Business and Career Opportunities DOD Awarded Contracts

September 20, 2012

Business / Career

DOD Awarded Contracts

ARMY

Balfour Beatty Construction, Fairfax, Va., (W91278-12-D-0035); B.L. Harbert International L.L.C., Birmingham, Ala., (W91278-12-D-0036); Carothers Construction, Oxford, Miss., (W91278-12-D-0037); Hensel Phelps Construction Co., Orlando, Fla., (W91278-12-D-0038); SAUER Inc., Jacksonville, Fla., (W91278-12-D-0039); and W.G. Yates and Sons Construction Co., Philadelphia, Penn., (W91278-12-D-0040); were awarded a $499,000,000 firm-fixed-price multiple-award-task-order contract.  The award will provide for the services in support of the Mobile District Military Program for the Gulf Coast Region.  Work location will be determined with each task order, with an estimated completion date of Sept. 6, 2017.  The bid was solicited through the Internet, with 33 bids received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity.

Empire Hospitality, Battle Ground, Wash., (W9124D-12-D-0052); Command Management Services, Portland, Ore., (W9124D-12-D-0053); and Hotel Contracting Services, Carson City, Nev., (W9124D-12-D-0054); were awarded a $230,000,000 firm-fixed-price multiple-award-task-order contract.  The award will provide for the meals, lodging and transportation service for military applicants processing through various military entrance processing stations.  Work location will be determined with each task order, with an estimated completion date of Sept. 11, 2017.  The bid was solicited through the Internet, with 16 bids received.  The U.S. Army Contracting Command, Fort Knox, Ky., is the contracting activity.

L-3 Communications Corp., Tempe, Ariz., (W91CRB-12-D-0014); and Exelis Inc., Roanoke, Va., (W91CRB-12-D-0015); were awarded a $200,000,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of Enhanced 3rd Generation Aviator’s Night Vision Imaging Systems.  Work location will be determined with each task order, with an estimated completion date of Sept. 3, 2017.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

L-3 Westwood Corp., Tulsa, Okla., was awarded a $92,273,737 firm-fixed-price contract.  The award will provide for the Engineering and Manufacturing Development Phase for the 100/200kW Large Advanced Mobile Power Source.  Work location will be determined with each task order, with an estimated completion date of May 7, 2018.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W909MY-12-D-0019).

Beretta USA Corp., Accokeek, Md., was awarded a $64,000,000 firm-fixed-price contract.  The award will provide for the procurement of the M9 Pistol.  Work location will be determined with each order, with an estimated completion date of Sept. 8, 2017.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-D-0011).

Weeks Marine Inc., Covington, La., was awarded a $50,000,000 firm-fixed-price contract.  The award will provide for the dredging services in Alabama, Mississippi and Florida.  Work location will be determined with each task order, with an estimated completion date of Nov. 7, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-12-D-0048).

Integral Consulting Services Inc., Gaithersburg, Md., was awarded a $49,684,574 firm-fixed-price contract.  The award will provide for the all-source intelligence analysis and other supporting services.  Work location will be determined with each task order, with an estimated completion date of July 29, 2017.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Intelligence and Security Command, Charlottesville, Va., is the contracting activity (W911W5-12-D-0002).

RB Construction Group Inc., Trujillo Alto, Puerto Rico, was awarded a $36,644,568 firm-fixed-price contract.  The award will provide for the construction of an Army National Guard Readiness Center at Fort Buchanan, Puerto Rico.  Work will be performed in Fort Buchanan, with an estimated completion date of Oct. 12, 2014.  The bid was solicited through the Internet, with nine bids received.  The National Guard Bureau, Guaynabo, Puerto Rico, is the contracting activity (W912LR-12-C-0005).

Quest Diagnostics Clinical Laboratories, Collegeville, Penn., was awarded a $36,094,265 firm-fixed-price contract.  The award will provide for the clinical reference laboratory testing services for the U.S. Army and other federal agencies.  Work will be performed in Collegeville, with an estimated completion date of March 31, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K04-12-D-0013).

Solid State Scientific Corp., Hollis, N.H., was awarded a $24,000,000 firm-fixed-price contract.  The award will provide for the services in support of the Multi-Spectral Sensors for Force Protection.  Work location will be determined with each task order, with an estimated completion date of Sept. 10, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-12-D-0012).

American Science and Engineering Inc., Billerica, Mass., was awarded a $20,799,851 firm-fixed-price contract.  The award will provide for the contractor logistic support services to the Government of Iraq.  Work will be performed in Iraq, with an estimated completion date of Sept. 9, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-12-C-0058).

Mathy Construction Co., Inc., Onalaska, Wis., was awarded a $22,025,162 firm-fixed-price contract.  The award will provide for the construction, repair and replacement of asphalt pavement at Fort McCoy, Wis.  Work will be performed in Fort McCoy, with an estimated completion date of Dec. 14, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort McCoy, Wis., is the contracting activity (W911SA-12-D-0009).

Lockheed Martin Corp., Orlando, Fla., was awarded a $17,154,000 firm-fixed-price contract.  The award will provide for the services in support of foreign military sales for three Light Armored Vehicle-25 A2 Deployable Advanced Gunnery Training Systems, three M1A2S D-AGTS and an option included for M1A2S D-AGTS Platoon Systems.  Work will be performed in Orlando, with an estimated completion date of Sept. 30, 2014.  One bid was solicited, with one bid received.  The U.S. Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-12-C-0020).

Hamp’s Construction L.L.C., New Orleans, La., was awarded a $14,680,647 firm-fixed-price contract.  The award will provide for the construction services in support of the Southeast Louisiana Urban Flood Control Project.  Work will be performed in Jefferson, La., with an estimated completion date of Feb. 9, 2016.  The bid was solicited through the Internet, with 11 bids received.  The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-12-C-0047).

Renew — Mason and Hanger JV, Lawrence, Kan., was awarded a $13,889,927 firm-fixed-price contract.  The award will provide for the construction services at Luke Air Force Base, Ariz.  Work will be performed in Luke Air Force Base, with an estimated completion date of Sept. 10, 2013.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0027).

Deloitte Consulting L.L.P, Alexandria, Va., was awarded a $12,415,938 time-and-materials contract.  The award will provide for the information technology services.  Work will be performed in Alexandria, with an estimated completion date of Feb. 28, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-F-0014).

General Dynamics Information Technology, Fairfax, Va., was awarded a $9,963,047 firm-fixed-price contract.  The award will provide for the services in support of information technology efforts.  Work location will be determined with each order, with an estimated completion date of Oct. 30, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Washington, DC, is the contracting activity (W91WAW-12-D-0019).

GovSmart Inc., Charlottesville, Va., was awarded a $9,505,505 firm-fixed-price contract.  The award will provide for the procurement of new software licenses and software maintenance support services.  Work will be performed in Austin, Texas, with an estimated completion date of June 9, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-D-C939).

Eiden Systems Corp., Charlottesville, Va., was awarded an $8,494,620 cost-plus-fixed-fee contract.  The award will provide for the necessary services in support of the U.S. Army Intelligence and Security Command.  Work will be performed in Charlottesville and Afghanistan, with an estimated completion date of Sept. 6, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Intelligence and Security Command, Charlottesville, Va., is the contracting activity (W911W5-12-C-0006).

Northrop Grumman Information Technology Inc., McLean, Va., was awarded an $8,193,091 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Biometric Identity Intelligence Resource System.  Work will be performed in Charlottesville, Va., with an estimated completion date of Sept. 6, 2015.  Sixteen bids were solicited, with one bid received.  The U.S. Army Intelligence and Security Command, Charlottesville, Va., is the contracting activity (W91QUZ-07-D-0005).

NSR Solutions Inc., Rockville, Md., was awarded a $7,617,022 firm-fixed-price contract.  The award will provide for the nursing services in support of Tripler Army Medical Center, Hawaii.  Work will be performed in Honolulu, Hawaii, with an estimated completion date of Sept. 30, 2013.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Medical Command, Tripler Army Medical Center, Hawaii, is the contracting activity (W81K02-10-D-0004).

AM General L.L.C., South Bend, Ind., was awarded a $7,540,351 firm-fixed-price contract.  The award will provide for the modification of an existing contract to convert the M1165A1 Special Ops Kit on High Mobility Multi-Purpose Wheeled Vehicles.  Work will be performed in Mishiwaka, Ind., with an estimated completion date of May 6, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0405).

PACE Pacific Corp., Phoenix, Ariz., was awarded a $7,349,000 firm-fixed-price contract.  The award will provide for the construction of a Flight Simulator Facility at Cannon Air Force Base, N.M.  Work will be performed in Clovis, N.M., with an estimated completion date of Jan. 28, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-12-C-0028).

Oshkosh Corp., Oshkosh, Wis., was awarded a $7,238,976 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to revise the Heavy Expanded Mobility Tactical Truck A4.  Work will be performed in Oshkosh, with an estimated completion date of Jan. 15, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0014).

Oshkosh Corpo., Oshkosh, Wis., was awarded a $7,195,464 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure M1089 A1P2 Wrecker Tactical Vehicles in support of Foreign Military Sales.  Work will be performed in Oshkosh, with an estimated completion date of Sept. 10, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Ellwood National Forge Co., Irvine, Penn., was awarded a $7,162,800 firm-fixed-price contract.  The award will provide for the forging services in support of the 81mm mortar.  Work location will be determined with each order, with an estimated completion date of Sept. 11, 2015.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Watervliet, N.Y., is the contracting activity (W911PT-12-D-0002).

AIR FORCE

B.W. Strayhorn Co., Inc.*, Wichita Falls, Texas, (FA3020-07-D-0004, P00008); Chavez Contracting, Inc.*, Wichita Falls, Texas, (FA3020-07-D-0005, P00008); Choctaw Contractors, Inc.*, Wichita Falls, Texas, (FA3020-07-D-0006, P00008); Cothran Construction*, Wichita Falls, Texas, (FA3020-07-D-0007, P00008) and Marvin Groves Electric Co., Inc., Wichita Falls, Texas, (FA3020-07-D-0009, P00008), are each being awarded a contract modification firm fixed price, indefinite-delivery/indefinite-quantity multiple award contracts to provide construction services.  The maximum contract value for the total program is $81,400.000.  The locations of the performance are Sheppard Air Force Base, Texas; Altus Air Force Base, Okla., and annexes at Lake Texoma, Texas.  Work is expected to be completed by March 27, 2013.  The contracting activity is 82nd CONS/LGCB, Sheppard Air Force Base, Texas.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, (FA42610-98-C-0001), is being awarded a $39,277,686 contract modification for the Payload Transporter Replacement (PTR) program.  The location of the performance is Hill Air Force Base, Utah, and Chandler, Ariz.  Work is to be expected to be completed by Sept. 30, 2016.  The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah.

Korean Air Aerospace Division, Busan, South Korea, (FA8232-12-D-0013), is being awarded a $38,400,000 an indefinite delivery and indefinite quantity contract for delivery of depot maintenance services to strip and paint and provide upgrades in support of USAF/PACAF F-16 Aircraft operating in the Asian theater.  The location of the performance is Busan, South Korea.  Work is expected to be completed by June 30, 2018.  The contracting activity is AFLCMC/WWMK, Hill Air Force Base, Utah.

S.E.R.E. Solutions Inc., Spokane, Wash., (FA3002-06-D-0008, P00029), is being awarded an $8,979,392 contract modification for Survival, Evasion, Resistance and Escape (SERE) instruction services.  The location of the performance is Fairchild Air Force Base, Wash.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AETC CONS/LGCU, Fairchild Air Force Base, Wash.

NAVY

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $38,936,397 modification to previously awarded cost-plus-fixed-fee contract (N00024-11-C-2306) exercising options for DDG 1000 class and engineering services.  This contract modification provides additional class and engineering services associated with the detail design and construction of DDG 1000-class ships.  Work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and maintenance of ship design.  Work will be performed in Bath, Maine, and is expected to complete by October 2013.  Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington DC, is the contracting activity.

General Electric Aircraft Engines, Lynn, Mass., is being awarded an $11,952,635 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0007) for the procurement of 75 PPC-109rA parts for the T64 Engine Reliability Improvement Program in support of the H-53 Program.  Work will be performed in Lynn, Mass., and is expected to be completed in October 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.

Sauer Inc., Jacksonville, Fla., is being awarded $8,608,956 for firm-fixed-price task order modification #0006-09 under a previously awarded multiple award construction contract (N62467-05-D-0181), for the renovation of building 5345, Headquarters, 8th Air Force, at Barksdale Air Force Base.  The work to be performed provides for all managerial, supervision, labor, materials, equipment and transportation necessary for the construction effort related to the revised design of the Headquarters, 8th Air Force project to accommodate the inclusion of an Air Operations Center into the facility as a result of a mission change.  After award of this modification, the total cumulative task order value will be $27,797,342.  Work will be performed in Barksdale, La., and is expected to be completed by December 2013.  Contract funds in the amount of $8,608,956 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command Southeast, Jacksonville, Fla., is the contracting activity.

Honeywell International, Albuquerque, N.M., is being awarded an $8,286,161 contract for post-production support services for the RQ-16B T-Hawk Block II Micro Air Vehicle.  The RQ-16B is a rugged, field-repairable, single operator, vertical launched, Unmanned Air System that supports explosive ordnance disposal technicians and is currently used in theater to support Operation Enduring Freedom.  Work will be performed in Albuquerque, N.M., and is expected to complete by September 2013.  Contract funds in the amount of $3,966,077 will be obligated at time of contract award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-12-D-0006).

LaRosa Building Group L.L.C.*, Meriden, Conn., is being awarded $6,609,354 for firm-fixed-price task order #0007 under a previously awarded multiple award construction contract (N40085-10-D-9454), for Power Plant Building and site repairs at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment Cutler.  The work to be performed provides for repairs to buildings including roofs, exterior walls, doors and windows.  Also included in the repairs is the replacement of the boiler, heating, ventilation and air conditioning units and exhaust systems.  Interior lighting and wiring will be replaced, louvers will be replaced, and fall protection will be installed.  Work will be performed in Cutler, Maine, and is expected to be completed by March 2014.  Contract funds in the amount of $6,609,354 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Public Works Department Maine, Portsmouth Naval Shipyard, Portsmouth, N.H., is the contracting activity.

Correction:  The award to Intuitive Surgical Inc., Sunnyvale, Calif., of a not-to-exceed $33,852,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide disposable and reusable instruments for use with daVinci Surgical Systems was not issued on September 14, 2012, as originally announced.  A separate announcement will be issued later this week once a firm award date is established.  Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-12-D-5046).

DEFENSE LOGISTICS AGENCY

Henry Schein, Inc., Melville, N.Y., was issued a modification exercising the third option year on contract SPM2DE-09-D-7444/P00007.  The modification is a fixed-price with economic price adjustment contract with a maximum $780,669,549 for general dental supplies.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies.  There were ten responses to the DLA internet bid board system solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Telephonics Corp. Farmingdale, N.Y. (FA8730-12-C-0007), is being awarded a $60,082,968 firm-fixed-price contract award for the production of 19 UPX-40s to include hardware installation kits, installation support, manufacturing and sustainment support.  The location of the performance is Huntington, N.Y.  Work is expected to be completed by Oct. 19, 2018.  The contracting activity is AFLCMC/HBSK, Hanscom Air Force Base, Mass.

WSI All-Star Facility Services, LLC., Palm Beach Gardens, Fla. (FA8601-11-C-0010), is being awarded a $10,313,519 firm-fixed-price and some time and material contract modification to procure logistics support services function  for Wright-Patterson Air Force Base, Ohio.  The location of the performance is Wright-Patterson AFB, Ohio.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/PKOB, Wright-Patterson AFB, Ohio.

NAVY

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $12,790,789 modification to previously awarded contract (N0024-06-C-4408) for the USS Hopper (DDG-70) depot selected restricted availability.  Work will be performed in Pearl Harbor, Hawaii, and is expected to complete by December 2012.  Contract funds in the amount of $12,790,789 expire at the end of the current fiscal year.  Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

Bulltrack-Watts, a Joint Venture *, Marysville, Calif., is being awarded $11,781,923 for firm-fixed-price task order #0007 under a previously awarded multiple award construction contract (N40192-10-D-2801) for repair and modernization of Sierra Wharf at Naval Base Guam.  The work to be performed provides for sustainment, restoration and maintenance repairs to waterfront facilities at Sierra Wharf to allow berthing of various Navy ships.  The project elements include level III above and under water structural inspection, repairs to sheet piles, cathodic protection, concrete cap, mooring hardware, pavement, utilities and telecommunication system.  Work will be performed in Santa Rita, Guam and is expected to be completed by January 2014.  Contract funds in the amount of $11,781,923 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

AIR FORCE

AAR Manufacturing Inc., AAR Mobility Systems, Cadillac, Mich. (FA8519-08-D-0008, P00007), is being awarded a $75,204,600 contract modification for depot level repair of 463L cargo pallets.  The location of the performance is Cadillac, Mich.  Work is expected to be completed by Sept. 16, 2013.  The contracting activity is AFLCMC/WNKBBA, Robins Air Force Base, Ga.

Raytheon, McKinney, Texas (FA8620-06-G-4041, DO 001211), is being awarded a $44,032,247 contract modification for the Reaper/Predator Program.  This contract modification is for Multi-spectral Targeting System, Target Location Accuracy, High- Definition Video and Targeting Improvements.  The location of the performance is McKinney, Texas.  Work is expected to be completed by July 17, 2015.  The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio.

Lockheed Martin Space Systems Co., Sunnyvale, Calif. (F04701-02-C-0002, P00544), is being awarded a $42,962,261 contract modification for Advanced Extremely High Vehicle (AEHF) Crypto Availability KI-54D for Space Vehicle 6.  The location of the performance is Camden, N.J. and El Segundo, Calif.  Work is expected to be completed by Oct. 16, 2015.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

ARTEC ALASKA JV, Joint Base Elmendorf-Richardson, Alaska (FA5000-04-C-0011, P00319), is being awarded a $38,622,921 contract modification for the operation and maintenance of the Alaska Radar System.  The location of the performance is Joint Base Elmendorf-Richardson, Alaska.  Work is expected to be completed by Sept. 30, 2014.  The contracting activity is 673 CONS/LGCZ, Joint Base Elmendorf-Richardson, Alaska.

Alliant Techsystems Operations L.L.C., Keyser, W. Va. (FA8213-12-C-0034) is being awarded a $10,636,035.00 firm-fixed-price contract to procure 415 units of Rocket Assisted Take Off Motor (RATO).  The location of the performance is Keyser, W.Va.  Work is expected to be completed by November 2014.  The contracting activity is AFLCMC/EBHKA, Hill Air Force Base, Utah.

ABACUS Technology Corp., Chevy Chase, Md. (FA9401-05-D-0001), is being awarded a $9,505,222 firm-fixed-price and cost-reimbursable contract for Command, Control, Communication, Computer (C4) Services.  The location of the performance is Kirtland Air Force Base, N.M.  Work is expected to be completed by Sept. 15, 2013.  The contracting activity is AFNWC/PKOC, Kirtland Air Force Base, N.M.

Northrop Grumman Space and Mission Systems Corp., Carson, Calif. (F33657-98-D-2061 TO 0149), is being awarded a $6,571,559 contract modification for support of the training network for the Mobility Air Force Distributed Mission Operations.   The location of the performance is Scott Air Force Base, Ill.  Work is expected to be completed by Sept. 28, 2013.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded contract SPM4AX-12-D-9402/ZB07.  The award is a firm-fixed-price, sole source contract with a maximum $42,820,123 for helicopter rotor blades.  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 Sept. 30, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

UNITED STATES TRANSPORTATION COMMAND

American Auto Logistics L.P., of Park Ridge, N.J., is being awarded a $15,840,361 delivery order modification in order to provide additional funding to Award Term Year 4 for transportation and storage services though Oct. 31, 2012 of privately owned vehicles (POVs) belonging to military service members and transportation of DoD-sponsored shipments of POVs for DoD civilian employees.  Work will be performed at multiple U.S. and overseas locations.  Contract funds will not expire at the end of the current fiscal year. U.S. Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (DAMT01-03-D-0184).

NAVY

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $13,711,392 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0009) to provide integrated logistics services and publications in support of the Brazilian S-70B Anti-Submarine Warfare/Anti-Surface Warfare Aircraft Program under the Foreign Military Sales Program.  Services to be provided also include training and field support.  Work will be performed in Cabo Frio, Brazil (59 percent) and Stratford, Conn. (41 percent), and is expected to be completed in July 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

TCOM L.L.P.*, Columbia, Md., is being awarded an $11,700,810 firm-fixed-price contract for 22M and 28M aerostat parts, spares, and field services representatives in support of the Army’s Persistent Ground Surveillance System (PGSS) Program.  Work will be performed in Elizabeth City, N.C. (90 percent) and Columbia, Md. (10 percent), and is expected to be completed in September 2013.  Contract funds in the amount of $1,163,892 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(2).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0407).

 Insitu Inc., Bingen, Wash., is being awarded a $7,748,974 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) for pre and post deployment operations and services in support of the ScanEagle Unmanned Aerial Systems (UAS).  These services will provide electro-optical/infra red and mid-wave infra red imagery in support of land-based operations in Operation Enduring Freedom to provide real-time imagery and data.  Work will be performed in Bingen, Wash., and is expected to be completed in August 2013.  Contract funds in the amount of $7,748,974 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Environet Inc.*, Kamuela, Hawaii, is being awarded $7,479,775 for firm-fixed-price task order #0033 under a previously awarded multiple award construction contract (N62478-10-D-4020), for renovation and repair of existing facilities at Marine Corps Reserve Center, Kaneohe Bay.  The work to be performed provides for a new ground control tower.  The tower will consist of a control tower cab, office, break area/room, electrical/communications equipment room, elevator and restroom.  Included shall be site utilities, electrical service and communication distribution from/to nearest available water, sewer, electrical and communication services.  Mechanical systems include air conditioning, fire protection/suppression, and ventilation systems.  Electrical systems include an integrated notification/fire alarm system.  Paving and site improvements include building lighting, paving for exterior equipment pads, circulation, landscaping, and perimeter chain link security fencing.  A security monitoring camera and a remote entry system controlled from the tower cab will be installed at the entry gate.  Work will be performed in Kaneohe, Hawaii, and is expected to be completed by October 2013.  Contract funds in the amount of $7,479,775 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Atlantic Contingency Constructors L.L.C., Norfolk, Va., is being awarded $7,461,000 for cost-plus-award-fee task order modification 0017-07 under a previously awarded multiple award construction contract (N62470-06-D-6007) for the construction phase of Hurricane Isaac recovery efforts at Naval Air Station/Joint Reserve Base New Orleans.  The work to be performed provides for repairing buildings damaged by Hurricane Isaac back to pre storm condition.  The task order through modification 06 provided for the planning, assessment, and stabilization phases of recovery efforts.  Work will be performed in New Orleans, La., and is expected to be completed by December 2012.  Contract funds in the amount of $7,461,000 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order modification.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $94,000,000 cost-plus-fixed-fee delivery order for level-of-effort man-hours and material for advance planning and preliminary execution efforts for the USS Miami (SSN 755) fire restoration.  The contractor will accomplish USS Miami (SSN 755) fire restoration efforts which include assessment and analysis, planning, material procurement, fabrication and initial installation as required to return this mission ready submarine to the fleet.  This work will be done in coordination with the on-going Engineered Overhaul being executed by Portsmouth Naval Shipyard, and was assigned to the private sector based on workload constraints at the public shipyards.  This contract includes a negotiated priced option which, if exercised, would bring the cumulative value of this delivery order to $100,000,000.  Work will be performed in Portsmouth, N.H. (35 percent); Newport News, Va. (25 percent); Groton, Conn. (20 percent), and Quonset Point, R.I. (20 percent), and is expected to be completed by June 2013.  Contract funds in the amount of $94,000,000 will expire at the end of the current fiscal year.  The order was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-G-4304 0001).

Huntington Ingalls Incorporated, Pascagoula, Miss., is being awarded a cost-plus award fee contract for CG 47-class cruisers and DD 963-class destroyers Integrated Planning Yard Services.  The base year of the contract has an estimated value of $83,271,169, of which $1,000 is being obligated at contract award.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $468,155,000.  Work will be performed in Pascagoula, Miss., and is expected to be completed by August 2013.  Contract funds in the amount of $1,000 will expire at the end of the current fiscal year.  Incremental funding will be provided by the administering activity.  This contract was not competitively procured pursuant to FAR 6.302-1, only one responsible source.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-12-C-4323).

Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded a $58,102,467 modification to previously awarded contract (N00024-11-C-5118) for the production of one fiscal year 2012 multi-mission signal processor equipment set, two ballistic missile defense 4.0.1 equipment sets, and one upgraded Aegis weapon system equipment set to support fielding Aegis modernization capabilities to the Fleet.  Work will be performed in Moorestown, N.J. (74 percent); Clearwater, Fla. (25 percent); and Akron, Ohio (1 percent), and is expected to complete by December 2014.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington D.C., is the contracting activity.

Intuitive Surgical, Inc., Sunnyvale, Calif., is being awarded a not-to-exceed $33,852,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide disposable and reusable instruments for use with daVinci® Surgical Systems.  Work will be performed in and outside of the continental United States, and is expected to be completed by September 2017.  No funds will be obligated at the time of award.  Funding will be provided on individual delivery orders and is expected to be fiscal year funding.  This contract was not competitively procured.  Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-12-D-5046).

ATI COCER-ILES-LAGECO, Catania, Sicily, Italy (N33191-12-D-0029); Environmental Chemical Corp., Burlingame, Calif. (N33191-12-D-0030); LA TERMICA S.r.l., Naples, Italy (N33191-12-D-0031); and JV SKE Italy 2012, Vicenza, Italy (N33191-12-D-032), are each being awarded a firm-fixed-price indefinite-delivery/indefinite-quantity multiple award, design-build construction contract for construction projects located within the Naval Facilities Engineering Command Europe Africa Southwest Asia, Facilities Engineering Acquisition Department  Sigonella area of responsibility.  The maximum dollar value including the base period and four option years for all four contracts combined is $26,698,705.  The work to be performed provides for the new construction, renovation, alteration, demolition, repair, additions and upgrades of general building facilities, waterfront facilities and airfields throughout Sicily.  Work will include a variety of facility types, including, but not limited to, barracks/dormitories, administrative facilities, communication facilities, educational facilities, medical/dental/hospital facilities, dining facilities, industrial facilities, warehouse facilities, ranges, operational/training facilities, roads, streets, bridges, site utilities/infrastructure, waterfront facilities, piers/wharves, dredging and aviation facilities (including hangars, runways and aprons), recreational/quality of life facilities and other base development facilities throughout Sicily.  ATI COCER-ILES-LAGECO is being awarded task order #0001 at $215,309 for the design and construction for the expansion of the Air Terminal Operations Center, Building 436, at Naval Air Station Sigonella, Sicily, Italy.  Work for this task order is expected to be completed by April 2013.  All work on this contract will be performed in Sicily, Italy.  The term of the contract is not to exceed 60 months, with an expected completion date of September 2017.  Contract funds in the amount of $255,357 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 11 proposals received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command Europe Africa Southwest Asia, Facilities Engineering Acquisition Department Sigonella, Sicily, Italy, is the contracting activity.

 Logos Technologies, Inc.,* Arlington, Va., is being awarded a $21,011,727 cost-plus-fixed-fee, firm-fixed-price, order against a previously issued basic ordering agreement (N68335-10-G-0036) for a Phase III Small Business Innovation Research (SBIR) project.  This SBIR project is in support of Topic 072-019 “Wide Area Video Image Storage Techniques.”  This order provides three Kestrel Systems and Integration Support as well as field service representatives, operators, analysts, and trainers to support Persistent Threat Detection System outside the continental United States deployed systems.  The work will be performed in Afghanistan (55 percent), Fairfax, Va. (35 percent), Raleigh, N.C. (10 percent), and is expected to be completed in October 2013.  Contract funds in the amount of $11,232,000 will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Lakehurst, N.J., is the contracting activity.

Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded an $18,465,012 modification to previously awarded contract (N00024-09-C-5110) for the production and integration of an Aegis weapon system in support of DDG 116 and the purchase of material assemblies to support Aegis ashore missile defense system Host Nation 1.  Work will be performed in Moorestown, N.J. (85 percent); Clearwater, Fla. (14 percent); and Akron, Ohio (1 percent); and is expected to complete by January 2017.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington D.C., is the contracting activity.

Neany, Inc.,* Hollywood, Md., is being awarded a $13,331,687 firm-fixed-price modification to a previously awarded cost-plus-fixed-fee contract (N68335-12-C-0145) to provide continuing operator support services to Persistent Ground Surveillance System operators, field service representatives and technicians for the U.S. Army.  Work will be performed in various forward operating bases located in Afghanistan (85 percent); Hollywood, Md. (10 percent); and Yuma, Ariz. (5 percent), and is expected to be completed in February 2013.  Contract funds in the amount of $13,331,687 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, Mission Systems and Sensors, Moorestown, N.J., is being awarded a $10,760,841 cost-plus award fee and cost-plus fixed-fee modification to previously awarded contract (N00024-09-C-5103) to exercise options for fiscal year 2012 Aegis Platform Systems Engineering Agent activities and Aegis Modernization Advanced Capability Build engineering. This modification is for the procurement of Aegis Platform Systems Engineering Agent activities and Aegis Modernization Advanced Capability Build engineering for the CG 57 and DDG 51 class of ships.  The Platform Systems Engineering Agent manages the in-service combat systems configurations, as well as the integration of new or upgraded capability into the CG57 and DDG 51 class of ships.  Work will be performed in Moorestown, N.J., and is expected to be completed by April 2013.  Funds in the amount of $6,230,188 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Black Construction / MACE International Joint Venture, Barrigada, Guam, is being awarded a $9,987,700 firm-fixed-price contract for maintenance dredging on the Small Boat Basin at Naval Support Facility Diego Garcia.  The work to be performed provides for maintenance dredging on the Small Boat Basin with an approximate area of 114,450 square yards.  The work includes maintenance dredging, including handling and disposal of dredged material and dredged material storage area.  Work will be performed at Diego Garcia, British Indian Ocean Territories, and is expected to be completed by April 2014.  Contract funds in the amount of $9,987,700 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N40084-12-C-0002).

3e Technologies International Inc., Rockville, Md., is being awarded a $9,923,241 contract for the design, development, integration, testing and implementation of critical infrastructure sensor network at Government sites for the Naval Surface Warfare Center, Corona Division.  Work will be performed in Commander, Naval District Washington area to include Naval Support Activity (NSA) South Potomac, Dahlgren, Va. (19 percent); Joint Base Anacostia Bolling, Washington, D.C. (17 percent); NSA Bethesda, Bethesda, Md. (16 percent); Naval Air Station Patuxent River, Patuxent River, Md. (16 percent); NSA Annapolis, Annapolis, Md. (16 percent); and NSA Washington, Washington, D.C. (16 percent); and is expected to complete by February 2013.  Contract funds in the amount of $3,941,098 will expire at the end of the current fiscal year.  This contract was not competitively procured as it is Phase III Small Business Innovative Research (SBIR) extension effort is to integrate the technologies and concepts established under SBIR Topic N98-114.  Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, Calif., is the contracting activity (N63394-12-C-5127).

BAE Systems Land and Armaments Inc., U.S. Combat Systems Division, Minneapolis, Minn., is being awarded a $7,319,223 modification to previously awarded contract (N00024-10-C-5349) for fiscal year 2012 production requirements for MK 21 MOD 2 STANDARD Missile-3 canisters and associated hardware in support of the MK 41 vertical launching system program.  The MK 41 vertical launching system provides a missile launching system for the Navy’s CG 47- and DDG 51-class surface combatants, as well as allied navies’ surface combatants.  Effort under this contract includes the production of the canisters for the STANDARD Missile-2, vertical launch anti-submarine rocket, STANDARD Missile-3, STANDARD Missile-6, evolved SEASPARROW missile, and tactical TOMAHAWK.  The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing.  They also serve as missile shipping and storage containers.  Work will be performed in Aberdeen, S.D. (87 percent) and Minneapolis, Minn. (13 percent), and is expected to complete July 2014.  Contract funds will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

IPC, (USA), Inc., Irvine, Calif.*, was awarded contract SP0600-12-D-4537.  The award is a fixed price with economic price adjustment contract with a minimum $82,094,723 for fuel.  Other locations of performance are throughout Arizona, Nevada, Utah, and California.  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 FY15 Stock Funds.  The date of performance completion is September 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Science Application International Corp., Fairfield, N.J., was issued a modification on contract SPM500-02-D-1021/P00033.  The modification is a firm fixed price, indefinite delivery and indefinite quantity, Prime Vendor bridge contract with a maximum $75,000,000 for maintenance, repair, and operations for Southeast Zone 1 Region.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies.  There were eleven responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is September 17, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

SupplyCore Inc., Rockford, Ill.*, was issued a modification on contract SPM500-02-D-1022/P00031.  The modification is a firm fixed price, indefinite delivery and indefinite quantity, Prime Vendor bridge contract with a maximum $50,000,000 for maintenance, repair, and operations for Southeast Zone 2 Region.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies.  There were eleven responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through FY13 Defense Working Capital Funds.  The date of performance completion is September 17, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Simmonds Precision Products, Inc., Vergennes, Vt., was awarded contract SPM4AX-08-D-9408.  The award is a firm fixed price contract with a maximum $35,735,360 for digital computers.  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 September 2015.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

Pocono Produce Co., Stroudsburg, Pa.*, was issued a modification exercising the third option year on contract SPM300-08-D-3248/P00035.  The modification is a fixed price with economic price adjustment, Prime Vendor contract with a maximum $22,500,000 for food and beverage support for Department of Defense and Non-Department of Defense customers in the N.J., N.Y., Central and Eastern Pa. areas.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one response to the Web solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 15, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVCOM Defense Electronics Inc., Corona, Calif.*, was awarded contract SPRWA1-12-D-0004.  The award is a firm fixed price, indefinite delivery and indefinite quantity, sole source contract with a maximum $22,331,698 for receiver transmitters and signal data converters.  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 through fiscal 2014 Foreign Military Sales (India) and Air Force Working Capital Funds.  The date of performance completion is September 17, 2014.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

Sea Box, Inc., East Riverton, N.J.*, was awarded contract SPRDL1-12-D-0064.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $10,289,320 for various types of shipping and storage containers.  Other location of performance is Hillsborough, New Jersey.  Using military service is Army.  There were two solicitations with two responses.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is September 13, 2012.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

Charleston Marine Containers Inc., North Charleston, S.C., was awarded contract SPRDL1-12-D-0065.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $10,289,320 for various shipping and storage containers.  There are no other locations of performance.  Using military service is Army.  There were two solicitations with two responses.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is September 13, 2013.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

Pocono Produce Co., Stroudsburg, Pa.*, was issued a modification exercising the third option year on contract SPM300-08-D-3249/P00030.  The modification is a fixed price with economic price adjustment, Prime Vendor contract with a maximum $6,750,000 for food and beverage support for Department of Defense and non-Department of Defense customers in New York.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one response to the Web solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 15, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Science Applications International Corp., Surveillance and Reconnaissance and Intelligence System Services, McLean, Va. (FA8650-10-C-1887, P00028), is being awarded a $74,400,000 Undefinitized Contractual Action contract modification for fiscal 2013 operations and maintenance of Angel Fire Spiral 2+ Blue Devil Block I.  The location of performance is Afghanistan.  Work is expected to be completed by December 11, 2013. The contracting activity is AFRL/RQKSR, Wright-Patterson Air Force Base, Ohio.

Harris IT Services Corp., Colo.,Springs, Colo. (FA2550-08-C-8011, P00103), is being awarded a $65,419,729 contract modification to the Network and Space Operations Maintenance contract for services required to operate, maintain and logistically support Air Force Space Command’s 50th Space Wing mission.  The locations of performance are Schriever Air Force Base, Colo.; Vandenberg Air Force Base, Calif.; Andersen Air Force Base, Guam; Kaena Point, Hawaii; New Boston Air Force Station, N.H.; Cape Canaveral Air Station, Fla.; Thule Air Base, Greenland; Diego Garcia Station, British Indian Ocean Territory; Ascension Island, British Atlantic Ocean Territory and Kwajalein Atoll at Republic, Marshall Islands.  Work is expected to be completed by Sep. 29, 2013.  The contracting activity is 50 CONS/LGCZW, Sch.

BAE Systems Technology Solution and Services, Rockville, Md. (FA2517-06-C-8001, P00312) is being awarded a $49,233,586 contract modification to manage, operate, maintain and logistically support the Solid State Phased Array Radar Systems.  The locations of performance are Cape Cod Air Force Station, Mass.; Beale Air Force Base, Calif.; Thule Air Base, Greenland; Clear Air Force Station, Ark., and Royal Air Force Fylingdales, United Kingdom.  Work is expected to be completed by September 30, 2018.  The contracting activity is 21 CONS/LGCZ, Peterson Air Force Base, Colo.

Space Coast Launch Services, Patrick Air Force Base, Fla. (FA2521-05-C-000), is being awarded a $26,825,242 contract modification for the launch operations support contract.  This modification provides for the exercise of option 8.  The location of the performance is Cape Canaveral Air Force Station, Fla.  Work is expected to be completed by September 30, 2013.  The contracting activity is 45 CONS/LGCZL, Patrick Air Force Base, Fla.

BAE Systems Technology Solutions and Services, Rockville, Md. (FA2517-09-C-8000, P00084), is being awarded a $7,900,000 contract modification for non-personal services to operate, maintain and support the Perimeter Acquisition Radar Attack Characterization System.  The location of the performance is Cavalier Air Force Station, N.D. Work is expected to be completed by Sep. 30, 2017. The contracting activity is 21 CONS/LGCZB, Peterson Air Force Base, Colo.

Newbegin Enterprises, Inc., Johnson City, Tenn. (FA4803-11-D-0001-000202), is being awarded a $7,500,000 contract modification for the Internet-Based Contractor Operated Parts Store contract.  The location of the performance is Johnson City, Tenn.  Work is expected to be completed by March 31, 2013.  The contracting activity is 20 CONS/LGCAA, Shaw Air Force Base, S.C.

Five Rivers Services, Colorado Springs, Colo. (FA2517-09-C-8003, P00074), is being awarded a $6,685,733 contract modification is to manage, operate, maintain and logistically support nine Air Force Space Surveillance System Field Stations.  The locations of the performance are Red River Air Reserve, Ark.; Jordan Lake, Ala.; Elephant Butte, N.M.; Gila River, Ariz.; Lake Kickapoo, Texas; Silver Lake, Miss.; Hawkinsville, Ga.; Tattnall, Ga. and San Diego, Calif. Work is expected to be completed by Sep. 30, 2013.  The contracting activity is 21 CONS/LGCZB, Peterson Air Force Base, Colo.

USSOCOM

MultiLingual Solutions, Rockville, Md., is being awarded a $5,000 minimum, $250,000,000 maximum value, indefinite delivery/indefinite quantity contract for Foreign Language, Regional Expertise, and Cultural (LREC) training to students from U.S. Special Operations Command’s four service components.  The work will be performed in various CONUS and OCONUS locations.  The contract period of performance will be a 12-month base period from September 17, 2012, through September 16, 2013, with two consecutive 12-month option periods.  USSOCOM, MacDill Air Force Base, Fla., is the contracting activity (H92222-12-D-0021).

DEFENSE LOGISTICS AGENCY

SNCT dba SNC Manufacturing*, Orocovis, Puerto Rico, was awarded contract SPM1C1-12-D-1063.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $77,370,110 for Army combat uniform coats.  Other locations of performance are throughout Puerto Rico.  Using military service is Army.  There were ten responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Sept. 12, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CFM International, Cincinnati, Ohio, was awarded contract SPRTA1-11-G-0001-00H7.  The award is a firm fixed price, sole source contract with a maximum $47,239,500 for fan rotors.  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 Air Force Working Capital Funds.  The date of performance completion is March 31, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Hologic L.P., Marlborough, Mass., was issued a modification exercising the third option year on contract SPM2DE-09-D-7228/P00010.  The modification is a firm fixed price, indefinite delivery and indefinite quantity, sole source contract with a maximum $32,300,000 for ThinPrep Pap test kits and related supplies.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one response to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Special T Hosiery Mills*, Burlington, N.C., was issued a modification exercising the third option year on contract SPM1C1-10-D-1033/P00008.  The modification is a firm fixed price contract with a maximum $7,192,800 for antimicrobial socks.  There are no other locations of performance.  Using military services are Army and Air Force.  There were eleven responses to the Web solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 18, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Eaton Aerospace L.L.C., Jackson, Miss., was awarded contract SPRRA2-12-D-0021.  The award is a firm fixed price, sole source contract with a maximum $6,755,776 for reservoir assemblies.  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 March 15, 2017.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

NAVY

ViaSat, Carlsbad, Calif., is being awarded a $34,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Multifunctional Information Distribution System-Low Volume Terminal (MIDS-LVT) Cryptographic Module development and production.  The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for U.S. Navy, U.S. Marine Corps, U.S. Air Force, U.S. Army platforms and other foreign users worldwide.  The MIDS-LVT Cryptographic Module will replace the communication security and transmission security hardware in the MIDS-LVT; thereby extending the operational life of the MIDS-LVT product line.  This contract will procure MIDS-LVT Cryptographic Modules for MIDS users worldwide.  Work will be performed in Carlsbad, Calif., (30 percent), in various other sites worldwide (70 percent) and is expected to be completed by October 2014.   No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the SPAWAR E-commerce website, with two proposals solicited and two offers received.  The synopsis was released via the Federal Business Opportunities website.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0032).

The Boeing Co., St. Louis, Mo., is being awarded a $26,535,854 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-10-G-0012) for peculiar support equipment in support of emerging E/A-18G and F/A-18 E/F aircraft squadron stand-ups for the U.S. Navy ($26,286,375; 99 percent) and Fly Away Kit for the Royal Australian Air Force ($249,479; 1 percent) under the Foreign Military Sales program.  Work will be performed in St. Louis, Mo., and is expected to be completed in September 2014.  Contract funds in the amount of $1,478,611 will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity.

Omega Aerial Refueling Services Inc., Alexandria, Va., is being awarded a $15,378,690 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0009) for additional contractor owned and operated aircraft services in support of the Commercial Air Services (CAS) Program.  The CAS Program provides aerial refueling services for U.S. Navy, other Department of Defense and Government agencies, and Foreign Military Sales aircraft.  Work will be performed at various locations in the continental United States (34 percent East Coast and 23 percent West Coast); and at various locations outside the continental United States (43 percent), and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  No funding will be obligated at time of award.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded $14,200,000 for firm-fixed-price task order #0005 under a previously awarded multiple award construction contract (N40080-10-D-0494) for construction of the child development center addition/alteration at the Naval Support Activity, Walter Reed National Military Medical Center.  The work to be performed consists of three components:  construction of a single-story new child development center, a single-story new continuous child care facility, renovation of child development center, Building 26, and all associated utilities and appurtenance to service this development.  Work will be performed in Bethesda, Md., and is expected to be completed by February 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, Washington, Washington, DC, is the contracting activity.

NOVA RMF, Napa, Calif., is being awarded $10,956,432 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N62473-12-D-0245) for maintenance dredging for various piers and Chollas Creek at Naval Base San Diego.  The work to be performed is to provide maintenance dredging for various piers to re-establish the minimum required operational and/or berthing depths of -20, -29, -30 and -37 feet Mean Low Level Water required for U.S. Navy ships and other visiting vessels.  The maintenance dredging will occur in areas around Piers 2, 6, 7, 13, 14 and Chollas Creek.  The dredge material is expected to be disposed of at a combination of upland and ocean disposals.  Two option items are being awarded along with the base item.  The option items are to provide maintenance dredging at pier 14 and Chollas Creek.  Work will be performed in San Diego, Calif., and is expected to be completed by July 2014.  Contract funds in the amount of $10,956,432 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

AGVIQ L.L.C., Inc.*, Anchorage, Alaska, is being awarded $8,951,722 for cost-plus-award-fee task order #JM01 under a previously awarded environmental remedial action contract (N62470-12-D-7004) for Landfill Cap Completion Solid Waste Management Unit 3 (Site 7) Former Solid Waste Landfill Facility at Naval Activity Puerto Rico.  The work to be performed provides for review of records and files, conduct field investigations to evaluate landfill (and cap) limits, existing conditions, and proposed closure goals.  Review Resource Conservation and Recovery Act permit status and identify regulatory requirements and approvals required for cap completion activities.  Prepare cap completion (landfill closure) documents in accordance with the approved permit and closure plan.  Provide cut and fill volumes and material, equipment, and labor quantities to estimate construction costs.  Conduct remedial construction activities related to cap completion in accordance with permits, plans, and construction documents.  Complete the initial post closure activities including notifications and institutional controls required by the post closure plan.  Work will be performed in Ceiba, Puerto Rico, and is expected to be completed by November 2015.  Contract funds will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded $8,650,000 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N40080-10-D-0494) for repairs and alterations to administration Building 121, and minor interior repairs to the waiting room in Building 122 and the guard house, Building 173, at the U.S. Naval Academy.  The work to be performed provides for extensive repairs and alterations to administration building 121, and includes an addition for an elevator and an accessible exit stair.  Included in the work is installation of modern mechanical, electrical, communication, fire protection systems and repairs to the exterior of the building including waterproofing of the exterior walls, window repairs and replacement of the slate roof.  Work will be performed in Annapolis, Md., and is expected to be completed by April 2014.  Contract funds in the amount of $8,650,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Public Works Department Annapolis, Annapolis, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman, Linthicum Heights, Md., is being awarded a $33,158,857 modification to a cost plus fixed fee contract (HR0011-11-C-0139).  The Advanced Rotary Wing Multifunction Sensor (ARMS), Multifunction RF program Phase II, will be the detailed design/build phase which aims for a tower demonstration of a controlled flight into terrain sensor and a multifunction sensor suite, and support of integration of radar data into the synthetic vision avionics backbone.  This phase seeks to provide the detailed design of the multiple sub-array aperture based on the concepts developed in Phase 1.  This phase will be accomplished by using the extensive set of existing Northrop Grumman RF design and aperture design infrastructure, as has been previously applied in the development of active electronically scanned array products for previous programs.  This phase will be performed in close cooperation with the component supplier.  Work will be performed in Linthicum Heights, Md. (80 percent), and Thousand Oaks, Calif. (20 percent).  The work is expected to be completed by Sept. 30, 2014.  The Defense Advanced Research Projects Agency is the contracting activity.

AIR FORCE

Ultra Electronics Advanced Tactical Systems, Austin, Texas (FA8523-12-D-0003), is being awarded a $26,394.129.19 requirements contract for logistics support services to sustain the Joint Air Defense System Integrator.  The location of the performance is Austin, Texas.  Work is expected to be completed by Sept. 27, 2017.  The contracting activity is AFLCMC/WNYCA, Robins Air Force Base, Ga.

McCrone Associates Inc., Westmont, Ill. (FA7022-12-C-0006), is being awarded a $9,108,976.00 contract modification for sample analysis services.  The location of the performance is Westmont, Ill. Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AF ISR Agency/A7KRB, Patrick Air Force Base, Fla.

Potomac Fusion Inc., Austin, Texas (FA8750-12-C-0301), is being awarded a $6,905,753.00 cost plus fixed fee contract to develop, test and deliver automated and semi-automated computational analytical techniques, tools and software for libraries to discover statistically significant anomalies and patterns within large data sets.  The location of the performance is Austin, Texas.  Work is expected to be completed by March 11, 2017.  The contracting activity is AFRL/RIKE, Rome, N.Y.

DEFENSE COMMISSARY AGENCY

SMC Builders Inc., San Antonio, Texas, is being awarded a firm-fixed-price type contract to design-build a new commissary store at Fort Polk, La.  The award amount is $17,085,291.  The contract is for a 717-day period based on the issuance of the Notice to Proceed which is expected in November 2012.  Offers were solicited via full and open competition and 11 offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Lackland Air Force Base, Texas.

CORRECTION

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 expected 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 United Kingdom.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  DOD AWARDED CONTRACTS

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities DOD Awarded Contracts | beenetworknews - October 1, 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, Fort Knox, 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, NIST, Northrop Grumman, occupation, office, Pennsylvania State University, pursuit, Raytheon Corp., Raytheon Network Centric Systems, Rock Island Integrated Services, RORE-ITSI, Royal Jordanian Air Academy, RQ Construction, Science Application International Corp., Scientific Research Corp.*, servicemen, ses, Sikorsky Support Services, soldier-like, soldierly, Special Operations, SRI International, Systems Engineering Solutions, Textron Land & Marine Systems, The Boeing Co. BAE Systems, trade, tradesman, Truman Arnold Companies, U.S. Air Force, U.S. Army, U.S. Navy, United Technologies Corp, US Foods, USABID State and Local Purchases, ViaSat, Voice of America, warlike ← Trends, Travel, History and Books […]

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: