mass.; Minnetonka, Minn.; Skokie, Ill.; Dover, N.H.; Bohemia, N.Y.; York Haven, Pa.; Providence, R.I.; Cedar Park, Texas; Ft. Worth, Texas; Toronto, Canada (1 percent) each and is expected to be completed in September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured under an electronic request for proposals, with one offer received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-2024).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $27,200,159 modification to previously awarded contract (N00024-11-C-4403) for USS Vella Gulf (CG-72) fiscal 2012 drydocking selected restricted availability.  The drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications to update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to completed by January 2013.  Contract funds in the amount of $27,200,159 expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

Intergraph Government Solutions, Madison, Ala., is being awarded a $10,982,794 firm-fixed-price contract to provide information technology support services in support of the U.S. Army Records Management Declassification Agency, Alexandria, Va., and the U.S. Navy-Management Systems Support Division, Kittery, Maine.  This contract contains one base year and three option years, which if exercised, will bring the contract value to $45,436,359.  Work will be performed at Alexandria Va., (80 percent); Pearl Harbor, Hawaii (5 percent); Portsmouth, N.H. (5 percent); Puget Sound, Wash. (5 percent); and Norfolk, Va. (5 percent), and work is expected to be completed by September 2013.  If all options are exercised, work will continue through Sept. 13, 2016.  Contract funds in the amount of $10,982,794 will expire at the end of the current fiscal year.  This contract was not competitively procured.  One company was solicited for this requirement and one offer was received in response to the solicitation.  The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-12-A-Q347).

A&D GC, Inc.*, Santee, Calif., is being awarded $10,464,000 for firm-fixed-price task order #0007 under a previously award multiple award construction contract (N62473-09-D-1658) for interior and exterior repairs at Commander, Third Fleet Command Headquarters Building C-60, Naval Base Point Loma.  The work to be performed provides for numerous repairs as the building has exceeded its life expectancy.  The renovations will be specific to the heating, ventilation and air conditioning (HVAC) systems, restrooms, roof, and security.  The preponderance of work will be comprised of the installation of HVAC systems, replacement of HVAC ducts, and replacement of the HVAC chiller.  Eight option items are being awarded along with the base item.  The option items include replacing the roof, renovating the restrooms, installing occupancy sensors, replacing the fire alarm panel, renovating the lobby, replacing the elevators, replacing the interior double and exterior mechanical doors, and renovating the second deck lobby.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2014.  Contract funds in the amount of $10,464,000 are obligated on this award and will 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.

G-W Management Services, LLC*, Rockville, Md., is being awarded $9,877,500 for firm-fixed-price task order #0020 under a previously awarded multiple award construction contract (N40080-10-D-0498) for construction of a new wastewater treatment plant at Camp Upshur, Marine Corps Base, Quantico.  The new plant will be a low-rise tertiary wastewater facility and will replace the existing conventional activated sludge plant.  The new plant will be designed to conform to the requirements of the Va., Sewage Collection and Treatment Regulations and will meet the wide population variations at the training facility.  Work will be performed in Quantico, Va., and is expected to be completed by March 2014.  Contract funds will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Stanley Consultants, Inc., Muscatine, Iowa, is being awarded a maximum amount $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for the preparation of Navy and Marine Corps Facilities Planning and Environmental Documentation in the Naval Facilities Engineering Command (NAVFAC) Europe Africa Southwest Asia (EURAFSWA) area of responsibility (AOR).  The work to be performed provides for plans, studies, events, project planning documents, geo-spatial information and service, global positioning system services and National Environmental Policy Act planning, multi-discipline architectural, mechanical/electrical, civil/structural, and fire protection projects for activities located in Southwest Asia and Africa inclusive of Bahrain, Egypt, Djibouti and United Arab Emirates.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC EURAFSWA AOR including, but not limited to Africa (50 percent) and Southwest Asia (50 percent).  The term of the contract is not to exceed 36 months with an expected completion date of September 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 17 proposals received.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity (N33191-12-D-0619).

Interocean American Shipping Corp., Moorestown, N.J., is being awarded $6,839,390 for option year one under a previously awarded firm-fixed-price, award fee with reimbursable elements contract (N00033-12-C-3131) for the operation and maintenance of the Offshore Petroleum Discharge System (OPDS) which consists of one U.S. flagged self-sustaining vessel, tender vessel, and associated equipment in support of the Navy.  The OPDS deploys, operates, and redeploys a system capable of delivering fuel from a tanker or fuel barge located up to eight miles offshore to the high-water mark of a designated beach site.  This contract includes four 12-month option periods and one 10-month option period which, if exercised, would bring the cumulative value of this contract to $35,356,257.  Option one is being exercised subject to the availability of funds in accordance with Federal Acquisition Regulation 52.232-18.  Work will be performed at sea. OPDS is forward-deployed worldwide, with a layberth in South Korea.  The contract is expected to be completed Sept. 30, 2013, and if all options are exercised, work will continue through July 2017.  This contract was competitively procured with more than 50 companies solicited via a request for proposal via the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers received.  Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-3131).

AIR FORCE

Indyne Inc., Reston, Va. (FA2521-08-C-0006, P00071), is being awarded a $28,232,995 cost plus incentive fee, firm fixed price and cost reimbursable contract for infrastructure operations and maintenance services for non-personal services involving operation and maintenance of the facilities, systems, equipment, utilities and infrastructure primarily for Cape Canaveral Air Force Station and several annexes in support of the 45th Space Wing and its mission partners.  The location of the performance is Patrick Air Force Base, Fla.  Work is to be completed by Sept. 30, 2013.  The contracting activity is 45 CONS/LGCZC, Patrick AFB, Fla.

Alutiiq 3SG, LLC, Anchorage, Ark. (FA3002-12-C-0022), is being awarded an $11,596,067 firm fixed price contract to procure support for the Acquisition of Civil Engineering Base Operations Support at Tyndall Air Force Base, Fla.  The location of the performance is Tyndall AFB. Fla.  Work is to be completed by Sept. 29, 2013.  The contracting activity is AETC CONS/LGCK, Randolph AFB, Texas.

G4S Government Solutions, Inc., Palm Beach Gardens, Fla. (FA2521-12-C-0057, P00003), is being awarded a $9,614,037 firm fixed price and cost reimbursable contract for Fire Protection, Emergency Management and Emergency Medical Services for non-personal services involving fire protection, emergency management and medical services for Cape Canaveral Air Force Station.  The location of the performance is Patrick Air Force Base, Fla.  Work is to be completed by Sept. 30, 2013.  The contracting activity is 45 CONS/LGCZC, Patrick Air Force Base, Fla.

Chenega Aerospace, LLC, Alexandria, Va. (FA9451-12-D-0158), is being awarded a $8,527,606.00 indefinite delivery/indefinite quantity and cost plus fixed fee contract to provide personnel, services and other items necessary to perform business reporting, analyses and management administration support functions for both the Directed Energy and Space Vehicles Directorates.  The location of the performance is Kirtland Air Force Base, N.M.  Work is to be completed by Oct. 31, 2013 unless expected options are exercise with a completion date of Oct. 31, 2015.  The contracting activity is AFRL/RVKDT, Kirtland Air Force Base, N.M.

Northrop Grumman Technical Services, Herndon, Va. (F09603-03-D-0002-0390), is being awarded a $7,035,504.00 cost plus fixed fee, cost reimbursement no fee and firm fixed price contract to procure engineering support for AN/ALQ-161A Preprocessor Flight Software 6.20 sustainment effort.  The location of the performance is Herndon, Va.  Work is to be completed by March 11, 2016.  The contracting activity is AFLCMC/WNKCB, Robins Air Force Base, Ga.

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Mo., was issued a modification on contract SP0400-01-D-9406/P00181.  The modification is a fixed price with economic price adjustment, sole source contract with a maximum $18,028,644 adding additional items to the basic contract.  Additional items are F-15 Verticals.  There are no other locations of performance.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is December 2015.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

NAVY

Harris Corp., of Rochester, N.Y., is being awarded a $397,451,848 indefinite-delivery/indefinite-quantity, firm fixed-price contract for Consolidated Single Channel Handheld Radios.  This contract will provide Type 1 certified, software defined, handheld radios with multiple radio variants, waveforms, ancillaries, and accessories to support a wide variety of operational missions.  This is one of two multiple award contracts: both awardees will compete for task orders during the ordering period.  This two-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $712,796,588.  Work will be performed in Rochester, N.Y., and is expected to be completed Sept. 9, 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Request for Proposal N66001-12-R-0003 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with two offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0149).

Thales Communications, Inc., Clarksburg, Md., is being awarded a $368,724,343 indefinite-delivery/indefinite-quantity, firm fixed-price contract for Consolidated Single Channel Handheld Radios.  This contract will provide Type 1 certified, software defined, handheld radios with multiple radio variants, waveforms, ancillaries, and accessories to support a wide variety of operational missions.  This is one of two multiple award contracts: both awardees will compete for task orders during the ordering period.  This two-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $644,327,813.  Work will be performed in Clarksburg, Md., and work is expected to be completed Sept. 9, 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Request for Proposal N66001-12-R-0003 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with two offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0148).

Alliant Techsystems Operations LLC, Defense Electronics Systems, Woodland Hills, Calif., is being awarded a $70,569,579 firm-fixed-price contract for the full rate production 1 of the Advanced Anti-Radiation Guided Missile.  This contract provides for the conversion of U.S. Government furnished AGM-88B High-Speed Anti-Radiation Missiles into 53 AGM-88E AARGM All-Up Round for the Navy (49) and the Government of Italy (4), 23 Captive Air Training Missile systems for the Navy, and all related supplies and services necessary for manufacturing, sparing, and fleet deployment.  Work will be performed in Woodland Hills, Calif. (90 percent); various locations in Italy (8.1 percent); Ridgecrest, Calif. (1.7 percent), and Clearwater, Fla. (.2 percent), and is expected to be completed in December 2012.  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.  This contract combines purchases for the Navy ($64,967,003; 92.06 percent) and the Government of Italy ($5,602,576; 7.94 percent).  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-0113).

CH2M HILL-METAG, a Joint Venture, Chantilly, Va., is being awarded a $61,995,330 firm-fixed-price design-build construction contract for construction of a combat aircraft loading area, an eastern taxiway extension, and an ammunition supply point that are required to support current and emerging operational missions at Camp Lemonnier, Djibouti.  The contract also contains two unexercised options, which if exercised would increase the cumulative contract value to $63,175,070.  Work will be performed in Djibouti, Africa, and is expected to be completed by April 2014.  Contract funds in the amount of $61,995,330 are obligated on this award and $50,642,630 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy electronic commerce online website, with 28 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-12-C-2008).

Integrity Consulting Solutions LLC*, Frederick, Md. (N62583-09-D-0164); Prevailance, Inc.*, Virginia Beach, Va. (N62583-09-D-0165); Quintech Security Consultants, Inc.*, Summerville, S.C. (N62583-09-D-0167); Risk Management Associated, Inc.*, Raleigh, N.C. (N62583-09-D-0168); and Trinity Applied Strategies, Corp.*, Alexandria, Va. (N62583-09-D-0169), are beingawarded option year three under a previously awarded firm-fixed-price multiple award contract for antiterrorism and force protection in support of the Naval Facilities Engineering Service Center, Port Hueneme.  The work to be performed provides for engineering services related to performing quantitative vulnerability and risk assessments used to assess terrorist and other criminal threats and other antiterrorism related studies.  The scope of work includes the development of new and innovative security countermeasures to mitigate those vulnerabilities and to conduct antiterrorism training.  The combined total value for all five contractors is $33,000,000.  No funds will be obligated with this award.  The total contract amount after exercise of this option will be $115,075,000.  No task orders are being issued at this time.  All work will be performed at various contractor sites within the continental United States.  Work is expected to be completed September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $11,968,510 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0001).  This order provides for requirements planning and analysis necessary to identify Production Transition Support for the F/A-18 E/F and E/A-18G aircraft programs.  Work will be performed in St. Louis, Mo., and is expected to be completed in May 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.

Rolls Royce Corp., Indianapolis, Ind., is being awarded a $9,706,560 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-09-D-0020) to meet increased requirements for power by the hour-per engine flight hours in support of the KC-130J aircraft.  Work will be performed in Cherry Point, N.C., and is expected to be completed in February 2013.  Contract funds in the amount of $9,706,560 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

AIR FORCE 

General Atomics Aeronautical Systems Inc., Poway, Calif. (FA8620-10-G-3038 002403), is being awarded a $296,956,705 cost plus fixed price, firm fixed price and time and materials contract for contractor logistics support which includes program management, urgent repairs and services, configuration management, technical manual and software maintenance.  The location of the performance is Poway, Calif.  Work is to be completed by Dec. 31, 2012.  The contracting activity is ASC/WIIK, Wright-Patterson Air Force Base, Ohio.  Contract involves foreign military sales to Afghanistan, Iraq and Africa.

Lockheed Martin Space Systems Co., Sunnyvale, Calif. (FA8810-12-C-0001), is being awarded a $81,924.076 cost-plus incentive fee contract for initial Non-Recurring Engineering (NRE) for the Space-Based Infrared Systems GEO 5-6 program.  This initial NRE effort will update obsolete parts, perform early stage development and procure long-lead supplies in order to mitigate schedule and risk to GEO-5 production.  The location of performance is Sunnyvale, Calif.  Work is to be completed by Aug. 21, 2015.  The contracting activity is SMC/IS, Los Angeles Air Force Base, Calif.

The Raytheon Co., Network Centric Systems,  Marlborough, Mass. (FA8307-12-C-0013), is being awarded a $70,000,000 firm fixed price contract for development, testing and production of engineering development models of air (E-4, E-6),  ground fixed and transportable Command Post Terminals with Presidential and National Voice Conferencing (PNVC) for the Family of Advanced Beyond Line-of-Sight Terminals.  The location of the performance is Marlborough, Mass.  Work is to be completed by July 2013.  The contracting activity is AFLCMC/HSNK, Hanscom Air Force Base, Mass.

U.S. Aeroteam Inc., Dayton, Ohio (FA8526-12-C-0039) is being awarded a $15,477,850 firm fixed price contract for C-17 aircraft engine ground transport trailers.  The location of the performance is Dayton, Ohio.  Work is to be completed by July 30, 2013.  The contracting activity is Robins Air Force Base, Ga.

Exbon Development, Inc., Garden Grove, Calif. (FA8201-12-D-0039), is being awarded a $9,000,000 firm fixed price contract for the Roofing Support Program to provide repairs and replacements of all buildings located at Hill Air Force Base.  The location of the performance is Hill AFB, Utah.  Work is to be completed by June 8, 2018.  The contracting activity is OO-ALC/PKOB, Hill AFB, Utah.

OAC Action Construction Corp., Miami, Fla. (FA2521-12-D-0006), is being awarded an $8,000,000 fixed price, indefinite delivery, indefinite quantity contract for Simplified Acquisition of Base Engineering Requirements.  The location of the performance is Patrick Air Force Base, Fla.  Work is to be completed by Sept. 9, 2016.  The contracting activity is 45 CONS /LGCAA, Patrick AFB, Fla.

DEFENSE LOGISTICS AGENCY

Brad Hall & Associates, Idaho Falls, Idaho*, was awarded contract SP0600-12-D-4532.  The award is a fixed price with economic price adjustment contract with a minimum $22,052,560 for fuel.  Other locations of performance are in Arizona, Utah, and Nevada.  Using military services are Army, Air Force, Marine Corps, and Federal Civilian Agencies.  There were thirty-two responses to the Web solicitation.  Type of appropriation is fiscal 2015 Stock Funds.  The date of performance completion is September 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Ahntech, Inc., San Diego, Calif.*, was awarded contract SP0600-12-D-4531.  The award is a fixed price with economic price adjustment contract with a minimum $16,008,357 for fuel.  Other locations of performance are in Arizona.  Using military services are Army, Air Force, Marine Corps, and Federal Civilian Agencies.  There were thirty-two responses to the Web solicitation.  Type of appropriation is fiscal 2015 stock funds.  The date of performance completion is September 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Raytheon Technical Services Co., Indianapolis, Ind.*, was awarded contract SPRWA1-12-D-0010.  The award is a firm fixed price, sole source contract with a maximum $7,193,565 for drive control module, replenishment spare parts for aircraft.  Other locations of performance are in California.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 thru fiscal 2015 Air Force Working Capital Funds.  The date of performance completion is December 31, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

DEFENSE COMMISSARY AGENCY

The Defense Commissary Agency is awarding a fixed price, requirements type contract to Sodexo Management, Inc., 9801 Washingtonian Blvd, Gaithersburg, MD, 20878-5355, on September 10, 2012, to provide deli/bakery operations for resale in DeCA’s East Area commissaries.  The estimated award amount is $8,342,191.  The contract is for a 24-month base period of performance beginning October 16, 2012 through September 30, 2014.  Two one-year option periods and four award terms are available.  If both option periods are exercised and four award terms are earned, the contract will be completed September 30, 2020.  Contract funds will not expire at the end of the current fiscal year.  Seven firms were solicited and five offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Directorate, MPRS, Fort Lee, Va., (HDEC02-12-D-0012).

NAVY

Adayana Government Group (DBA) Vertex Solutions Inc., Falls Church, Va. (N61340-12-D-7101); American Systems Corp., Chantilly, Va. (N61340-12-D-7102); The Boeing Co., St. Louis, Mo. (N61340-12-D-7103); Booz Allen Hamilton, Lexington Park, Md. (N61340-12-D-7104); CACI-CMS Information Systems Inc., Chantilly, Va. (N61340-12-D-7105); CAE USA Inc., Tampa, Fla. (N61340-12-D-7106); Carley Corp.*, Orlando, Fla. (N61340-12-D-7107); Corsair Engineering Inc.*, Orlando, Fla. (N61340-12-D-7108); Crew Training International Inc.*, Memphis, Tenn. (N61340-12-D-7109); Computer Sciences Corp., Hampton, Va. (N61340-12-D-7110); Delex Systems Inc., Herndon, Va. (N61340-12-D-7111); Dynamics Research Corp., Andover, Mass. (N61340-12-D-7112); Engineering and Computer Simulations Inc.*, Orlando, Fla. (N61340-12-D-7113); General Dynamics IT Inc., Fairfax, Va. (N61340-12-D-7114); ICF Inc., Fairfax, Va. (N61340-12-D-7115); Intelligent Decision Systems, Inc.*, Centreville, Va. (N61340-12-D-7116);  Kratos Technology and Training Solutions, Norfolk, Va. (N61340-12-D-7117); L3 D.P. Associates Inc., Alexandria, Va. (N61340-12-D-7118); Lockheed Martin Global Training and Logistics, Orlando, Fla. (N61340-12-D-7119); Logistic Services International Inc., Jacksonville, Fla. (N61340-12-D-7120); Northrop Grumman Technical Services, Herndon, Va. (N61340-12-D-7121); QinetiQ North America Inc., Huntsville, Ala. (N61340-12-D-7122); Raytheon Technical Services Co., Dulles, Va. (N61340-12-D-7123); Rockwell Collins Inc., Cedar Rapids, Iowa (N61340-12-D-7124); Science Applications International Corp., San Diego, Calif. (N61340-12-D-7125); Scientific Research Corp., Atlanta, Ga. (N61340-12-D-7126); Sonalysts Inc., Waterford, Conn. (N61340-12-D-7127); Southeastern Computer Consultants Inc.*, Fredrick, Md. (N61340-12-D-7128); TIE Today Inc.*, Orlando, Fla. (N61340-12-D-7129); VSD L.L.C.*, Virginia Beach, Va. (N61340-12-D-7130); Adsync Technologies Inc.*, Pensacola, Fla. (N61340-12-D-7201); Advanced Information Systems Group Inc.*, Orlando, Fla. (N61340-12-D-7202); Andy Harold and Associates*, Jacksonville, Fla. (N61340-12-D-7203); Aptima Inc.*,Woburn, Mass. (N61340-12-D-7204); Carley Corp.*, Orlando, Fla. (N61340-12-D-7205); CHI Systems Inc.*, Fort Washington, Pa. (N61340-12-D-7206); Corsair Engineering Inc.*, Orlando, Fla. (N61340-12-D-7207); Crew Training International Inc.*, Memphis, Tenn. (N61340-12-D-7208); The DISTI Corp.*, Orlando, Fla. (N61340-12-D-7209); Engineering and Computer Simulations Inc.*, Orlando, Fla. (N61340-12-D-7210); Intelligent Decision Systems Inc.*, Centreville, Va. (N61340-12-D-7211); K2 Share L.L.C.*, College Station, Texas (N61340-12-D-7212); MTS Technologies Inc.*, Arlington, Va. (N61340-12-D-7213); Novonics Corp.*, Washington, DC (N61340-12-D-7214); Sealund and Associates Corp.*, St. Petersburg, Fla. (N61340-12-D-7215); Southeastern Computer Consultants Inc.*, Frederick, Md. (N61340-12-D-7216); System Service Enterprises Inc.*, St. Louis, Mo. (N61340-12-D-7217); Technology Transfer Services Inc.*, Tampa, Fla. (N61340-12-D-7218); TIE Today Inc.*, Orlando, Fla. (N61340-12-D-7219); Varnermiller L.L.C.*, Mount Pleasant, S.C. (N61340-12-D-7220); VSD L.L.C.*, Virginia Beach, Va. (N61340-12-D-7221); Windwalker Corp.*, Tysons Corner, Va. (N61340-12-D-7222); are each being awarded a contract under the Training Data Products Contract (TDPC) multiple award indefinite-delivery/indefinite-quantity contract for Lot I, Lot II or both Lots.  These multiple award contracts provide the Naval Air Systems Command Team with a streamlined, quick reaction vehicle for the acquisition and life-cycle support of Training Data Products (TDP) through the application of the Instructional Systems Development (ISD) process.  The TDPC scope will support all phases of the ISD process including analysis, design, development, implementation, evaluation and sustainment; and delivery of resultant TDP.  The TDP will accommodate self-paced training, group paced training, dual purpose training, blended training, learner assessments, and performance support systems.  The scope of the TDPC multiple award contract is intended to support training system ISD requirements of Naval Air Systems Commands Aviation Training Systems Program Office, as well as the four Program Directorates (Program Directorate for Aviation, Program Directorate for Surface, Program Directorate for Undersea, and Program Directorate for Cross-Warfare/International) at the Naval Air Warfare Center Training System Division.  The aggregate not-to-exceed amount for these multiple award contracts, inclusive of options, is $780,000,000 and the companies will have the opportunity to compete for delivery orders under their respective LOTs.  Work will be performed at each awardee’s facility site or at existing or future training sites.  All orders are expected to be placed by August 2020, and all performance must be complete by August 2023.  Contract funds will not expire at the end of the current fiscal year.  These contracts were competitively procured via a multiple award electronic request for proposals, and 44 offers were received.  LOT I was procured as unrestricted with 30 contracts awarded.  LOT II was procured as a 100 percent small business set-aside with 22 contracts awarded.  The Naval Air Warfare Center Training System Division, Orlando, Fla., is the contracting activity.

The Pennsylvania State University Applied Research Laboratory, State College, Pa., is being awarded an estimated $415,045,425 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity task order contract to provide up to 2,060,076 staff hours for research, development, engineering, and test and evaluation in the areas of guidance, navigation and control of undersea systems; advanced thermal propulsion concepts and systems for undersea vehicles; advanced propulsors and other fluid machinery for marine systems; materials and manufacturing technology; atmosphere and defense communications systems; and other related technologies.  The contract includes an option for an additional five years, which, if exercised, would bring the total cumulative value of the contract to $853,275,100 and the cumulative staff hours to 3,935,759.  No funds are obligated nor guaranteed by the award of this contract; funds will be obligated on individual task orders.  Work will be performed in State College, Pa., and is expected to be completed by September 2017.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-12-D-6404).

Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a $91,725,006 modification (P00024) to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020) to exercise option year four for Prepositioning and Marine Corps Logistics Support Services for Blount Island Command.  Work will be performed in Jacksonville, Fla. (86 percent); aboard 16 Maritime Prepositioning Ships (12 percent); and in six locations in Norway (two percent), and work is expected to be completed Sept. 30, 2013.  Contract funds will not expire by the end of the current fiscal year.  At this time, none of the contract funds have been obligated.  U. S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

L-3 Communications EO/IR Inc., Santa Rosa, Calif., is being awarded a $31,830,703 firm-fixed-price contract for the procurement of 40 MX-15HDi Turrets and associated field service representative support and travel for units in theater.  Work will be performed in Burlington, Ontario, Canada (90 percent); Santa Rosa, Calif. (5 percent), and Afghanistan (5 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 Warfare Center, Lakehurst, N.J. is the contracting activity (N68335-12-C-0394).

eAlliant L.L.C., San Diego, Calif., is being awarded a not to exceed $21,670,774 indefinite-delivery/indefinite-quantity performance based contract with provisions for issuance of both firm-fixed-price and cost-plus-fixed-fee task orders.  The contract is for customer support center, data operations center, systems administration and network security support.  The contract includes two one-year option periods, which, if exercised, will bring the total cumulative value of the contract to the estimated amount of $66,677,000.  Work will be performed in New Orleans, La., and work is expected to be completed September 2013.  If all options are exercised, work could continue until September 2015.  Contract funds in the amount of $25,000 will expire at the end of the fiscal year.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-12-D-3852).

Lockheed Martin Sippican Inc., Marion, Mass., was awarded a $20,962,300 modification Aug. 31, 2012, to previously awarded contract (N00024-11-C-6404) for fixed-price incentive, firm-fixed-price, cost-plus-fixed-fee cost-only option for the production of MK48 Mod 7 common broadband advanced sonar system functional item replacement kits, and supporting warranty, engineering services, spares and production support material.  This effort is a combined purchase for the U.S. Navy (79 percent) and Canada (21 percent) under the Foreign Military Sales Program.  This modification will supply the U.S. Navy with functional item replacement upgrade kits consisting of a guidance and control box, broadband analog sonar receiver, preamplifier, cable assemblies, and guidance and control assembly materials.  This option provides 58 Common Broadband Advanced Sonar System (CBASS) kits including warranty, production support materials and engineering services.  Option also provides the Royal Canadian Navy with 18 CBASS upgrade kits including warranty and Functional Item Replacement spares.  Work will be performed in Marion, Mass. (95 percent), and Syracuse, N.Y. (5 percent), and is expected to complete by December 2016.  Contract Funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington, DC, is the contracting activity.

General Dynamic Information Technology, Fairfax, Va., is awarded a $14,000,000 contract modification (P00001) under task order number M67854-12-F-7007 to provide a wide range of logistics and sustainment services to various Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems at garrison and deployed locations worldwide.  Equipment supported by the proposed contract action share the following sustainment features:  Commercial-Off-The-Shelf hardware items across applications, the same geographic areas of operation, standard requirements for availability, common skills, and security clearance requirements.  Work will be performed in Camp Leatherneck, Afghanistan (57 percent); Camp Pendleton, Calif. (14 percent); Camp Lejeune, N.C. (11 percent); Okinawa, Japan (9 percent); Dam Neck, Va. (5 percent); Tampa, Fla. (1 percent); Kaneohe Bay, Hawaii (1 percent); Stafford, Va. (1 percent); and Bahrain (1 percent), and work is expected to be completed Sept. 6, 2013.  Contract funds in the amount of $14,000,000 will expire on at the end of the current fiscal year.  This task order was competitively procured, with three offers received.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

Neany Inc.*, Hollywood, Md., is being awarded a $13,906,647 firm-fixed-price contract to provide logistics services in support of Persistent Ground Surveillance System (PGSS) operators, including procurement of materials.  Work will be performed in various forward deployed operating bases located in Afghanistan (65 percent); Hollywood, Md. (30 percent); and Yuma, Ariz. (5 percent), and is expected to be completed in March 2013.  Contract funds in the amount of $8,138,873 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-12-C-0188).

NAVMAR Applied Sciences Corp., Warminster, Pa., is being issued a $13,704,773 firm-fixed-price order against a previously issued Basic Ordering Agreement (N68335-12-G-0025) to provide 72 Persistent Ground Surveillance System Operators at Forward Operating Bases located throughout Afghanistan.  Work will be performed in Afghanistan (90 percent) and Yuma, Ariz. (10 percent), and is expected to be completed in September 2013.  Contract funds in the amount of $13,704,773 will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

Lockheed Martin Integrated Systems, Bethesda, Md., is being awarded a $9,870,000 modification to previously awarded contract (N00024-06-C-6272) for Submarine Warfare Federated Tactical System systems engineering and integration and Universal Launch and Recovery Module efforts.  The Submarine Warfare Federated Tactical System is comprised of all submarine combat system subsystems, mainly command, control, communications, computers, combat Systems and intelligence systems.  This effort provides for the overall architecture integration of the subsystems to achieve a single total combat system for naval battlegroup interconnectivity.  The effort includes system engineering, integration and test, logistics and support for all subsystems.  Engineering services are included for design, testing and fabrication of combat system level changes and include support to tactical and non-tactical shipboard services for all host platforms and subsystem facilities.  Work will be performed in Manassas, Va. (45 percent); Jacksonville, Fla. (25 percent); Palm Beach, Fla. (12 percent); Waterford, Conn. (6 percent); Groton, Conn. (3 percent); Newport, R.I. (3 percent); Middletown, R.I. (2 percent); Bethesda, Md. (1 percent); Cherry Hill, N.J. (1 percent); Coral Gables, Fla. (1 percent); and Fall River, Mass. (1 percent), and is expected to complete by March 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, DC, is the contracting activity.

New Breed Inc., High Point, N.C., is being awarded a $9,253,704 firm-fixed-priced General Services Administration Federal Supply Schedule task order for logistics services to manage, support, and operate the U.S. Marine Corps Unit Issue Facility (UIF) warehouse network.  The UIF warehouse support makes up a portion of what is known as the Marine Corps Enterprise Consolidated Storage Program (CSP).  Included in this network are chemical, biological, radiological, and nuclear defense (CBRND) equipment and field protective mask and asset visibility.  The award to New Breed Inc., will preclude interruption of UIF support until such time as a single award contract can be awarded under full and open competition for the CSP.  Work will be performed in Barstow, Calif. (41 percent); Camp Lejuene, N.C. (20 percent); Camp Pendleton, Calif. (16 percent); Okinawa, Japan (14 percent); Kaneohe Bay, Hawaii (3 percent); Twenty-nine Palms, Calif. (2 percent); Yuma, Ariz. (2 percent); and Beaufort, S.C. (2 percent).  Work is expected to be completed July 7, 2013.  All applicable fiscal 2012 operation and maintenance funds in the amount of $9,253,704 will expire at the end of the current fiscal year.  This contract was not competitively procured.  A proposal was solicited via Navy Electronic Commerce Online from the sole-source contractor.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-F-2099).

Raytheon Co., Largo, Fla., is being awarded a $7,352,983 modification to previously awarded contract (N00024-08-C-5202) for design agent and engineering support services in support of the Cooperative Engagement Capabilities (CEC) program.  The CEC system is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in St. Petersburg, Fla. (90 percent), and Largo, Fla. (10 percent), and is expected to be completed by March 2013.  Contract funds in the amount of $2,769,832 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, DC, is the contracting activity.

AIR FORCE

CAE USA Inc., Tampa, Fla. (FA8223-10-C-0013 P00031) is being awarded a $16,201,298 contract modification for support of the KC-135 Aircrew Training Systems.  This contract modification is for the exercise of the third program year priced options to provide total acquisition and support for all KC-135 training devices to include upgrades, configuration management of current training systems hardware/software development, fielding new devices, on-site and on-call maintenance for aircrew training devices.  The locations of performance are Altus Air Force Base, Okla.; McConnell Air Force Base, Kan.; Fairchild Air Force Base, Wash.; Scott Air Force Base, Ill.; Mildenhall Air Force Base, England; Kadena Air Base, Japan; Hickam, Hawaii; MacDill Air Force Base, Fla.; March Air Reserve Base, Calif.; Milwaukee Air Reserve Base, Wis.; Pease Air National Guard Base, N.H; Seymour-Johnson Air Force Base, N.C.; and Grissom Air National Guard Base, Ind.  Work is to be completed by Sept. 30, 2013.  This modification is also for the exercise of priced options for Boom Operator Weapons System Trainer (BOWST) Interim Device Support necessary in order to ramp-up initial training and support services.  The locations of performance are McConnell Air Force Base, Kan.; Fairchild Air Force Base, Wash.; and Altus Air Force Base, Okla.  Work is to be completed by March 29, 2013.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

Universal Propulsion Company Inc., Fairchild, Calif. (FA8213-12-C-0068) is being awarded a $9,781,763.33 firm fixed price contract to procure the remanufacture of Advanced Concept Ejection Seat (ACES) II ejection system Digital Recovery Sequencers for the egress system.  The location of the performance is Fairchild, Calif.  Work is to be completed by Dec. 28, 2014.  The contracting activity is AFLCMC/EBHKB, Hill Air Force Base, Utah.

DEFENSE LOGISTICS AGENCY

CFM International Inc., Cincinnati, Ohio, was awarded contract SPRTA1-12-D-0021.  The award is a firm fixed price, sole source contract with a maximum $13,858,423 for engine parts.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Oct. 31, 2012.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

NAVY

Oshkosh Corp., Oshkosh, Wis., is being awarded $67,540,517 for fixed-price delivery order #0007 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-12-D-0209).  This delivery order is issued for the purchase of 207 Medium Tactical Vehicle Replacement (MTVR) production cargo vehicles for the Marine Corps, 60 MTVR cargo vehicles for the Navy Seabees, Nonrecurring Engineering, and Federal Retail Excise Tax for 299 cargo vehicles.  Work will be performed in Oshkosh, Wis., and is expected to be completed by Aug. 29, 2014.  Contract funds in the amount of $37,594,595 will expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $26,000,000 modification to previously awarded contract (N00024-06-C-2303) 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 March 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington DC., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Insightec Ltd., Dallas, Texas, was issued a modification exercising the first option year on contract (SPM2D1-11-D-8364).  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $48,000,000 for imaging systems, subsystems and components.  Other location of performance is Israel.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were forty-three responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 7, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Geo-Med L.L.C.*, Altamonte Springs, Fla., was awarded contract (SPM2D1-12-D-8200).  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $36,550,740 for various medical and surgical supplies.  Other locations of performance are Tenn.; Ga.; N.C.; Pa.; and Mass.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were eighty-six responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 6, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

BAE Systems Specialty Group, Jessup, Pa., was issued a modification exercising the second option year on contract (SPM1C1-08-D-1080/P00037).  The award is a firm fixed price contract with a maximum $26,940,150 for modular lightweight load carrying equipment.  Other locations of performance are Ky.; Tenn.; Ariz.; Wis.; and Puerto Rico.  Using military service is Army.  There were seven responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Oct. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., was awarded contract (SPRBL1-12-D-0019).  The award is a firm fixed price, sole source, indefinite delivery and indefinite quantity contract with a maximum $19,700,959 for acquisition of spare data bus cards.  There are no other locations of performance.  Using military service is Army.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md.

HDT EP Inc., Geneva, Ohio, was issued a modification exercising the first option year on contract (SPM8EB-11-D-0004/P00001).  The award is a fixed price with economic price adjustment, indefinite quantity contract with a maximum $8,151,208 for retro fit kit compressor.  There are no other locations of performance.  Using military services are Army and Air Force.  There were four responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2012-2013 Defense Working Capital Funds.  The date of performance completion is Sept. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Flir Systems Inc. dba FSI, Wilsonville, Ore., was awarded contract (SPRPA1-12-C-W078).  The award is a firm fixed price, sole source contract with a maximum $26,294,488 for turrets, central electronics and universal hand controls.  There are no other locations of performance.  Using military service is Navy.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Navy Working Capital Funds.  The date of performance completion is Dec. 30, 2012.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

Cobham Mission Systems Davenport, Davenport, Iowa, was awarded contract (SPRRA1-12-D-0121) a firm fixed price contract is corrected from a maximum $15,764,431 to $14,942,566 for nitrogen inerting units. There are no other locations of performance.  Using military service is Army.  There were two solicitations with one response.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is June 30, 2017.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

Altair Filter Technology, Louisville, Ky., was awarded contract (SPM8EB-12-D-0002). The award is a fixed price with economic price adjustment, indefinite delivery, indefinite quantity contract with a maximum $6,500,000 for agglomerator filters.  There are no other locations of performance.  Using military service is Navy.  There were two responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2012-2014 Defense Working Capital Funds.  The date of performance completion is Sept. 3, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

CAE USA Inc., Tampa, Fla., is being awarded a $26,023,694 firm-fixed-price contract for the procurement of one KC-130J weapon system trainer and associated items and spares for the Kuwaiti Air Force under the Foreign Military Sales Program.  Work will be performed in Tampa, Fla., and is expected to be completed in June 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-4.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting office (N61340-12-C-0020).

BAE Systems Land and Armaments Inc., U.S. Combat Systems Division, Louisville, Ky., is being awarded a $24,257,531 firm-fixed-price contract for 21 MK38 Mod 2 machine gun systems and associated spare parts in support of the U.S. Navy and the Philippines.  This contract combines purchases for the U.S. Navy (92.7 percent) and the government of the Philippines (7.4 percent) under the Foreign Military Sales Program.  The MK 38 Mod 2 machine gun system ordnance alteration kit consists of two-axis stabilization with remote control capability and an on-mount day/night electro-optical suite along with an eye-safe laser range finder.  The spare parts being procured on this contract include 13 toplight assemblies, 12 multi-function displays, four main control panels, six battery chargers, and one installation and checkout spare with deliveries starting in November 2013.  Work will be performed in Hafia, Israel (68 percent) and Louisville, Ky. (32 percent), and is expected to be completed by May 2014.  Contract funds in the amount of $9,509,007 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity (N00174-12-C-0026).

Boeing Defense, Space and Security Systems, Huntington Beach, Calif., is being awarded a $7,746,553 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0001).  This order provides for increment II acoustics activities to support the procurement of acoustics test capability for labs; dynamic allocation capability; the development and integration of acoustics rapid capability Insertion algorithms; and Multi-Static Active Coherent Phase II requirements and build plan definition.  Work will be performed in Anaheim, Calif., and is expected to be completed in September 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.

Max Fire Apparatus Inc.*, Castle Rock, Colo. (N00189-12-D-Z039); L.N. Curtis and Sons*, Oakland, Calif. (N00189-12-D-Z040); Tom Smith Fire Equipment Co.,*, Dawsonville, Ga. (00189-12-D-Z041); Phoenix Group of Virginia.*, Chesapeake, Va. (00189-12-D-Z042); Federal Resources Supply Co.*, Stevensville, Md. (00189-12-D-Z043); Atlantic Diving Supply*, Virgina Beach, Va. (00189-12-D-Z044); and Global Enterprise Inc.*, South Riding, Va. (N00189-12-D-Z045), are each being awarded indefinite-delivery/indefinite-quantity multiple award contracts to provide fire and emergency materials, equipment, and protective items to support emergency operations throughout the Navy.  The maximum contract value for the total program is $6,923,100.  Work will be performed in various locations around the U.S. and is expected to be completed by Sept. 4, 2016.  Contract funds in the amount of $2,220,000 will expire before the end of the current fiscal year.  The requirement was solicited through Navy Electronic Commerce On-Line and the Federal Small Business Opportunities websites, seven offers were received.  These contractors will compete for firm-fixed-price delivery orders in a 48-month ordering period under the terms and conditions of the awarded contract.  This contract was procured on a 100 percent small business set-aside.  NAVSUP Fleet Logistics Center, Norfolk, Philadelphia, Pa., is the contracting activity.

AIR FORCE 

U.S. Aeroteam Inc., Dayton, Ohio (FA8526-12-C-0039), is being awarded a $15,477,850 firm fixed price contract for 86 C-17 aircraft engine ground transport trailers.  The location of performance is Dayton, Ohio.  Work is to be completed by July 30, 2013.  The contracting activity is AFLCMC/WLMK of Robins Air Force Base, Ga.

United Paradyne Corp., Santa Maria, Calif. (FA4610-10-C-0008 P00058), is being awarded a $8,081,463 fixed price incentive fee, firm fixed price, cost reimbursement contract modification to provide an Aerospace Maintenance Operations Center that is a single point of contact that interfaces, controls, schedules, coordinates, operates, maintains, and provides support to the 30th Space Wing community.  Location of performance is Vandenberg Air Force Base, Calif.  Work is to be completed by Sept. 30, 2013.  The contracting activity is 30 CONS/LGCZ, Vandenberg Air Force Base, Calif.

The Boeing Co., Seal Beach, Calif., (F04701-96-C-0025 P00876), is being awarded a $6,513,778 contract modification for Global Positioning Systems Satellite Sustainment.  The contract modification provides for the exercise of an option for an additional 46,036 hours.  The location of the performance is Seal Beach, Calif.  The work is expected to be completed by Dec.31, 2012.  The contracting activity is SMC/GPK, El Segundo, Calif.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Charles River Analytics Inc., Cambridge, Mass., is being awarded a $6,767,214 modification to a cost plus fixed fee contract (HR0011-11-C-0051).  This modification was issued under the Insight program to continue executing the following tasks, in addition to others; support the Exploitation and Resource Management (E&RM) System engineering and integration, demonstration scenario and evaluation plan development, and design and implement the Interfaces for Enhanced Analyst/Automation Collaborative Tasking (INTERAACT) unified HMI framework.  Work will be performed in Hampton, Va. (66 precent); Madison, Wis. (2.06 precent); Buffalo, N.Y. (5.44 precent); Toronto, Canada (13.67 precent); Medford, N.J. (3.01 precent) and Burlington, Mass., (9.7 precent).  The work is expected to be completed by June 1, 2013.  The Defense Advanced

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , ,

Trackbacks/Pingbacks

  1. Business and Career Opportunities DOD Awarded Contracts | beenetworknews - September 20, 2012

    […] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  DOD AWARDED CONTRACTS Share this:TwitterFacebookLinkedInRedditMorePrintEmailLike this:LikeBe the first to like this. A4 Construction Co., aai corp, agreements, Air Force, Alliance Contractor Services, AmeriQual Group, armed forces, Armorworks Enterpri Crye Precision, Army, Awarded DOD Contracts, BAE Systems Information and Electronic Systems, BAE Systems Land & Armaments, Ball Aerospace and Technologies Corp., BBG, bids and procurement, Broadcasting Board of Governors, Business, business and career opportunities, business opportunities, C., Career, Career Opportunities, circumstances, Commerce, Contracts, Defense Logistics Agency, Department of Criminal Justice Training, Department of Defense, Department of Defense Awarded Contracts, Department of the Air Force, Department of the Army, Department of the Navy, DLA, DOD, DOD Awarded Contracts, Employment, fedbizopps, FedbizOpps Special Awards, Federal Bid Opportunities, Federal Bids, Federal Contracts, Finance and Administration Cabinet – Office of Procurement Services, Ft. Eustis, General Dynamics Corp., Government Contracts, Government Procurement, Hensel Phelps Construction Co., Hydraulics International, Inc, industry, Intific, J.V., Job, John C. Grimberg Co., Kentucky Department of Veteran Affairs, Kentucky Procurement, L-3 Communications, L.L. Black Box Network Services, L.L.C., L.P., Laibe Corp., Lion-Vallen Industries, Lockheed Martin, merchandiser, merchant, militaristic, Missile Defense Agency, Morehead State University, NASA, Navmar Applied Sciences Corp.*, Navy, Northrop Grumman, occupation, office, Pennsylvania State University, pursuit, Raytheon Corp., Raytheon Network Centric Systems, Rock Island Integrated Services, RORE-ITSI, Royal Jordanian Air Academy, RQ Construction, Science Application International Corp., Scientific Research Corp.*, servicemen, ses, Sikorsky Support Services, soldier-like, soldierly, Special Operations, SRI International, Systems Engineering Solutions, Textron Land & Marine Systems, The Boeing Co. BAE Systems, trade, tradesman, Truman Arnold Companies, U.S. Air Force, U.S. Army, U.S. Navy, United Technologies Corp, US Foods, USABID State and Local Purchases, ViaSat, Voice of America, warlike ← Calendar Notes […]

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: