Business and Career Opportunities DOD Awarded Contracts

October 1, 2012

Business / Career


DOD Awarded Contracts

AIR FORCE

Exelis Systems Corp., Colorado Springs, Colo. (F19628-02-C-0010, P00400), is being awarded a $20,919,351.00 contract modification to perform system support duties for the System Engineering and Sustainment Integrator program.  The location of the performance is Colorado Springs, Colo.  Work is expected to be completed by Sept. 27, 2013.  The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo.

United Launch Services, Littleton, Colo. (FA8811-13-C-0001), is being awarded a $1,167,800,000 cost plus incentive fee and cost plus fixed fee contract for launch capability for the Delta IV and Atlas V.  The location of the performance is Littleton, Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is SMC/LRK, Los Angeles Air Force Base, Calif.

The Aerospace Corp.,El Segundo, Calif. (FA8802-09-C-0001, P00080), is being awarded a $1,112,806,500 contract modification contract for provide staff years of technical hours for scientific and engineering support to the Air Force Space and Missile Systems Center.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is SMC/PKE, Los Angeles Air Force Base, Calif.

The MITRE Corp., Bedford, Mass. (FA8702-13-C-0001), is being awarded a $420,448,108.00 cost reimbursable contract for systems engineering and integration support.  The location of the performance is Bedford, Mass.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/PZE, Hanscom Air Force Base, Mass.  Contract involves Foreign Military Sales to Saudi Arabia, France, Iraq, Korea, Afghanistan, Pakistan, Jordan, Taiwan, Columbia,Turkey, Australia, Kyrgz Republic, Sweden, Poland, Germany, Hungary, Greece, Singapore, United Arab Emirates, Morocco, Finland, United Kindom and Japan.

Lockheed Martin Space Systems Company, Sunnyvale, Calif. (F04701-02-C-0002 P00550), is being awarded a $36,5000,000.00 modification to contract for support for SV3 launch delay and mini-FIST test post storage.  The location of the performance is Sunnyvale, Calif., El Segundo, Calif. and Cape Canaveral, Fla.  Work is expected to be completed by Dec. 31, 2014.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Lockheed Martin Corp.,Marietta, Ga. (FA8625-11-C-6597P00069), is being awarded a $218,000,000 modification to contract for purchasing additional Coast Guard HC-130J aircraft.  The location of the performance is Marietta, Ga., and Greenville, S.C.  Work is expected to be completed by May 31, 2016.  The contracting activity is AFLCMC/WLNNC, Wright-Patterson Air Force Base, Ohio.

Northrop Grumman Technical Services, Hill Air Force Base, Utah (F42610-98-C-0001), is being awarded a $165,798,787 contract modification contract for Minuteman III intercontinental ballistic missile sustainment support.  The location of the performance is Hill Air Force Base and Colorado Springs, Utah and Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah.

S&K Global Solutions, LLC, St. Ignatious, Mont. (FA8100-12-D-0004), is being awarded a $94,000,000 over five years indefinite quantity indefinite delivery contract for non-personal, advisory and assistance services across 14 functional job categories.  The location of the performance is Tinker Air Force Base, Okla.; Hill Air Force Base, Utah.; and Warner Robins Air Force Base, Ga.  Work is expected to be completed by Sept. 28, 2017.  The contracting activity is AFSC/PZIEC, Tinker Air Force Base, Okla.

Sawdey Solution Services, Inc., Beavercreek, Ohio., (FA8100-12-D-0005) is being awarded a $94,000,000 over five years indefinite quantity indefinite delivery contract for non-personal, advisory and assistance services across 14 functional job categories.  The location of the performance is Tinker Air Force Base, Okla., Hill Air Force Base, Utah and Warner Robins Air Force Base, Ga.  Work is expected to be completed by Sept. 28, 2017.  The contracting activity is AFSC/PZIEC, Tinker Air Force Base, Okla.

Decypher Technologies, Ltd., San Antonio, Texas (FA8100-12-D-0006), is being awarded a $94,000,000 over five years indefinite quantity indefinite delivery contract for non-personal, advisory and assistance services across 14 functional job categories.  The location of the performance is Tinker Air Force Base, Okla., Hill Air Force Base, Utah and Warner Robins Air Force Base, Ga.  Work is expected to be completed by Sept. 28, 2017.  The contracting activity is AFSC/PZIEC, Tinker Air Force Base, Okla.

Wyle Laboratories Inc., Houston, Texas (FA8650-12-D-6280), is being awarded a $49,000,000.00 indefinitie delivery/indefinite quantity contract for quick reaction USAFAM assessments, studies, analysis evalution and research program.  The location of the performance is Houston, Texas.  Work is expected to be completed by Sept. 27, 2018.  The contracting activity is AFRL/RQKHC, Wright-Patterson Air Force Base, Ohio.

URS Federal Support Services, Inc., Germantown, Md. (FA8106-07-C-004-P00173), is being awarded a $32,772,6178 modification to contract for logistics support for the C-26B aircraft for the Air National Guard.  The location of the performance is Germantown, Md.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WLKLC, Tinker Air Force Base, Okla.

Rockwell Collins, Inc. Cedar Rapids, Iowa (FA8807-12-C-0013), is being awarded a $30,894,212.00 cost plus incentive fee contract for research and development, test and engineering for military GPS user equipment.  The location of the performance is Cedar Rapids, Iowa.  Work is expected to be completed by Oct. 28, 2014.  The contracting activity is SMC/PKP, Los Angeles Air Force Base, Calif.

Raytheon Co., El Segundo, Calif., (FA8807-12-C-0012) is being awarded a $29,836,354 contract for the development of next generation GPS user equipment receiver cards.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Oct. 28, 2014.  The contracting activity is SMC/PKP, Los Angeles Air Force Base, Calif.

Lockheed Martin, Fort Worth, Texas (FA8615-12-C-6012), is being awarded a $29,200,000 cost plus fixed fee contract for long lead contractor logistics support for the Government of Iraq.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by May 30, 2018.  The contracting activity is AFLCMC/WWMK, Wright-Patterson AFB, Ohio.  Contract involves foreign military sales to the Government of Iraq.

Georgia Tech Applied Research Corp., Atlanta, Ga., (GA30332-0420) is being awarded a $25,000,000 cost plus fixed fee contract for U.S. Naval Air Systems Command air combat electronics mission systems and sensor technology engineering analysis and assessment.  The location of the performance is Georgia Technical Research Institute, Atlanta, Ga.  Work is expected to be completed by Sept. 27, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb.

Doss Aviation Inc., Colorado Springs, Colo., (FA3002-06-D-0010, P00033) is being awarded a $23,871,833 contract modification contract for initial flight screening.  The location of the performance is Pueblo, Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AETC CONS/LGCU, Randolph Air Force Base, Texas.

Charles Stark Draper Laboratory, Cambridge Mass, Mass., (FA8807-12-C-0005) is being awarded a $22,352,755 cost plus incentive fee contract for modernized receiver test asset/modernized signal test asset test support services.  The location of the performance is Cambridge, Mass.  Work is expected to be completed by Aug. 30, 2017.  The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

Lockheed Martin Information Systems and Global Services, Colorado Springs, Colo., (F19628-00-C-0019, P00266) is being awarded a $21,200,000 contract modification to support mission operations for NORAD.   The location of the performance is Colorado Springs, Colo. and Vandenberg Air Force Base, Calif.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo.

Georgia Tech Applied Research Corp., Atlanta, Ga., (HC1047-05-D-4000-0208) is being awarded a $21,037,945 cost plus fixed fee contract for a Tactical Aircraft Defensive Suite (TADS) Sensor Integration and Interoperability Task for A-10, F-16, C-130, B-1B and HH-60 aircraft.  The location of the performance is Atlanta, Ga.  Work is expected to be completed by Sept. 27, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb

Honeywell International Inc., Clearwater, Fla., (FA8540-12-D-0002) is being awarded a $14,000,000 indefinite delivery/indefinite quantity contract for engineering services to support the embedded Global Postioning System/Inertial Navigation System Program.  The location of the performance is Clearwater, Fla.  Work is expected to be completed by March 31, 2015.  The contracting activity is AFLCMC/WNYKA, Robins Air Force Base, Ga.

Raytheon Co.,Marlborough, Mass., (FA8726-08-C-0004 P00097) is being awarded a $13,473,740 modification to contract for the purchase of additional TEU/TOC Upgrade A and B kits and HAC/RMPE Upgrade A and B kits.  The location of the performance is Raytheon Largo, Fla.  Work is expected to be completed by Nov. 30, 1013.  The contracting activity is AFLCMC/HNAK, Hanscom Air Force Base, Mass.

Charles Stark Draper Laboratory, Cambridge, Mass., (FA8651-12-0342) is being awarded a $13,000,000 cost plus fixed fee contract for research and development of an advanced secure micro digital data link unit.  The location of the performance is Cambridge, Mass.  Work is expected to be completed by Sept. 27, 2017.  The contracting activity is AFRL/RWK, Eglin Air Force Base, Fla.

Northrop Grumman Corp., Azusa, Calif., (FA2550-09-C-8000,P00063) is being awarded a $13,000,000 contract modification contract for operations and maintenance/research and development support for the Aerospace Fusion Center.  The location of the performance is Schriever Air Force Base, Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 50 CONS/LGCA, Schriever Air Force Base, Colo.

The Boeing Co., Space & Intelligence Systems (FA8808-12-C-0013) is being awarded a $11,675,684 contract for protected MILSATCOM waveform specification development, affordable protected space/ground segment design & demonstration and affordable mission planning and management demonstration study.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., (F19628-00-C-0019) is being awarded a $11,618,899 modification to contract for operations, maintenance and support for the Target Systems Architecture.  The location of the performance is Colorado Spring, Colo., and Vandenberg Air Force Base, Calif.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo.

Northrop Grumman Systems Corp., Redondo Beach, Calif., (FA8808-12-C-0006) is being awarded an $11,036,458 contract for protected MILSATCOM waveform specification development, affordable protected space/ground segment design & demonstration and affordable mission planning and management demonstration study.  The location of the performance is El Segundo, Calif. and Germantown, Md.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Space Systems, Palo Alto, Calif. (FA8808-12-C-0004), is being awarded a $10,125,000 contract for protected MILSATCOM waveform specification development, affordable protected space/ground segment design & demonstration and affordable mission planning and management demonstration study.  The location of the performance is Palo Alto, Calif., Palm Bay, Fla., Gainesville, Va., Santa Clara, Calif., San Mateo, Calif., Saratoga, Calif., Germantown, Md., Tucson, Ariz., and Salt Lake City, Utah.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

L-3 Communications Corp., Arlington, Texas (FA8621-09-C-6292, P00071), is being awarded an $8,800,000 contract modification contract for the distributed mission operations mission package for the F-16 Mission Training Center.  The location of the performance is Wright-Patterson Air Force Base, Ohio.  Work is expected to be completed by March 31, 2014.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

Raytheon Co., El Segundo, Calif., (FA8119-11-D-0006, P00006) is being awarded an $8,703,043.00 contract modification contract for demilitarization of B-2 aircraft parts.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Dec. 31, 2015.  The contracting activity is AFSC/PZABC, Tinker Air Force Base, Okla.

GE Aviation, Cincinnati, Ohio, (FA8650-12-C-5203) is being awarded a $8,486,800 cost reimbursable contract for demonstrating an integrated computational methodology for composite materials.  The location of the performance is Cincinnati, Ohio.  Work is expected to be completed by March 31, 2017.  The contracting activity is AFRL/RQKMN, Wright-Patterson Air Force Base, Ohio.

Lockheed Martin Aeronautics Co.,Marietta, Ga., (F33657-02-C-2000) is being awarded a $7,538,885 modification to contract for incorporation of the contract change proposal for Phase 1 of the C-5 RERP interactive multimedia instruction training programs.  The location of the performance is Marietta, Ga.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio.

Broad Reach Engineering Co., Tempe, Ariz., (FA8803-12-C-0002) is being awarded a $6,714,860 firm fixed price contract for Tri-Global Navigation satellite systems.  The location of the performance is Tempe, Ariz.  Work is expected to be completed by Feb. 15, 2014.  The contracting activity is SMC/PKW, Los Angeles Air Force Base, Calif.

Broad Reach Engineering Co., Tempe, Ariz., (FA8803-12-C-0002) is being awarded a $6,714,860 firm fixed price contract for procure six tri-global navigation satellite systems receivers.  The location of the performance is Tempe, Ariz.  Work is expected to be completed by Feb. 15, 2014.  The contracting activity is SMC/DMSP, Los Angeles Air Force Base, Calif.

HGL Construction Inc., Oklahoma City, Okla., (FA4460-11-D-007-5004) is being awarded a $6,545,400 firm fixed price contract for construction to renovate the former base exchange facility.  The location of the performance is Little Rock Air Force Base, Ark.  Work is expected to be completed by Apr. 27, 2014.  The contracting activity is 19th Constracting Squadron, Little Rock Air Force Base, Ark.

Lockheed Martin Corp., Gaithersburg, Md., (FA8726-09-C-0006, P00049) is being awarded a $7,338,864 contract modification for procurement of engineering support for the Global Broadcast Service Operational Center.  The location of the performance is Schriever Air Force Base, Colo.  Work is expected to be completed by Apr. 30, 2013.  The contracting activity is AFLCMV/HNAK, Hanscom Air Force Base, Mass.

Lockheed Martin Corp., Information and Systems and Global Solutions, King of Prussia, Pa. (FA8808-12-C-0003) is being awarded a $978,751.00 contract for protected MILSATCOM affordable gateway risk reduction and demonstration study.  The location of the performance is Valley Forge, Pa., Rockville, Md., San Jose, Calif., Virginia Beach, Va. and Broomfield, Colo.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Raytheon Co., Marlborough, Mass. (FA8808-12-C-0005), is being awarded an $8,731,863 contract for protected MILSATCOM waveform specification development and affordable terminal design and demonstration study.  The location of the performance is Marlborough, Mass., and Fort Wayne, Ind.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

L-3 Communications Corp., Communications Systems (FA8808-12-C-0009) is being awarded a $7,894,045 contract for protected MILSATCOM waveform specification development and affordable terminal design and demonstration study.  The location of the performance is Salt Lake City, Utah.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Hughes Network Systems, LLC. (FA8808-12-C-0015) is being awarded a $1,776,429 contract for protected MILSATCOM waveform specification development and affordable mission planning and management demonstration study.  The location of the performance is Germantown, Md.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

ViaSat Inc., Comsat Laboratories, Germantown, Md., (FA8808-12-C-0011) is being awarded a $1,445,038 contract for protected MILSATCOM waveform specification development and affordable terminal cryptographic component development and demonstration study.  The location of the performance is Germantown, Md., Carlsbad, Calif., and Gilbert, Ariz.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

L-3 Communications Corp., Communications Systems, Camden, N.J., (FA8808-12-C-0002) is being awarded a $1,200,554 contract for protected MILSATCOM waveform specification development and affordable terminal cryptographic component development and demonstration study.  The location of the performance is Camden, N.J.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Orbital Sciences Corp., Dulles, Va. (FA8808-12-C-0014) is being awarded a $175,000 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Dulles, Va.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

General Dynamic Advanced Information Systems, Santa Clara, Calif., (FA8808-12-C-0018) is being awarded a $174,624 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Santa Clara, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Space Micro Inc., San Diego, Calif., (FA8808-12-C-0020) is being awarded a $174,320 contract for protected MILSATCOM waveform specification development study.  The location of the performance is San Diego, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Lockheed Martin Corp., Space Systems Co., Sunnyvale, Calif., (FA8808-12-C-0007) is being awarded a $159,643 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Sunnyvale, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Harris Corp., Government Communications Systems, Palm Bay, Fla., (FA8808-12-C-0012) is being awarded a $158,285 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Melbourne, Fla.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Hughes Design Group, Culver City, Calif., (FA8808-12-C-0019) is being awarded a $157,656 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Culver City, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Arkham Technology Limited, Irvine, Calif., (FA8808-12-C-0017) is being awarded a $154,840 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Irvine, Calif., Columbia, Md., and San Diego, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

General Dynamics, Taunton, Mass., (FA8808-12-C-0008) is being awarded a $152,450 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Taunton, Mass.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Lockheed Martin, Fort Worth, Texas (FA8615-12-C-6016), is being awarded a $1,850,000,000 firm fixed price, fixed price incentive, time & materials, cost plus fixed fee contract for F-16 Foreign Military Sales program.  The location of the performance is Fort Worth, Tex.  Work is expected to be completed by Sept. 30, 2022.  The contracting activity is AFLCMC/WWMK, Wright-Patterson Air Force Base, Ohio.

USSOCOM

MultiLingual Solutions, Rockville, Md., (H92222-12-D-0021); Mid Atlantic Professionals, Germantown, Md., (H92222-12-D-0027); The Buffalo Group Reston, Va., (H92222-12-D-0026); Global Technology Solutions, Richmond, Va., (H92222-12-D-0028) are being awarded Indefinite Delivery/Indefinite Quantity contracts to provide foreign language, regional expertise, and cultural training to students from U.S. Special Operations Command’s four service components.  The contract minimum is $5,000 per contract.  The maximum of all four contracts combined is $250,000,000.  The work will be performed in various CONUS and OCONUS locations.  The period of performance for each contract will be a 12-month base period from Sept. 26, 2012 through Sept. 25, 2013 with two consecutive 12-month option periods.  The contracting office is USSOCOM, MacDill Air Force Base, Fla.

MISSILE DEFENSE AGENCY

Raytheon Co., Woburn, Mass., was award of option period one of a hybrid, cost reimbursement contract to under Contract HQ0006-08-D-0008.  The total value of this option award is $248,000,000.  Obligation of funds for this option will be accomplished via individual task orders.  Under this modification, Raytheon Co., will continue performing operation and sustainment services for the X-Band Radar efforts in support of the MDA Sensors Program.  The work will be performed in several stateside and overseas locationsfrom Oct. 1, 2012 through Sept. 30, 2013.  Research, development, test and evaluation, and operations & maintenance funds will be used to fund this effort.  This is not a foreign military sales acquisition.  The MDA in Huntsville, Ala., is the contracting activity (HQ0147).

Raytheon Company, Integrated Defense Systems, of Woburn, Mass., awarded of a cost plus fixed fee and firm fixed price contract modification to under contract # HQ0147-12-C-0006.  The total value of this award is $27,399,020 increasing the total contract value from $336,625,457 to $364,024,477.  Under this contract modification, the contractor will provide one electronic equipment unit and one cooling equipment unit. The work will be performed in Andover, Massachusetts for the electronic equipment unit and in Chesterfield, Michigan for the cooling equipment unit.   The performance period is from Oct. 1, 2012 through Nov. 30, 2014.  Fiscal 2012 procurement funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The MDA in Huntsville, Alabama is the contracting activity.

NAVY

Northrop Grumman Systems Corp., Sunnyvale, Calif., is being awarded a $76,848,917firm-fixed-price, fixed-price-incentive, cost-plus-incentive-fee, cost-plus-fixed-fee contract in support of the following:  1) provide ongoing support for the TRIDENT II (D-5) deployed SSBN and the SSGN ULS, engineering refueling overhaul shipyard support, spares procurement (SSP), U.S. and U.K. launcher trainer support, vertical support group e-mount and shim procurement, nuclear weapons safety and security review, TRIDENT II (D-5) missile hoist overhaul, underwater launch technology support, U.S. and U.K. SSP alterations and non-compliance report projects, gas generator refurbishment and case hardware production; 2) provide specialized technical support of TRIDENT II (D-5) missile tube closure production, technical engineering services, and tactical hardware production efforts for the New Strategic Arms Reduction Treaty;  and  3) provide technical engineering services to support the Advanced Launcher Development Program and the common missile compartment concept development and prototyping effort for the U.S. and U.K.  The contractor shall be required to assess and analyze technologies and concepts to support the selection of a preferred system concept, which includes the identification of critical cost and risk impacts as a result of immature launcher technologies and/or immature requirements.  The result of the effort will then advance and support the conduct of the technology development effort to support developing a cost-effective launcher subsystem architecture for the OHIO Class Replacement Program.  The contract was not competitively procured.  This contract contains options, which if exercised, will bring the contract value to $111,047,683.  Work will be performed in Sunnyvale, Calif. (79 percent); Kings Bay, Ga. (10 percent); Silverdale, Wash. (10 percent); Camarillo, Calif. (1 percent), and work is expected to be completed Sept. 30, 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procure in accordance with l0 U.S.C. 2304(c)(1), and 10 U.S.C. 2304(c)(4).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0010).

EJB Facilities Services, Arlington, Va., is being awarded a $70,206,319 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise option seven for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services.  The total contract amount after exercise of this option will be $497,788,381.  Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Mont., (1 percent), Oregon, (1 percent), and Wyoming (1 percent), and 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, Northwest, Silverdale, Wash., is the contracting activity (N44255-05-D-5103).

Clark/Bell, A Joint Venture, Bethesda, Md., is being awarded a $62,457,000 firm-fixed-price contract for construction of the Decentralized Steam System Upgrade at the Naval Support Facility, Indian Head.  The work to be performed provides for demolition of the Goddard Power Plant, the Navy’s last remaining coal-fired plant, and construction of a natural gas nodal steam distribution system with advanced utilities and energy management control.  The project will also include construction of seven nodal natural gas steam plants and include anti-terrorism features of physical and cyber security.  The project will include sevenand a half miles of natural gas distribution lines.  In addition to the Goddard Power Plant, demolition will also include all supporting coal facilities, multiple other supporting buildings, as well as nearly ten miles of existing steam distribution lines.  The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $63,240,542.  Work will be performed in Indian Head, Md., and is expected to be completed by November 2016.  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 15 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-12-C-0151).

Filanc-Orion Joint Venture, Escondido, Calif., is being awarded a $57,306,777 firm-fixed-price contract for design and construction of a new potable water conveyance at Marine Corps Base Camp Pendleton.  The work to be performed provides for the design and construction of a new potable water conveyance from the North System to the South System.  The work includes the construction of a new, higher capacity potable water collection system pipelines and three pumping stations.  Work will be performed in Oceanside, Calif., and is expected to be completed by April 2016.  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 nine proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-12-C-5032).

L-3 Communications Systems Field Support, Vertex Aerospace, LLC, Madison, Miss., is being awarded a $55,683,390 firm-fixed-price modification to a previously awarded indefinite-delivery-indefinite-quantity requirements contract (N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 54 C-12 aircraft for the Navy and the Marine Corps.  Services provided include scheduled/unscheduled organizational maintenance, aircraft servicing, depot level maintenance, support equipment maintenance, modifications, engineering and engineering support.  Funding will be obligated at the individual delivery order level.  Work will be performed in St. Louis, Mo., (34 percent); Corpus Christi, Texas (12 percent); Winnipeg, Canada (34 percent) and various locations both inside and outside the continental United States (20 percent) including:  Yuma, Ariz.; New Orleans, La.; Miramar, Calif.; New River, N.C.; Patuxent River, Md.; Manassas, Va.; Beaufort, S.C.; Japan, Cuba, and Bahrain.  Work 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 activities.

Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $45,321,206 modification to previously awarded contract (N00024-11-C-6410) for the production of MK54 Mod 0 light weight torpedo kits, test equipment, spares and related engineering and repair services.  This contract combines purchase for Navy (30 percent) and the governments of Australia (60 percent) and India (10 percent) under the Foreign Military Sales program.  Work will be performed in Keyport, Wash., (90 percent), and Portsmouth, R.I., (10 percent), and is expected to be completed by June 2016.  Contract Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Homeland Contracting Corp.,* Chesapeake, Va., is being awarded a $42,297,000 firm-fixed-price contract for design and construction of a new consolidated elementary school at Marine Corps Base Quantico.  The new facility shall serve pre-kindergarten through 5th Grade.  Work will be performed in Quantico, Va., and is expected to be completed by September 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 28 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-12-C-0007).

General Dynamics C4 Systems, Battle Management Systems Division, Scottsdale, Ariz., is being awarded a $41,356,802 fixed-price-incentive contract for engineering development models and developmental testing to support operational testing and a build-to-print technical data package to support Phase 2 of the Common Aviation Command Control System (CAC2S).  The contract includes options which, if exercised, would bring the cumulative value of this contract to $61,410,383.  Work will be performed in Scottsdale (56 percent); Fulton, Md. (35 percent); Huntsville, Ala. (4 percent); San Diego, Calif. (3 percent); Hollywood, Md. (2 percent), and is expected to be completed by September 2017.  Contract funds will expire on Sept. 30, 2013.  This contract resulted from a limited source competitive procurement via Navy Electronic Commerce Office, with four offers solicited and four offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-12-C-0211).

Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $27,336,000 firm-fixed-price, cost-plus-fixed-fee delivery order under previously awarded basic ordering agreement (N61331-12-G-0001) for production of modification kits and upgrade of the AN/AQS-20A minehunting sonar.  AN/AQS-20A common towed body is a minehunting system with the capability of identifying bottom mines and detecting, localizing, and classifying bottom, close-tethered, volume and near surface mines when towed from the remote multi-mission vehicle.  Work will be performed in Portsmouth, R.I., and is expected to be completed by October 2015.  Contract funds in the amount of $22,785,100 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded a $27,037,129modification to a previously awarded contract (N00024-11-C-4400) to definitize the USS Bunker Hill (CG 52) fiscal 2013 selected restricted availability with dry-docking.  A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by March 2013.  Contract funds in the amount of $24,324,530 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

MEB General Contractors, Inc., Chesapeake, Va., is being awarded a $26,085,000 firm-fixed-price contract for construction of an aviation fuel storage and distribution facility at Joint Base Charleston.  The facility will provide new bulk fuel storage tanks and a pumphouse.  The project also includes construction of an operations building with sustainable design features, secondary containment, filter separators, pig launcher/receiver, emergency generator, truck offload facility with ground fuel fillstand storage tanks, high/low point drains, leak detection system, anti-terrorism force protection requirements.  The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $26,767,250.  Work will be performed in Charleston, S.C., and is expected to be completed by July 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-C-1757).

CACI Technologies Inc., Chantilly, Va., is being awarded a $25,278,586 cost-plus-fixed-fee contract for professional support services in support of the Expeditionary Warfare Program Office.  These services include support services in the areas of:  program analysis, development, control, and monitoring support; administration, communication and human resources; business, finance and cost estimating; technical and engineering support; information technology; and life cycle support.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,414,065.  Work will be performed in Washington, D.C. (63 percent); San Diego, Calif. (19 percent); Indian Head, Md. (13 percent); and Norfolk, Va. (5 percent), and is expected to complete by March 2014.  Contract funds in the amount of $9,095,426 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii). The Naval Sea Systems Command, Washington, D.C. is the contracting activity.  (N00024-12-C-6309).

Rockwell Automation, Mayfield Heights, Ohio, is being awarded a $21,724,852 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the procurement of programmable logic controller hardware, software, software licenses, software license upgrades and incidental engineering support services for machinery control systems onboard various naval vessels.  Work will be performed in various homeports (80 percent) and Philadelphia, Pa. (20 percent), and is expected to complete by September 2015.  This contract combines purchase for Navy (90 percent) and the governments of Australia (5 percent) and Poland (5 percent) under the Foreign Military Sales program.  Contract funds in the amount of $392,173 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-12-D-0012).

The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded $21,575,006 for firm-fixed-price task order #0007 under a previously awarded multiple award construction contract (N40080-10-D-0494) to restore and modernize the galley, dining area, and locker room areas within Building 9 at the Walter Reed National Military Medical Center, Bethesda.  The scope of construction includes the repair of existing building systems infrastructure, replacement of permanently installed food service equipment, and repair of interior finishes.  Work will be performed in Bethesda, Md., and is expected to be completed by October 2013.  Contract funds in the amount of $21,575,006 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, Washington, Washington, D.C., is the contracting activity.

P&S Construction, Inc., North Chelmsford, Mass. (N40084-12-D-0003); Innovative Technical Solutions, Inc., Walnut Creek, Calif. (N40084-12-D-0005); and Desbuild Incorporated*, Hyattsville, Md. (N40084-12-D-0006), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for general construction type projects within Naval Facilities Engineering Command Far East, Public Works Department, Singapore area of responsibility.  The maximum dollar value including the base period and four option years for all three contracts combined is $20,000,000.  The work to be performed provides for general building type projects (new construction, renovation, alteration, repair of facilities and infrastructure, roofing, and demolition) including but not limited to: (1) aviation and aircraft facilities, (2) Marine facilities, (3) barracks and personnel housing facilities, (4) administrative facilities, (5) warehouses and supply facilities, (6) training facilities, (7) personnel support and service facilities, (8) security level facilities, and (9) abatement and handling of hazardous/regulated materials.  Projects may also require comprehensive interior design and incorporation of sustainable features.  P&S Construction, Inc. is being awarded task order 0001 at $470,700 for the design and construction for repairs and upgrade to Navy Gateway Inns and Suites (NGIS), building 331 at Ottawa Road, Singapore.  Work for this task order is expected to be completed by October 2013.  All work on this contract will be performed in Singapore.  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 $510,700 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 nine proposals received.  These three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command Far East, Yokosuka, Japan, is the contracting activity.

American Electronics, Inc.*, California, Md. (N65236-12-D-3887); 7 Delta, Inc.*, Fulton, Md. (N65236-12-D-3888); MANDEX, Inc.*, Fairfax, Va. (N65236-12-D-3889); Centuria Corp.*, Reston, Va. (N65236-12-D-3890); The Cameron Bell Corp. d/b/a Gov Solutions Group *, Daniel Island, S.C. (N65236-12-D-3891); Mystikal Solutions, LLC*, San Antonio, Texas (N65236-12-D-3892); Palmetto Technologies, LLC *, Baltimore, Md. (N65236-12-D-3893); and SPARC, LLC*, Charleston, S.C. (N65236-12-D-3894)  are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contract with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within the Business and Force Support (BFS) Portfolio to improve customers’ ability to execute mission-essential business operations and other business and force support functions by developing, delivering and supporting systems and applications in support of the warfighter’s mission.  The cumulative, estimated value of the base year is $19,750,000.  These contracts include options which, if exercised, would bring the cumulative combined value of these multiple award contracts to an estimated $98,760,000.  These eight contractors may compete for the task orders under the terms and conditions of the awarded contracts.  The work will be performed worldwide, and is expected to be completed by September 2013.  If all options are exercised, work could continue until September 2017.  Contract funds will not expire at the end of the current fiscal year.  These contracts were competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with 22 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded an $18,108,260 modification to previously awarded contract (N00024-10-C-5126) to exercise options for fiscal 2012 engineering, production, and integration services in support of the Zumwalt class destroyer program.  Work will be performed in Portsmouth, R.I. (25 percent), Tewksbury, Mass. (25 percent), Marlboro, Mass. (20 percent), Dulles, Va. (20 percent), San Diego, Calif. (5 percent), and Alexandria, Va. (5 percent), and is expected to be completed by November 2013.  Contract funds will not expire at the end of this fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $17,142,752 modification to previously awarded contract (N00024-11-C-4407) for USS Wasp (LHD 1) fiscal 2012 continuous maintenance availability.  The continuous maintenance includes the planning and execution of a work package that contains shipboard modernizations.  Work will be performed in Norfolk, Va., and is expected to be completed by March 2013.  Contract funds in the amount of $17,142,752 will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

FLIR Systems Inc., Wilsonville, Ore., is being awarded a $17,072,468 firm-fixed-priced, indefinite-delivery, indefinite-quantity contract for BRITE STAR II multi-sensor targeting systems and sustainment.  Work will be performed in Wilsonville, Ore., and is expected to completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  This procurement was solicited via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Crane Ind., is the contracting activity.

Reid Planning, Inc.*, San Diego, Calif., is being awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architect and engineering services for preparation of Navy and Marine Corps basic facility requirements and asset evaluations throughout the Naval Facilities Engineering Command (NAVFAC), Atlantic area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans.  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 Atlantic AOR including, but not limited to Calif. (40 percent), Wash. (15 percent), Ariz. (10 percent), Mich. (10 percent), Va. (10 percent), Fla. (9 percent), and Texas (6 percent), and is expected to be completed by September 2017.  Contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-12-D-2014).

Head, Inc.*, Columbus, Ohio, is being awarded a $12,623,245 firm-fixed-price contract for the extension of Training-6, Texan Solo Capable Runways at Navy Outlying Landing Fields Barin and Summerdale.  The work to be performed provides for extending four runways, overlay of existing runways, and extending associated airfield lighting which includes, but is not limited to, demolition of existing structures within pavement construction area and clear zones, and removal of existing fencing and installation of new security fencing around new clear zones.

The contract also contains eight unexercised options, which if exercised would increase cumulative contract value to $17,173,163.  Work will be performed in Foley, Ala. (50 percent) and Summerdale, Ala. (50 percent), and is expected to be completed by October 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-C-0760).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $11,922,876 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option for maintenance services in support of the V-22 AE1107C engine low power repairs, turboshaft engine and site support.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2013.  Contract funds in the amount of $11,922,876 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded an $11,500,000 firm-fixed-price delivery order against a previously issued basic order agreement (N00019-10-G-0004) for four quick engine change kits (QECK), cooperative engagement capability, and QECK item spares in support of the E-2D Advanced Hawkeye aircraft.  Work will be performed in Wilson, N.C. (46.05 percent); Bethpage, N.Y. (24.29 percent); St. Augustine, N.Y. (11.93 percent); Rolling Meadows, Ill. (5.41 percent); Irvine, Calif. (4.96 percent); Hauppauge, N.Y. (4 percent); Jacksonville, Fla. (1.43 percent); Lunenburg, Canada (.05 percent); and at various locations within the United States (1.88 percent), and is expected to be completed in July 2016.  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.

Edaptive Computing, Inc.*, Dayton, Ohio, is being awarded a $10,416,895 cost-plus-fixed-fee delivery order against a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-04-D-0007) for a Phase III Small Business Innovative Research Program (SBIR) for Topic No. N00-105 entitled “Processor Technology Insertion Recertification” and N01-150 entitled “Technology for Logistics Productivity.”  This delivery order is for further development of the EDASTAR tool components and enhancements including Syscape, Syscape web server, and project optimizer in order to support the visualization, decision support and technology trade-offs required for science and technology efforts.  Work will be performed in Dayton, Ohio, and is expected to be completed in December 2013.  Contract funds in the amount of $925,000 will expire at the end of the fiscal year.  The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity.

Diversified Service Contracting, Inc.*, Dunn, N.C., is being awarded a $9,748,196 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) to exercise option 1 for base operating services at Naval Air Station Patuxent River.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not limited to providing janitorial services, grounds maintenance services, base services vehicles and equipment, street sweeping/snow removal services, and pest control services.  The total contract amount after exercise of this option will be $17,102,425.  Work will be performed in Patuxent River, Md. (70 percent), Webster Field Annex, St. Inigoes, Md. (20 percent), Navy Recreation Center Solomons, Solomon’s Island, Md. (10 percent), and 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, Patuxent River, Md., is the contracting activity.

3e Technologies International Inc., Rockville, Md., is being awarded a $9,630,487 modification to previously awarded contract (N00174-10-D-0021) to exercise option year three to extend current Navy virtual perimeter monitoring system capabilities for Naval District Washington.  Work will be performed at Naval Air Station Patuxent River, Md., (60 percent) and Joint Base Anacostia Bolling, Washington, D.C., (40 percent), and is expected to be completed by September 2013.  Contract funds in the amount of $9,630,487 will expire at the end of the current fiscal year.  The Indian Head Division, Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.

BAE Systems San Diego Ship Repair Inc., San Diego, Calif., is being awarded a $9,570,806 modification to a previously awarded contract (N00024-11-C-4400) to definitize the USS Cape St. George (CG 71) fiscal year 2013 dry-docking restricted availability.  A dry-docking restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by April 2013.  Contract funds in the amount of $9,570,806 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Oshkosh Defense, Oshkosh, Wis., is being awarded a $9,369,315 fixed-price delivery order #0174 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028).  This delivery order is issued against exercised priced options for the purchase of nonrecurring engineering for the development of the Marine Corps bridge pallet, to provide engineering support for the development of the echange proposal, and to purchase 349 production units.  Work and production will be performed in Oshkosh, Wis., and work for this delivery order is expected to be completed by March 30, 2014.  This was a competitive solicitation with two offers received.  Contract funds will not expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

JAMCO Group III, LLC*, San Antonio, Texas, is being awarded $9,250,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N69450-08-D-1294) for the renovation of Building 4845 at Barksdale Air Force Base.  The work to be performed provides for partial renovation of Building 4845 and the demolition of civil engineering yard buildings.  The renovation includes office spaces, conference rooms, a break room, restrooms, work areas, lockers, storage, and new vehicle ramps for access to interior shop spaces.  The demolition includes buildings, covered storage, surrounding asphalt paving, stockpile areas, and utilities.  Work will be performed in Barksdale, La., and is expected to be completed by June 2014.  Contract funds in the amount of $9,250,000 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Old Veteran Construction*, Chicago, Ill., is being awarded $8,123,400 for firm-fixed-price task order #0009 under a previously awarded multiple award construction contract (N40083-09-D-0033) for renovations at bachelor housing units, Buildings 833 and 834 at Naval Station Great Lakes.  The work to be performed provides for the renovation of architectural, electrical, mechanical, plumbing, and fire protection systems.  All areas disturbed as the result of the renovation work will be repaired and repainted.  Work will be performed in Great Lakes, Ill., and is expected to be completed by December 2013.  Contract funds in the amount of $8,123,400 are obligated on this award and will expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.

Performance Systems, Inc.*, Waipahu, Hawaii, is being awarded $7,197,630 for firm-fixed-price task order #0019 under a previously awarded multiple award construction contract (N62478-11-D-4045) for design and repair of Headquarters Pacific Air Forces Building 1102 at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for upgrades to life safety, corrections to Americans with Disabilities Act deficiencies, replacement of deteriorated backbone infrastructure (mechanical, electrical, plumbing, communications, security etc.), improvements to energy and water use efficiency, and construction of new office interior space with new partition walls, doors, windows and glazing, ceiling and floor finishes, along with new mechanical, electrical, and plumbing, life safety, security and communications systems.  Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2014.  Contract funds in the amount of $7,197,630 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Systems Engineering Associates Corp., Middletown, R.I., is being awarded a $7,018,864 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for hardware/firmware engineering and life cycle support, material and services for the refurbishment, installation, checkout, life cycle maintenance and repair of the Ohio-class submarine data processing subsystem Trident signal data converter CV-3325B(V)/UYK equipment.  Work will be performed in Middletown, R.I. (90 percent); Bangor, Wash. (5 percent); and King’s Bay, Ga. (5 percent), and is expected to complete by September 2015.  Contract funds in the amount of $1,684,527 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-12-D-2130).

ational Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $6,652,248 modification to previously awarded contract (N00024-07-C-4013) for an extension to the period of performance for the USS Essex (LHD 2) fiscal 2012 phased maintenance availability.  A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by February 2013.  Contract funds in the amount of $6,652,248 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Mo., was issued a modification on contract SPM400-03-D-9408/P00009.  The modification is a firm fixed price, sole source contract with a maximum $65,972,335 for B-52 aircraft hatches.  Other location of performance is Kansas.  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 Aug. 31, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Hospira Worldwide, Inc., Lake Forest, Ill., was issued a modification exercising the seventh option year on contract SPM200-05-D-7703/P00068.  The modification is a firm fixed price, corporate exigency contract with a maximum $24,296,095 for various pharmaceutical items.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were twenty-three responses to the Web solicitation.  Type of appropriation is fical 2012 Warstopper Funds.  The date of performance completion is Sept. 30, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Valley Electric Association, Inc., Pahrump, Nev., was awarded contract SPE600-12-C-8270.  The award is a fixed price with economic price adjustment, fifty year contract with a maximum $23,651,987 for assumption of ownership, operation, and maintenance of the Electric Distribution System at Creech Air Force Base, Nev.  Other location of performance is Nevada.  Using military service is Air Force.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 Direct Cite Funds.  The date of performance completion is January 2063.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

The Boeing Co., St. Louis, Mo., was issued a modification on contract SPM400-03-D-9408/UN01.  The modification is a firm fixed price, sole source contract with a maximum $21,547,672 for B-52 aircraft hatches.  Other location of performance is Kansas.  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 Aug. 31, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Nordam, Tulsa, Okla., was awarded contract SPRHA4-2-D-0001.  The award is a firm fixed price contract with a maximum $19,274,726 for aircraft doors.  There are no other locations of performance.  Using military service is Air Force.  There were fourteen solicitations with two responses.  Type of appropriation is fiscal 2012 through fiscal 2017 Air Force Working Capital Funds.  The date of performance completion is September 2017.  The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah.

4-County Electric Power Association, Columbus, Miss., was awarded contract SPE600-12-C-8271.  The award is a fixed price with economic price adjustment, fifty year contract with a maximum $19,201,824 for assumption of ownership, operation, and maintenance of the Electric Distribution System at Columbus Air Force Base, Miss.  Using military service is Air Force.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 Direct Cite Funds.  The date of performance completion is January 2063.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Radant Technologies, Inc., Stow, Mass.*, was awarded contract SPRTA1-12-C-0151.  The award is a firm fixed price, sole source contract with a maximum $12,542,445 for Radomes.  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 June 30, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Timken Aerospace Transmission, LLC, Manchester, Conn., was awarded contract SPRRA1-12-D-0144.  The award is a firm fixed price contract with a maximum $11,018,954 for mast support base.  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 Sept. 28, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

BAE Systems Control, Inc., Endicott, N.Y., was awarded contract SPRTA1-12-C-0138.  The award is a firm fixed price, sole source contract with a maximum $9,975,033 for actuator remote terminals.  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 Nov. 30, 2014.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

TRICARE MANAGEMENT ACTIVITY

SofTec Solutions, Inc., a Small Business Administration-certified Small Disadvantaged Business in Englewood, Colorado,is being awarded a firm-fixed price commercial services contract to provide E-Commerce Operational Systems Support (EOSS) services to the Department of Defense TRICARE Management Activity (TMA). The instant award for the base year is $6,789,678.24. The total contract value, including the base period and four (4) 1-year option periods is $32,325,116.  The E-Commerce Operational Systems Support (EOSS) contract provides technical support staff for the TRICARE Management Activity (TMA) E-Commerce program and hence includes tasks to cover the entirety of an enterprise system. This contract provides for Information Technology (IT) services to maintain, operate, and provide engineering and technical support for the TMA E-Commerce program. This contract was competitively procured using the Best Value Lowest Price Technically Acceptable Source Selection process with 13 offers received.  The TRICARE Management Activity, Aurora, Colorado, is the contracting activity (HT9402-12-C-0004).

WASHINGTON SERVICE HEADQUARTERS

NetCentrics Corporation, Herndon, Va., is being awarded a $16,034,754 firm-fixed-price contract (HQ0034-11-D-0002) to obtain information technology operations front office support for the Office of the Secretary of Defense, Washington Headquarters Services, Washington supported organizations, and Pentagon Force Protection Agency.  Additionally, similar support for the Office of General Counsel, the Defense Legal Services Agency and the Central Adjudication facility and the Office of Military Commissions may be obtained under this task order.  Work will be performed in Alexandria, Va., Arlington, Va. with an estimated completion date of March 31, 2015.  Three bids were solicited through the Internet with two bids received.  Washington Headquarters Services is the contracting activity.

Black, Veatch, and Gensler Joint Venture, Overland Park, Kan., is being awarded task orders totaling $8,500,000 as part of an Indefinite Delivery, Indefinite Quantity contract (HQ0034-12-D-0011) to provide architectural and engineering services, to include energy studies and construction design, at the Pentagon and Raven Rock Mountain Complex.  Work will be performed in Arlington, Va., and Fairfield, Pa., with an estimated completion date of Aug. 8, 2017.  The bid was solicited through the Internet with fifteen bids received.

CORRECTION

AIR FORCE

United Technologies Corp., Military Engines Division, East Hartford, Conn., (FA8626-12-D-2063) is being awarded an $817,906,815 contract for install and spare F117-PW-100 engines.  The location of the performance is East Hartford, Conn.  Work is expected to be completed by Dec. 31, 2014.  The contracting activity is AFLCMC/LPAK, Wright-Patterson Air Force Base, Ohio.  The contract is for unclassified foreign military sales and foreign military sales customers are to be determined.  The anticipated Foreign Military Sales dollar amount is 84 percent of the maximum.

 

NAVY

Contract awarded Sept. 26, 2012 to STARA Technologies, Inc.,* Gilbert, Ariz., (N68335-12-C-0314) should have read the work to be performed in Gilbert, Ariz., as 73 percent.

DEFENSE LOGISTICS AGENCY

AmerisourceBergen Drug Corp., Chester Brook, Pa., was issued a modification exercising the third option year on contract SPM200-05-D-2000/P00159.  The modification is a firm fixed price, prime vendor contract for a maximum $1,771,500,000 to meet pharmaceutical requirements for TRICARE South Region.  Other locations of performance are Texas, N.C., Miss., and Ala.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AmerisourceBergen Drug Corp., Chester Brook, Pa., was issued a modification exercising the third option year on contract SPM200-05-D-1000/P00171.  The modification is a firm fixed price, prime vendor contract for a maximum $1,420,684,140 to meet pharmaceutical requirements for TRICARE North Region.  Other locations of performance are Pa., Mass., Va., N.C., and N.J.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Cardinal Health, Inc., Dublin, Ohio, was issued a modification exercising the third option year on contract SPM200-05-D-3000/P00171.  The modification is a firm fixed price, prime vendor contract for a maximum $1,260,967,153 to meet pharmaceutical requirements for TRICARE West Region.  Other locations of performance are Mo., Calif. Utah, Ariz., Colo., and Washington.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AmerisourceBergen Drug Corp., Chester Brook, Pa., was issued a modification exercising the third option year on contract SPM200-05-D-0950/P00045.  The modification is a firm fixed price, prime vendor contract for a maximum $177,500,000 to meet pharmaceutical requirements for the Designated Providers Region.  Other locations of performance are Texas, Mass., Va., and N.C.  Using services are all Designated Providers that are a part of the Uniformed Services Family Health Plan program.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AmerisourceBergen Drug Corp., Chester Brook, Pa., was issued a modification exercising the third option year on contract SPM200-05-D-3500/P00058.  The modification is a firm fixed price, prime vendor contract for a maximum $118,934,955 to meet pharmaceutical requirements for Hawaii Region.  Other location of performance is Hawaii.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa

AmerisourceBergen Drug Corp., Chester Brook, Pa., was issued a modification exercising the third option year on contract SPM200-05-D-0925/P00053.  The modification is a firm fixed price, prime vendor contract for a maximum $110,000,000 to meet pharmaceutical requirements for government agencies under DLA Troop Support’s Medical’s Generation III pharmaceutical program.  Other locations of performance are Texas, Mass., Va., and N.C.  Using services are National Institute of Health, Department of Justice, District of Columbia Government, and other various non-DoD Agencies.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Pfizer, New York, N.Y., was awarded contract SPM2D0-12-D-0022.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for a maximum $70,139,154 for pharmaceutical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were eighteen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 26, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa

Mylan Specialty, Basking Ridge, N.J., was awarded contract SPM2D0-12-D-0020.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for a maximum $63,774,759 for pharmaceutical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were eighteen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 26, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DMS Pharmaceutical Group, Inc., Park Ridge, Ill.*, was issued a modification exercising the third option year on contract SPM200-05-D-0901/P00037.  The modification is a firm fixed price, prime vendor contract for a maximum $48,366,615 to meet pharmaceutical requirements for TRICARE South secondary region.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa

Lockheed Martin Corp., Owego, N.Y., was awarded contract SPRTA1-12-C-0155.  The award is a firm fixed price, sole source contract for a maximum $42,755,000 for receiver processors.  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 July 31, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla

DMS Pharmaceutical Group, Inc., Park Ridge, Ill.*, was issued a modification exercising the third option year on contract SPM200-05-D-0900/P00056.  The modification is a firm fixed price, prime vendor contract for a maximum $38,383,860 to meet pharmaceutical requirements for TRICARE North secondary region.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa

Zimmer US, Incorporated, Warsaw, Ind., was awarded contract SPM2D0-12-D-0017.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $37,472,834 for various medical and surgical items.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 26, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa

Dental Health Products Inc., New Franken, Wis.*, was awarded contract SPM2D0-12-D-0019.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $24,083,640 for various medical and surgical items.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 26, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Dakota Drug Inc., Minot, N.D.*, was issued a modification exercising the third option year on contract SPM200-05-D-0976/P00027.  The modification is a firm fixed price, prime vendor contract with a maximum $19,471,150 to meet pharmaceutical requirements for Upper Prairie region.  There are no other locations of performance.  Using military service is Air Force.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Chromalloy Component Services, Inc., San Antonio, Texas, was awarded contract SPRTA1-12-C-0175.  The award is a firm fixed price contract with a maximum $10,034,622 for Fan, Vane Assemblies.  There are no other locations of performance.  Using military service is Air Force.  There was one solicitation with two responses.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Kearfott Motion Systems Division, Black Mountain, N.C., was awarded contract SPRRA1-12-D-0145.  The award is a firm fixed price contract with a maximum $8,627,822 for actuators.  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 Oct. 25, 2013.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

Chromalloy Component Services, Inc., San Antonio, Texas, was awarded contract SPRTA1-12-C-0177.  The award is a firm fixed price contract with a maximum $8,500,590 for Fan, Vane Assemblies.  There are no other locations of performance.  Using military service is Air Force.  There was one solicitation with two responses.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

U.S. Foods, Inc., La Mirada, Calif., was awarded contract SPM300-13-D-3604.  The award is a fixed price with economic price adjustment, sole source contract with a maximum $49,799,290 for prime vendor full line food service distribution.  There are no other locations of performance.  Using military service is Navy.  There was one response to the Web solicitation.  Type of appropriation is fiscal 2013 Navy Funds.  The date of performance completion is Sept. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Huntington Ingalls Inc., Newport News, Va., is being awarded a $296,126,089 modification to a previously awarded contract (N00024-09-C-2116) for procurement of additional long-lead-time material and continuation of construction preparation efforts for John F. Kennedy (CVN 79).   Huntington Ingalls Inc. will provide all services and material in preparation for construction of CVN 79 including necessary research studies; engineering; design; related development efforts; advanced planning; advanced procurement for detail design and procurement of long lead material; advance construction; life cycle support; logistics data and other data to support the anticipated fiscal year 2013 ship detail design and construction of CVN 79.  Work will be performed in Newport News, Va., and is expected to be completed by October 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C. is the contracting activity.

Charles Stark Draper Laboratories, Inc., Cambridge, Mass., is being awarded a $113,129,313cost-plus-incentive-fee, cost-plus-fixed-fee contract for the following efforts: 1) provide specialized tactical engineering services, logistics services, fleet support services, and guidance SSP alteration services to test, repair and maintain guidance subsystems, test equipment, and related support equipment in support of existing TRIDENT II (D-5) weapon systems;  2) test and evaluate MK6 MOD 1 engineering development units and preproduction units systems to verify performance and to generate and validate documentation to support flight tests, qualification, and support production activities; 3) perform research in the application of technologies to support TRIDENT II (D-5) guidance and reentry systems, and 4) provide specialized technical knowledge and support for hypersonic guidance, navigation and control applications utilizing an integrated avionics computer and Global Positioning System.  This contract contains options, which if exercised, will bring the contract value to a total of $304,573,711.  Work will be performed in Cambridge, Mass. (69 percent); Pittsfield Mass. (19 percent); El Segundo, Calif. (10 percent), and Clearwater, Fla. (2 percent), and work is expected to be completed Sept. 30, 2015.  Contract funds will not expire by the end of the current fiscal year.  The contract was not competitively procured.  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0005).

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a $95,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-06-D-0038) to exercise an option for engineering, analytical and manufacturing services in support of the Aging Aircraft Program.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  Work will be performed in various locations throughout the United States (80 percent) and Rockville, Md. (20 percent), 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.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded an estimated $89,226,102 advance acquisition contract for long lead components, parts and materials associated with the Lot VII Low Rate Initial Production (LRIP) of 19 F135 Conventional Take Off and Landing (CTOL) propulsion systems for the Air Force; 6 Short Take-off and Vertical Landing (STOVL) propulsion systems for the Marine Corps; and 4 Carrier Variant (CV) propulsion systems for the Navy.  In addition, this contract provides for the procurement of two CTOL propulsions systems for Turkey; three CTOL propulsion systems for Italy; one F135 STOVL propulsion system for the United Kingdom; and two CTOL propulsions systems for Norway.  Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Ind. (16.5 percent), and is expected to be completed in September 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  This contract combines purchases for the Air Force ($37,996,998; 43 percent); the Navy/Marine Corps ($35,230,368; 39 percent); and the governments of Turkey ($3,999,684; 4.5 percent); Italy ($5,999,526; 7 percent); United Kingdom; ($1,999,842; 2 percent); and Norway ($3,999,684; 4.5 percent).  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-0060).

AECOM Technical Services, Inc., Los Angeles, Calif., is being awarded a cost-plus-award-fee, indefinite-delivery indefinite-quantity contract with a maximum amount of $85,000,000 for requirement focuses primarily on architect-engineer environmental technical and engineering services in support of the Department of the Navy’s Environmental Restoration Program, which includes the Installation Restoration Program and Munitions Response Program in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act and other similar programs within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  Task order 0001 is being awarded at $174,669 for administration support and program documents at Joint Base Pearl Harbor-Hickam, Hawaii.  Work for this task order is expected to be completed by September 2013.  All work on this contract will be performed at various Navy and Marine Corps Activities within the NAVFAC Pacific AOR (Hawaii (35 percent), Guam (35 percent), other locations within the AOR (20 percent), and the continental U.S. (10 percent)), and may also include services for other Department of Defense or federal agencies.  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 $174,669 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 one proposal received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-12-D-1829).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $51,567,093 cost-plus-fixed-fee contract to provide engineering efforts in support of the following:  1) integrating the TRIDENT II Missile and Reentry Strategic Weapon System subsystems into the common missile compartment for the OHIO replacement and United Kingdom Successor Programs, and 2) designing an updated missile service unit that will be compatible with existing and new submarine fleets.  Efforts will address integration impacts to the deployed and expected future configurations of the TRIDENT II Strategic Weapon System.  Lockheed Martin Space Systems Company is the only responsible source capable of integrating the submarine platform with the existing D5 missile system, developing and producing missile support equipment and test vehicles required in support of the common missile compartment and Ohio Replacement Programs, and developing the updated missile service unit.  This contract contains options, which if exercised, will bring the contract value to a total of $52,225,036.  Work will be performed in Cape Canaveral, Fla. (50 percent); Sunnyvale, Calif. (34 percent); Syracuse, N.Y. (10 percent); Magna, Utah (2 percent); Washington, D.C. (1 percent); yet to be determined locations (2 percent); and other locations of less than one percent (1 percent), and work is expected to be completed Dec. 31, 2017.  Contract funds will not expire by the end of the current fiscal year.  The contract was not competitively procured.  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0058).

The Boeing Co., St Louis, Mo., is being awarded $50,537,498 for delivery order #0012 against previously awarded firm-fixed-price contract (N00383-07-D-001J0) for various quantities of repairs and news spare parts to support the AV-8 aircraft.  Work will be performed in St Louis, Mo., and is expected to be completed by May 31, 2014.  The applicable Navy Working Capital Funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  Naval Weapon Systems Support, Philadelphia Pa., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $33,000,000 undefinitized contractual action contract line item number against delivery order #0014 under a previously awarded contract (N00383-06-D-001J) for various quantities of new consumable parts to support the F/A-18 aircraft.  Will be performed in St. Louis, Mo., and work is expected to be completed by Dec. 30, 2015.  The applicable Navy Working Capital Funds will not expire at the end of the current fiscal year.  One company was solicited for the non-competitive requirement and one offer was received in response to the solicitation.   The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

Lockheed Martin Mission Systems and Sensors (MS2), Owego, N.Y., is being awarded a $30,853,330 cost-plus-incentive-fee contract for the hardware and software efforts required to integrate the flight management system into the avionics obsolescence upgrade in support of the C-130T aircraft.  The contract includes a communication, navigation surveillance/air traffic management capability solution, a complete display system upgrade, and a significantly improved human machine interface.  Work will be performed in Owego, N.Y., and is expected to be completed in March 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; three offers were received.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-0116).

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $28,126,043 cost-plus-fixed-fee contract for software sustainment, non-recurring engineering support and obsolescence efforts including future growth software development for the vertical take-off and landing unmanned aerial vehicle Fire Scout MQ-8B.  Work will be performed in San Diego, Calif. (90 percent), and Patuxent River Naval Air Station, Patuxent River, Md. (10 percent); and is expected to be completed in September 2013.  Contract funds in the amount of $28,126,043 will expire at the end of the fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304 (c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0126).

CMS Corp.,/Toltest Joint Venture IV*, Bargersville, Ind., is being awarded $24,030,436 for firm-fixed-price task order #0005 under a previously awarded multiple award construction contract (N69450-10-D-1271) for construction of a new bulkhead at the existing Wharf Charlie C-2 at Naval Station Mayport.  The project will enable more efficient servicing of ships and will extend the service life on the currently degraded wharf bulkhead.  This project provides for the installation of a new steel king pile/sheet pile bulkhead seaward of the existing bulkhead, and seaward of the existing combination pipe pile toe wall.  The new bulkhead shall be a tied-back structure, designed to resist all loads with both sides of steel wall coated with epoxy-polyamide.  The new bulkhead shall be designed for a 50-year service life.  Work will be performed in Mayport, Fla., and is expected to be completed by March 2015.  Contract funds in the amount of $24,030,436 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

URS Federal Services, Inc., Germantown, Md., is being awarded $21,198,546 for delivery order #0001 under a previously awarded indefinite-delivery/indefinite quantity contract (M67854-12-D-5518) for the Mine Resistant Ambush Protected vehicle contractor advisory and assistance services.  Work will be performed in Stafford, Va., and is expected to be completed by September 2013.  This was a competitive solicitation with two offers received.  Contract funds in the amount of $21,198,546 will expire at the end of the current fiscal year.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded a $20,386,237 modification to a previously awarded cost-plus-award-fee contract (N00024-11-C-4407) to definitize the USS New Orleans (LPD 18) fiscal 2012 phased maintenance availability.  A phased maintenance availability includes planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by April 2013.  Funds in the amount of $20,386,237 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded $19,637,400 for delivery order #7002 under previously awarded contract (N00383-11-D-012N) for the repair of 12 gearbox assemblies, 12 Cobra main rotor hub assemblies, 60 Cobra main rotor blades, 11 right hand stub wings, and 10 left hand stub wings required to support the H-1 helicopter.  Work will be performed in Hurst, Texas, and work is expected to be completed Sept. 27, 2014.  Contract funds will not expire at the end of the current fiscal year.  NAVSUP Weapons Systems Support, Philadelphia, Pa., is the contracting activity.

Alutiiq Diversified Services, LLC*, Anchorage, Alaska, is being awarded a $17,449,445 firm-fixed-price contract for construction of the Special Operations Forces Cold Weather Maritime Training Facility at Special Warfare Detachment Kodiak.  The work to be performed provides for design and construction of: (1) a new multi-functional training facility including berthing, administrative, and instructional areas; and (2) renovation and modernization of interior space to existing buildings in the vicinity of the new Cold Weather Maritime Training Facility.  Work will be performed on Kodiak Island, Alaska, and is expected to be completed by April 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 seven proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-12-C-3011).

Tetra Tech Tesoro, Virginia Beach, Va., is being awarded  $16,238,915for firm-fixed-price task order #0005 under a previously awardedmultiple award construction contract (N40085-09-D-5027) for the perimeter security and main entrance improvements at Naval Air Station Oceana Dam Neck Annex.  This project constructs a new realigned main gate entry control point with a hardened guard house, elevated control lane island, and intrusion detection electronic security systems.  Other main gate entry control point facilities include a firing position facility, truck inspection control facility, a vehicle inspection occupant shelter, and pop-up/active vehicle barriers.  This project also provides for construction of a new military working dog kennel and a new water pump station with emergency backup generator.  Finally, this project will construct a realigned southern entry control point for Naval Special Warfare Development Group, to include a new visitor’s center with attached shipping/receiving facility.  The task order also contains seven planned modifications which if exercised would increase cumulative task order value to $18,550,353.  Work will be performed in Virginia Beach, Va., and is expected to be completed by October 2014.  Contract funds will not expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a not-to-exceed $15,552,143 cost-plus-fixed-fee task order #0066 under a previously awarded contract (M67004-09-D-0020) for operations supporting the Marine Expeditionary Unit Augmentation Program.  Work will be performed within Kuwait and is expected to be completed in September 2013.  Contract funds will not expire at the end of the current fiscal year.  U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $15,004,104 cost-plus-fixed-fee modification to a previously awarded fixed-price-incentive-fee contract (N00019-08-C-0027).  This effort procures additional system engineering and software maintenance for the E-2D Advanced Hawkeye Low Rate Initial Production Lots 1 and 2 aircraft.  Work will be performed in Bethpage, N.Y., and is expected to be completed in May 2015.  Contract funds in the amount of $15,004,104 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Global Engineering and Construction, LLC*, Renton, Wash., is being awarded $14,915,560 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N69450-10-D-0776) for repair of potable water and waste water systems at Naval Air Station Kingsville.  The work to be performed provides for the repair of potable water and waste water systems which includes but is not limited to, replacement of potable waterlines, demolition of existing water treatment plant, and construction of a second connection to the City of Kingsville water system.  Work will be performed in Kingsville, Texas, and is expected to be completed by March 2014.  Contract funds in the amount of $14,915,560 are obligated on this award and $13,450,490 will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $14,154,807 firm-fixed-price modification to previously awarded contract (N00024-11-C-5300) for the procurement and manufacturing of provisioning spares for Standard Missile-2.  Work will be performed in Joplin, Mo. (31.6 percent); Tucson, Ariz. (23.5 percent); Minneapolis, Minn. (18.7 percent); Andover, Mass. (13.8 percent); Stafford Springs, Conn. (6.8 percent); and other sites below one percent (5.6 percent), and is expected to be completed by March 2014.  Contract funds in the amount of $11,738,119 will expire at the end of the current fiscal year.  The Naval Sea System Command, Washington, D.C., is the contracting activity.

K.O.O. Construction, Inc.*, West Sacramento, Calif., is being awarded $13,796,390 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-09-D-1655) for the design and construction of a multi-purpose building at Marine Corps Mountain Warfare Training Center, Bridgeport.  The work to be performed provides for the design, construction, reconfiguration, renovation and expansion of the existing multi-purpose building for a training facility, and a covered multi-story parking garage.  The task order also contains one planned modification, which if exercised would increase cumulative task order value to $14,526,390.  Work will be performed in Bridgeport, Calif., and is expected to be completed by April 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, Southwest, San Diego, Calif., is the contracting activity.

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $13,198,178 modification to previously awarded contract (N0024-06-C-4408) for the USS O’Kane (DDG 77) selected restricted availability.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by March 2013.  Contract funds in the amount of $13,193,644 will expire by the end of the current fiscal year.  The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

The Boeing Co., Seattle, Wash., is being awarded a $13,160,440 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for the procurement of spare parts in support of 10 operational flight trainers, seven weapons tactics trainers, three part task trainers, training systems support center and 15 electronic classrooms for the P-8A program.  This contract also provides services including: managing spare parts and delivery, coordinating orders, quotes, and receiving process, procuring Federal Acquisition Regulation Part 15 classified parts, supporting inventory inspection processes, and delivering spares to the government.  Work will be performed in St. Louis, Mo., and is expected to be completed in June 2014.   Contract funds will not expire at the end of the fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

PRI-DJI*, Las Vegas, Nev., is being awarded a $12,508,199 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62467-06-D-0076) to exercise option two for Base Operations Support services at Naval Air Station Whiting Field and sub communities.  The work to be performed provides forpublic works administration including labor, management, supervision, materials, supplies, and tools for facilities management, facilities investment, facility maintenance services (non-family housing), pest control, utility plant and distribution operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, centrally managed safety services, and base support vehicles and equipment.  The total contract amount after exercise of this option will be $84,637,994.  Work will be performed in Milton, Fla., work for 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, Southeast, Jacksonville, Fla., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded a $10,442,583 firm-fixed-price delivery order (0010) under a previously awarded indefinite-delivery/indefinite quantity contract (M67854-12-D-0209).  This delivery order purchases 14 ECP 115 MK 36 (wrecker) armored door upgrade  kits for the Navy, 336 kits for the Marine Corps, integrated logistics support and non-recurring engineering.  Work will be performed in Israel (99 percent) and Oshkosh, Wis. (one percent), and work for this delivery order is expected to be completed by January 2013. Contract funds in the amount of $413,950 will expire at the end of the current fiscal 2012.  Marine Corps System Command, Quantico, Va., is the contracting activity.

Thrash Commercial Contractors, Inc.*, Brandon, Miss., is being awarded $9,475,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N69450-10-D-0788) for the renovation of Corry “A” School Bachelor Enlisted Quarters, Buildings 3702 and 3705.  The work to be performed provides for 146 berths and renovations that include, but are not limited to interior removal of buildings, replacement of structural steel as required, and replacement of interior sheetrock on walls and ceilings, and replace all electric wiring and equipment.  Work will be performed in Pensacola, Fla., and is expected to be completed by March 2014.  Contract funds in the amount of $9,475,000 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, Southeast, Jacksonville, Fla., is the contracting activity.

Lockheed Martin Corp., Owego, N.Y., is being awarded an $8,907,747 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0013) for the operational services in support of two cargo unmanned aircraft systems deployed in support of  the Marine Corps.  Work will be performed in various location outside the continental U. S. (90 percent) and Patuxent River, Md. (10 percent), and is expected to be completed in March 2013.  Contract funds in the amount of $8,907,747 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Space & Mission Systems Corp., Herndon, Va., is being awarded an $8,495,677 cost-plus-fixed fee modification to previously awarded contract (N63394-10-C-1201) for Aegis engineering and technical services.  This procurement shall furnish engineering, technical, computer programming, materials management, and specified logistics services necessary to support Aegis combat system, major weapon systems programs, test and evaluation and post event analysis.  Support services shall be required at shore sites, land based test facilities, shipyards, and aboard ships in port and at sea.  Work will be performed in Port Hueneme, Calif. (65 percent); San Diego, Calif. (15 percent); Dahlgren, Va. (10 percent); and Pearl Harbor, Hawaii (10 percent), and is expected to be completed by January 2013.  Contract funds in the amount of $3,108,551 will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, Calif., is the contracting activity.

Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded an $8,350,000 firm-fixed-price modification to a delivery order against a previously issued basic ordering agreement (N00019-10-G-0004).  This order will provide spare components for 10 E-2D Advanced Hawkeye Low Rate Initial Production Lots 3 and 4 aircraft.  Work will be performed in Syracuse, N.Y. (51.3 percent); Bethpage, N.Y. (13 percent); Owego, N.Y. (7.1 percent); Greenlawn, N.Y. (6.3percent); Woodland Hills, Calif. (6.1 percent); West Chester, Ohio (4.2 percent); North Hollywood, Calif. (3.0 percent); Marlborough, Mass. (2.3 percent); Horsham, Pa. (1.6 percent); New Port Richey, Fla. (1.6 percent), and various other locations in the United States (3.5 percent).  Work is expected to be completed in October 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.

Aviation Systems Engineering Co., Lexington Park, Md., is being awarded an $8,175,331 modification (P00005) under previously awarded contact (N00189-11-D-Z040) to exercise option one for technical, analytical, administrative and material support services to Air Test and Evaluation Squadron One in support of the test mission of Commander, Operational Test and Evaluation.  Work will be performed in Patuxent River, Md., and work for this effort is expected to be completed October 5, 2013.  Applicable research, development test and evaluation funds will not expire at the end of this current fiscal year.  The basic contract was competitively procured via the Navy Electronic Commerce Online website, with two offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Corrpro Co., Inc., San Diego, Calif., is being awarded an $8,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract to exercise option three for cathodic protection inspection and repair in support of various Navy, Marine Corp, and federal government programs.  The work to be performed provides for cathodic protection inspection and repair, and corrosion control services on petroleum storage and distribution centers worldwide.  After award of this option, the total cumulative contract value will be $32,000,000.  Work will be performed worldwide, and is expected to be completed by 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 (N62583-09-D-0185).

Huntington Ingalls Inc., Newport News, Va., is being awarded a $7,500,000 cost-plus-fixed-fee contract for propulsion plant systems engineering for Nimitz-class nuclear aircraft carriers.  Work includes alterations, repairs and maintenance.  Work will be performed in Newport News, Va., and is expected to be completed by September 2013.  Contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured.  Supervisor of Shipbuilding, Conversion and Repair, Newport News, Va., is the contracting activity (N00024-11-G-2121).

ARMY

SRC TEC Inc., Syracuse, N.Y., was awarded a $249,900,000 firm-fixed-price contract. The award will provide for the necessary sustainment services.  Work location will be determined with each task order, with an estimated completion date of Sept. 24, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-D-M603).

Science Applications International Corp., McLean, Va., was awarded a $56,275,374 cost-plus-fixed-fee contract.  The award will provide for the services in support of sensor technologies to the Army’s current force architecture.  Work will be performed in Afghanistan, with an estimated completion date of Sept. 25, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W909MY-12-C-0046).

Hamilton Sundstrand Space Systems International, Pomona, Calif., was awarded a $49,711,941 firm-fixed-price contract.  The award will provide for the procurement of Chemical Biological Mass Spectrometer Block II systems.  Work will be performed in Pomona, with an estimated completion date of June 1, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-12-D-0011).

Southwind Construction Services LLC, Edmond, Okla., was awarded a $49,500,000 firm-fixed-price contract. The award will provide for the construction services in support of various military, civil works and international and interagency support projects.  Work location will be determined with each order, with an estimated completion date of Sept. 24, 2015. The bid was solicited through the Internet, with 34 bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-12-D-0018).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $44,457,596 firm-fixed-price contract.  The award will provide for the procurement of the gearbox accessory in support of the UH-60.  Work will be performed in Stratford, with an estimated completion date of Sept. 25, 2012.  Two bids were solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-D-0217).

AMTEC Corp., Janesville, Wis., was awarded a $24,400,000 firm-fixed-price contract. The award will provide for the procurement of M1006 40mm non-lethal cartridges and first article test and physical configuration audit.  Work location will be determined with each order, with an estimated completion date of Sept. 25, 2017.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, picatinny arsenal, N.J., is the contracting activity (W15QKN-12-D-0125).

Nan Inc., Honolulu, Hawaii, was awarded a $21,105,273 firm-fixed-price contract.  The award will provide for the construction of a flood mitigation system at Fort Shafter, Hawaii. Work will be performed in Fort Shafter, with an estimated completion date of Oct. 19, 2014. The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity (W9128A-12-C-0019).

Nova Group Inc., Napa, Calif., was awarded an $18,901,500 firm-fixed-price contract. The award will provide for the construction services in support of aircraft parking positions. Work location will be determined with each order, with an estimated completion date of Oct. 9, 2014.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0029).

J&S Construction Co., Inc., Cookeville, Tenn., was awarded an $18,386,307 firm-fixed-price contract.  The award will provide for the construction of a maintenance facility at Fort Stewart, Ga.  Work will be performed in Fort Stewart, with an estimated completion date of Dec. 31, 2014.  The bid was solicited through the Internet, with 11 bids received.  The National Guard Bureau, Atlanta, Ga., is the contracting activity (W912JM-12-C-0028).

Safariland LLC, Casper, Wyo., was awarded a $17,563,750 firm-fixed-price contract. The award will provide for the procurement of M1012 12-gauge non-lethal point control cartridges and M1013 12-gauge non-lethal crowd dispersal cartridges.  Work location will be determined with each order, with an estimated completion date of Sept. 24, 2017.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-12-D-0122).

OMV Medical Inc., Takoma Park, Md., was awarded a $15,378,384 firm-fixed-price contract.  The award will provide for the healthcare services and providers.  Work will be performed in Bethesda, Md., with an estimated completion date of June 25, 2013.  One bid was solicited, with one bid received. The U.S. Army Medical Command, Washington, D.C., is the contracting activity (W91YTZ-11-C-0036).

Lockheed Martin Corp., Orlando, Fla., was awarded a $14,048,228 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure launchers, launcher electronic assemblies and engineering services.  Work will be performed in Orlando, with an estimated completion date of Sept. 28, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0154).

J. Kokolakis Contracting Inc., Bohemia, N.Y., was awarded a $12,464,900 firm-fixed-price contract. The award will provide for the construction of the Binghamton Army Reserve Center in Nichols, N.Y.  Work will be performed in Nichols, with an estimated completion date of March 14, 2014.  The bid was solicited through the Internet, with 10 bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0057).

Lockheed Martin Missiles and fire control, Orlando, Fla., was awarded a $12,105,361 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure services in support of the modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor System. Work will be performed in Orlando, with an estimated completion date of Sept. 30, 2016.  The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0120).

Royal Bridge, Tarpon Spring, Fla., was awarded a $10,760,094 firm-fixed-price contract. The award will provide for the rehabilitation of spillway gates at Gavin Point Dam, S.D.  Work will be performed in Yankton, S.D., with an estimated completion date of Oct. 31, 2014.  The bid was solicited through the Internet, with 10 bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0059).

JLG Industries Inc., McConnellsburg, Penn., was awarded a $10,252,663 firm-fixed-price contract.  The award will provide for the refurbishment services and construction equipment in support of operations.  Work will be performed in McConnellsburg and Afghanistan, with an estimated completion date of Aug. 9, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-D-0153).

Raytheon Technical Services Co., LLC, El Segundo, Calif., was awarded a $9,470,818 cost-plus-fixed-fee contract.  The award will provide for the service in support of tube-launched optically tracked wireless guided missile.  Work will be performed in El Segundo; McKinney, Texas; Huntsville, Ala.; Indianapolis, Ind.; Fort Hood, Texas; and Red River Army Depot, Texas; with an estimated completion date of Sept. 30, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0098).

Grotheer & Co., Washington, D.C., was awarded a $7,000,000 firm-fixed-price contract. The award will provide for the architect and engineer design services for renovation of secure and classified tenant core spaces for Department of Defense agencies.  Work location will be determined with each order, with an estimated completion date of Sept. 24, 2017.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-D-0042).

MISSILE DEFENSE AGENCY 

Network Management Resources, Inc. doing business as NMR Consulting in Chantilly, Va., was awarded a $60.7M competitive cost plus incentive fee contract, under contract number H95001-12-C-0001.  The contractor will provide global classified and unclassified video conferencing services, collaboration services, customer facing business application services, and end user training.  The work will be performed in:  Fort Belvoir, Va.; Huntsville, Ala., Colo., Springs, Colo., and Dahlgren, Va.  The performance period is from Oct. 17, 2012 through Nov. 30, 2017.  This contract was competitively procured via publication on the Federal Business Opportunities website with eight proposals received.  Fiscal 2012 research, development, test and evaluation funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The MDA at Schriever Air Force Base, Colo., is the contracting activity.

Alliant Techsystems_ (ATK) Inc. of Minneapolis, Minn., was awarded contract an award value of $52,772,432 under contract number HQO147-12-C-0016.  Under this contract, ATK will develop and test solid divert and attitude control systems technologies of interest to the Missile Defense Agency (MDA).  This contract represents part of the MDA’s technology development strategy to improve performance and reduce risk for ballistic missile defense interceptor divert and attitude control systems.  This contract was a competitively awarded procurement and the work will be performed at Elkton, Md., from October 2012 through September 2014.  Fiscal 2012 research, development, test and evaluation funds in the amount of $200,000 will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sale acquisition. The MDA, Huntsville, Alabama, is the contracting activity.

AIR FORCE

General Electric Engine Services, Inc., Cincinnati, Ohio (FA8124-12-C-0014), is being awarded a $42,966,000 firm fixed price contract to remanufacture 15 F108 engines.  The location of the performance is Arkansas City, Kan.  Work is expected to be completed by January 2014.  The contracting activity is AFLCMC/LPKPA, Tinker Air Force Base, Okla.

Northrop Grumman Space & Mission Systems Corp., San Diego, Calif. (FA8726-09-C-0010, P00059), is being awarded a $33,074,969 contract modification for the Battlefield Airborne Communications Node payload and supplemental type certificates integration capability on the E-11A S/N 9506 aircraft.  The location of the performance is San Diego, Calif.  Work is expected to be completed by Oct. 31, 2013.  The contracting activity is AFLCMC/HNAK, Hanscom Air Force Base, Mass.

Lockheed Martin Global Training and Logistics, Orlando, Fla. (FA8621-06-C-6300, P00094), is being awarded a $29,600,000 contract modification for C130J training and logistics support.  The location of the performance is Little Rock Air Force Base, Ark., Keesler Air Force Base, Miss., and Dyess Air Force Base, Texas.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WNSK, Wright-Patterson AFB, Ohio.

Georgia Tech Applied Research Corp., Atlanta, Ga. (HC1047-05-D-4000-0225), is being awarded a $25,000,000.00 cost plus fixed fee contract for avanced sensors algorithm and mission data upgrades for the Common Missile Warning System Sensor System.  The location of the performance is Atlanta, Ga.  Work is expected to be completed by Sept. 26, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb.

Georgia Tech Applied Research Corp., Atlanta, Ga.  (HC1047-05-D-4000-0217) is being awarded a $19,076,714 cost plus fixed fee contract for a radio frequency pulse processing study.  The location of the performance is Atlanta, Ga.  Work is expected to be completed by Sept. 26, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb.

Crew Training International, Inc., Memphis, Tenn. (FA4890-12-C-0013), is being awarded a $16,893,862 firm fixed with cost reimbursable contract for the 57 Wing Weapons School contract aircrew training and courseware development.  The location of the performance is Nellis Air Force Base, Nev.  Work is expected to be completed by Sept. 30, 2018.  The contracting activity is HQ ACC AMIC/PKB, Langley AFB, Va.

Alion Science and Technology Corp., Burr Ridge, Ill. (FA4600-06-D-0003) is being awarded a $14,949,524.00 cost plus fixed fee contract to support the Systems Operational Safety, Suitability and Effectiveness (OSS&E) Program. The location of the performance is Burr Ridge, Ill.  Work is expected to be completed by Sept. 26, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb.

Cessna AirCraft Co., Wichita, Kan. (FA8617-11-C-6209, P00011) is being awarded a $12,693,568 contract modification for the Interim contract support for the C-280B Afghanistan Basic Trainer/Light Lift Program.  The location of the performance is Wichita, Kan.  Work is expected to be completed by July 31, 2014.  The contracting activity is AFLCMC/WLZI, Wright-Patterson Air Force Base, Ohio.  Contract involves foreign military sales to Afghanistan.

B&M Phipps, Colorado Springs, Colo. (FA7000-12-C-0043), is being awarded an $11,646,000.00 firm fixed price contract renovate Vandenberg Hall, Phase 9.  The location of the performance is Air Force Academy, Colo.  Work is expected to be completed by July 25, 2013.  The contracting activity is 10 CONS/LGC, USAF Academy, Colo.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah (F42610-98-C-0001), is being awarded a $10,819,839 contract modification for the ICBM cartridge tape unit replacement program.  The location of the performance is Lanham, Md.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFNWC/PKME, Hill AFB, Utah.

The Boeing Co., Newark, Ohio (F42610-99-D-0006-0068), is being awarded a $10,783,813.00 contract modification for pendulous integrating gyroscope accelerometer evaluation and repair.  The location of the performance is Newark, Ohio.  Work is expected to be completed by Sept. 30, 2014.  The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah.

Exelis Systems Corp., Patrick Air Force Base, Fla. (F04701-01-C-0001, P00847) is being awarded a $9,012,428 contract modification for depot-level software maintenance and support.  The location of the performance is Patrick Air Force Base, Fla.  Work is expected to be completed by April 30, 2013.  The contracting activity is SMC/PKLR, Peterson Air Force Base, Colo.

Exelis Inc., Clifton, N.J. (FA8540-12-C-0024) is being awarded a $7,276,350.00 cost plus fixed fee contract to procure Lot 1 of engineering services in support of the ALQ-172 program for software support.  The location of the performance is Clifton, N.J.  Work is expected to be completed by Sept. 26, 2014.  The contracting activity is AFLCMC/WNKCB, Robins Air Force Base, Ga.

WASHINGTON SERVICE HEADQUARTERS

Terathink Corp., Reston, Va., 20190 was awarded a $7,280,852.83 firm-fixed-price contract (HQ0034-11-C-0078 to provide support services for the Internal Controls of Financial Reporting Statement of Budgetary Resources Acceleration, Pentagon Force Protection Agency  Optimization and Revolving Fund Improvement. Work will be performed in Arlington, Va., 22203 and Washington, DC 20301 with an estimated completion date of Sept. 24, 2014.  The bid was solicited through the Internet, with one bids received. Washington Headquarters Service is the contracting activity.

CORRECTION

 

NAVY

Contract awarded to Oracle America, Inc., Redwood City, Calif., (M67854-12-D-7501) for $41,300,000 should have read that contract funds in the amount of $7,432,843 will expire at the end of the current fiscal year.

AIR FORCE

DynCorp International, LLC., Fort Worth, Texas (FA3002-12-C-0025) is being awarded a $4,510,890.00 firm fixed price contract for acquisition support at the Engine Regional Repair Center.  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 AFB, Texas.

ARMY

The Whiting-Turner Contracting Co., Baltimore, Md., was awarded a $499,000,000 firm-fixed-price contract.  The award will provide for the renovation of the Intelligence Community Campus at Bethesda, Md.  Work location will be determined with each order, with an estimated completion date of Sept. 24, 2017.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-D-0021).

General Dynamics Ordnance and Tactical Systems Inc., Scranton, Penn. (W52P1J-12-D-0064); and IMT Defense Corp, Westerville, Ohio, (W52P1J-12-D-0065); were awarded a $125,100,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of the M110A2 projectile metal parts and the M1E1 burster casing.  Work location will be determined with each order, with an estimated completion date of Sept. 23, 2017.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.

L-3 Communications Corp., Salt Lake City, Utah, was awarded a $41,700,000 cost-plus-fixed-fee contract.  The award will provide for the services in support of the AN/TSC-156 Phoenix Tactical Super High Frequency Satellite Terminals.  Work location will be determined with each order, with an estimated completion date of Sept. 23, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-D-0079).

L-3 Global Communications Solutions Inc., Victor, N.Y., was awarded a $36,330,500 firm-fixed-price contract.  The award will provide for the procurement of satellite modems with chassis assembly.  Work will be performed in Fort Belvoir, Va., with an estimated completion date of Nov. 15, 2013.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-F-0019).

Clark Balfour Beatty, Bethesda, Md., was awarded a $32,387,000 firm-fixed-price contract.  The award will provide for construction services.  Work will be performed in Springfield, Va., with an estimated completion date of Dec. 16, 2013.  The bid was solicited through the Internet, with 12 bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-C-0027).

Grimberg / Amatea JV, Leesburg, Va., was awarded a $30,554,000 firm-fixed-price contract.  The award will provide for the construction of an administrative and applied instruction facility on Fort Meade, Md.  Work will be performed in Fort Meade, with an estimated completion date of Sept. 24, 2014.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-C-0023).

Archer Western Construction LLC, Tampa, Fla., was awarded a $24,994,058 firm-fixed-price contract.  The award will provide for demolition and construction services.  Work will be performed in Clewiston and Lake Harbor, Fla., with an estimated completion date of May 31, 2015.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-12-C-0027).

General Dynamics Information Technology Incorporated, Herndon, Va., was awarded a $17,934,003 firm-fixed-price contract.  The award will provide for the services in support of the 1st Signal Brigade throughout the Korean peninsula.  Work will be performed in Korea, with an estimated completion date of Sept. 29, 2016.  There were 16 bids solicited, with three bids received.  The U.S. Army Contracting Command, Yongsan Garrison, Korea, is the contracting activity (W91QVN-06-D-0012).

The Boeing Co., Albuquerque, N.M., was awarded a $16,182,854 cost-plus-incentive-fee contract.  The award will provide for the research and development efforts for test and integration of a beam control system with a high power solid state laser along with sustainment of support equipment / vehicles in a counter rocket, artillery and mortar scenario. Work will be performed in Albuquerque, with an estimated completion date of Feb. 23, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-07-C-0177).

Royal Bridge, Tarpon Springs, Fla., was awarded a $14,956,552 firm-fixed-price contract.  The award will provide for the rehabilitation of spillway gates at Fort Randall Dam, S.D.  Work will be performed in Pickstown, S.D., with an estimated completion date of July 31, 2015.  The bid was solicited through the Internet, with 11 bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0057).

3D Contracting Inc., Castle Rock, Wash., was awarded a $14,649,000 firm-fixed-price contract.  The award will provide for the construction of chemical battalion complex.  Work will be performed in Joint Base Lewis-McChord, Wash., with an estimated completion date of April 30, 2014.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-12-C-0046).

Thales Raytheon Systems Co, Fullerton, Calif., was awarded a $14,349,670 fixed-price incentive contract.  The award will provide for the services in support of the Sentinel Radar.  Work will be performed in Fullerton, with an estimated completion date of Dec. 31, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0217).

Advanced Mission Systems Inc, Fort Mills, S.C., was awarded a $12,749,028 cost-plus-fixed-fee contract.  The award will provide for the development and validation of a close target reconnaissance and physical surveillance methodology.  Work will be performed in Fort Mills, with an estimated completion date of Sept. 5, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-12-C-0150).

Evergreen Helicopter Inc., McMinnville, Ore., was awarded a $10,122,153 firm-fixed-price contract.  The award will provide for the transportation services for personnel and equipment.  Work will be performed in Central African Republic, with an estimated completion date of March 23, 2013.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0074).

Carapace Armor Technology, North Andover, Mass., was awarded a $7,751,700 firm-fixed-price contract.  The award will provide for the conversion of StrykShield kits to the most current configuration.  Work will be performed in Aberdeen, N.C., with an estimated completion date of Sept. 23, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-D-0160).

L-3 Communications Corp., Londonderry, N.H., (W15P7T-12-D-D049); Aurora Tactical LLC, Springdale, Ark., (W15P7T-12-D-D048); and N-Vision Optics, Needham, Mass., (W15P7T-12-D-D047); were awarded a $7,600,000 firm-fixed-price contract between three contractors.  The award will provide for the procurement of heavy thermal weapon sights and light thermal weapon sights in support of Foreign Military Sales.  Work location will be determined with each task order, with an estimated completion date of Sept. 30, 2015.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity.

Seed Joint Venture, Lakemoor, Ill., was awarded a $6,767,676 firm-fixed-price contract. The award will provide for the construction of range buildings and facilities at Fort McCoy, Wis. Work location will be determined with each order, with an estimated completion date of Sept. 23, 2015.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Fort McCoy, Wis., is the contracting activity (W911SA-12-D-0014).

NAVY

General Electric Co., Lynn, Mass., is being awarded a $327,458,062 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to provide additional funding for the procurement of 80 Lot 16 F414-GE-400 engines, two F414-GE-400 spare engines, and one high pressure turbine module.  In addition, this modification provides funding for long lead materials for the procurement of approximately 83 Lot 17 fiscal 2013 F414-GE-400 engines.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in June 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.

National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $107,994,835 modification to previously awarded cost-plus award fee/incentive fee contract (N00024-07-C-4013) for the USS Essex (LHD 2) fiscal 2012 dry-dock phased maintenance availability.  This would include the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by February 2014.  Contract funds in the amount of $107,994,835 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

General Electric Aviation, Lynn, Mass., is being awarded a $105,251,968 Performance Based Logistics contract for the repair or replacement of T700 engine components utilized on the H-60 and AH-1W aircraft.  In addition to the engine component repair, the contract also provides for receiving, warehousing, inventory management, packing, shipping, electronic data interchange requisitioning and commercial asset visibility reporting transactions of the T700 engine depot level component repair program.  Work will be performed in Arkansas City, Kan., and is expected to be completed by Sept. 30, 2015.  The applicable Navy Working Capital Funds do not expire at the end of the current fiscal year.  This contract was competitively procured, with one offer received.  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-12-D-003M).

BERS-Weston Joint Venture*, Anchorage, Alaska (N62470-12-D-7015); USA Environmental Incorporated*, Oldsmar, Fla. (N62470-12-D-7016); and Bering Sea Eccotech*, Anchorage, Alaska (N62470-12-D-7017), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract with cost-plus-fixed-fee and firm-fixed-price task orders for range sustainment services to be performed at sites located in the lands and waters of the Continental United States (CONUS), Outside Continental United States (OCONUS) and international operations supporting the Navy and Marine Corps within Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  The maximum dollar value including the base period and two option years for all three contracts combined is $100,000,000.  The work to be performed provides for range sustainment and munitions response remediation services.  Work will be performed primarily within the NAVFAC Atlantic AOR which includes but is not limited to CONUS and OCONUS which includes N.C. (20 percent), Calif. (15 percent), Guam (15 percent), Va. (10 percent), Japan/Okinawa (10 percent), Fla. (8 percent), Puerto Rico (5 percent), Nev. (5 percent), Hawaii (5 percent), District of Columbia (3 percent), and Texas (2 percent).  Work may also be performed in the remainder of the U.S. or Overseas (2 percent).  The term of the contract is not to exceed 36 months, with an expected completion date of September 2015.  Contract funds in the amount of $15,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 10 proposals received.  Three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $79,930,653 not-to-exceed modification to a previously awarded advance acquisition contract (N00019-10-C-0002) for the manufacture and delivery of six F-35 Lightening II Full Mission Simulators  In addition, this modification provides for a radar upgrade at Hill Air Force Base in support of F-35 radar cross section testing.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in April 2015.  Contract funds in the amount of $716,700 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Grahams Construction, Inc.*, Delco, N.C. (N69450-12-D-1779); Small Business Group, Inc.*, North Charleston, S.C. (N69450-12-D-1780); Mitchell Brothers, Inc.*, Seabrook, S.C. (N69450-12-D-1781); Construction Dynamics, Inc.*, North Charleston, S.C. (N69450-12-D-1782); and Lifecycle Construction Services*, Fredericksburg, Va. (N69450-12-D-1783) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Southeast area of responsibility.  The maximum dollar value including the base period and five option years for all five contracts combined is $75,000,000.  The work to be performed provides for new construction, renovation, alteration, demolition and repair work including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, retail, food service, dormitory, community support facilities for Department of Defense activities in the Beaufort, S.C., area.  Grahams Construction, Inc. is being awarded task order #0001 at $887,929 for the renovation of Hangar 728 administrative spaces at Marine Corps Air Station, Beaufort, S.C.  Work for this task order is expected to be completed by October 2013.  All work on this contract will be performed in Beaufort, S.C.  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 $907,929 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 31 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Lockheed Martin Mission Systems & Sensors, Syracuse, N.Y., is being awarded a $54,973,557 undefinitized contract modification to previously awarded contract (N00024-07-C-5201) for the purchase of long lead material, associated with the Navy’s AN/SQQ-89 Surface Undersea Warfare System for new construction DDGs 113-116 and planned upgrades to three existing ships.  The AN/SQQ-89A(V)15 is a surface ship combat system with the capabilities to search, detect, classify, localize and track undersea contacts; and to engage and evade submarines, mine-like small objects, and torpedo threats.  Work will be performed in Lemont Furnace, Pa. (56 percent); Syracuse, N.Y. (23 percent); Clearwater, Fla. (11 percent); Oswego, N.Y. (7 percent), and Eagan, Minn. (3 percent), and is expected to be completed by October 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

L-3 Communications Corp., Link Simulation & Training Division, Arlington, Texas, is being awarded a $46,000,245 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N61340-12-G-0001) for the procurement of high definition visual systems for 23 F/A-18 and EA-18G Tactical Operational Flight Trainers (TOFTs).  In addition, this order provides for installation of two government-owned F/A-18E/F TOFTs at the Naval Air Facility Atsugi, Japan.  Work will be performed in Arlington, Texas (92 percent), and Atsugi, Japan  (8 percent), and is expected to be completed in May 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $41,476,433 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for security, project engineering, integrated logistics support, VH trainingand technical manual updates in support of VH Presidential Helicopter including special progressive aircraft rework of three VH-3D aircraft.  Funds will be obligated on individual delivery orders as they are issued.  Work will be performed in Stratford, Conn. (88 percent), and Quantico, Va., (12 percent) 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.

Navmar Applied Sciences,* Warminster, Pa., is being awarded a $41,463,854 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract for a Phase III Small Business Innovation Research (SBIR) Project under Topics N92-170 “Laser Detection and Ranging Identification Demonstration”, N94-178 “Air Deployable Expendable Multi-parameter Environmental Probe”, and AF083-006 “Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle (UAV)”.  This contract provides for the procurement of 21 persistent surveillance unmanned aerial systems TigerShark Block 3 (TSB3) XTS, TSB3 XTS product upgrades, and options for an additional 30 TSB3 UAVs, as well as corresponding ground control stations, research and engineering support, and deployment training in support of persistent threat detection systems deployed outside of the Continental United States.  Work will be performed in Johnstown, Pa., (55 percent); Afghanistan (35 percent); Hollywood, Md. (6 percent); Warminster, Pa. (3 percent);  and Yuma, Ariz. (1 percent), and is expected to be completed in September 2015.  Contract funds in the amount of $13,400,354 will expire at the end of the current fiscal year.  This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0353).

The Boeing Co., Seattle, Wash., is being awarded a $34,555,298 firm-fixed-price modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0022) to procure additional spares for the P-8A multi-mission maritime Low Rate Initial Production III aircraft.  Work will be performed in Dallas, Texas (59 percent); Greenlawn, N.Y. (13 percent); Amityville, N.Y. (8 percent); Seattle, Wash. (7 percent); Rancho Santa Margarita, Calif. (6 percent); Anaheim, Calf. (4 percent); Irvine, Calif. (2 percent); and El Paso, Texas (1 percent); and is expected to be completed in September 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.

Dorado Services*, Sanford, Fla. (N69450-12-D-1267); Web Limited Liability Co.*, Springfield, Va. (N69450-12-D-1268); Seatech of the Florida Keys *, Summerland Keys, Fla. (N69450-12-D-1269); Islands Mechanical Contractor *, Middleburg, Fla. (N69450-12-D-1270); and Rush Construction *, Titusville, Fla. (N69450-12-D-1271), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility.  The maximum dollar value including the base period and two option years for all five contracts combined is $30,000,000.  The work to be performed provides for general building type projects (new construction, renovation, alteration and repair of facilities and infrastructure, roofing, demolition, and routine renovation) including, but not limited to: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) abatement and handling of hazardous/regulated materials (including, but not limited to asbestos, lead paint, mold remediation and polychlorinated biphenyls), 7) personnel support and service facilities, 8) security level facilities, and 9) training.  Dorado Services is being awarded task order 0001 at $391,997 for the design and construction of the Fly Navy Building C-2076 at Naval Air Station, Key West, Fla.  Work for this task order is expected to be completed by January 2013.  All work on this contract will be performed in, but not limited to, the following locations:  Naval Air Station Key West, Naval Reserve Centers located in Miami and West Palm Beach, and Naval Surface Warfare Center South Florida Testing Facility in Dania Beach, Fla.  The term of the contract is not to exceed 36 months, with an expected completion date of September 2015.  Contract funds in the amount of $395,997 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 41 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $27,293,685 indefinite-delivery requirements contract for logistics services support of the TH-57 aircraft fleet.  Services to be provided include repair and/or overhaul of aircraft, engines, avionics and related components.  Funds will not be obligated at time of award.  Work will be performed at Naval Air Station Whiting Field, Milton, Fla., and is expected to be completed in March 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-D-0003).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $25,900,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0028) for incorporation of government-authorized concurrency changes for F-35 Low Rate Initial Production (LRIP) Lot III Conventional Take-Off and Landing (CTOL) aircraft for the Air Force.  Concurrency changes are changes to the LRIP Lot III configuration baseline hardware or software resulting from the F-35 development effort.  Work will be performed in Fort Worth, Texas, and is expected to span multiple years.  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.

The Boeing Co., Seattle, Wash., is being awarded an $18,883,541 modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0022) for equipment maintenance, supply, and sustaining engineering support, site activation, and program related logistics in support of the P-8A multi-mission maritime Low Rate Initial Production aircraft.  Work will be performed in Seattle, Wash. (57 percent); Jacksonville, Fla. (38 percent); and Kadena, Japan (5 percent), and is expected to be completed in November 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.

Enterprise Ventures Corp., Johnstown, Pa., is being awarded an $18,346,669 modification to previously awarded contract (N61331-12-C-0007) to exercise the option for the production of 12 carriage, stream, tow and recovery system kits in support of the MH-0S Airborne Mine Countermeasures program.  The overall objectives of the carriage, stream, tow and recovery system program are to design, fabricate, test and integrate a system for the carriage, stream, tow and recovery of all five Airborne Mine Countermeasures (AMCM) sensors to support the organic AMCM mission of the MH-60S helicopter.  Work will be performed in Johnstown, Pa., and is expected to be completed by November 2015.  Contract funds will not expire at the end of the current fiscal year.  This acquisition is sole source in accordance with FAR 6.302-1.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.

Bulltrack-Watts, A Joint Venture *, Marysville, Calif., is being awarded $17,601,976 for firm-fixed-price task order #0008 under a previously awarded multiple award construction contract (N40192-10-D-2801) for repair and modernization of Victor Wharf at Naval Base Guam.  The work to be performed provides for sustainment, restoration and maintenance repairs to waterfront facilities at Victor Wharf, including repairs to pavement, utilities, mooring hardware, and telecommunications cabling to allow for berthing of various Navy ships.  Work will be performed in Santa Rita, Guam, and is expected to be completed by May 2015.  Contract funds in the amount of $17,601,976 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.

Physical Optics Corporation,* Torrance, Calif., is being awarded a $13,553,524 firm-fixed-price contract for a Phase III Small Business Innovation Research (SBIR) project under topic N05-004 “Wireless Flight Data Download System”.  The contract is for the development of automatic test equipment (ATE) and environmental stress screening (ATE/ESS) equipment required for production acceptance test procedure efforts.  ATE/ESS equipment will also be used for software qualification testing required for any new digital data set (DDS) software loads.  This contract also provides for the production and delivery of 85 DDS kits and 20 spares for use on the T-45 aircraft.  Work will be performed in Torrance, Calif., and is expected to be completed in February 2014.  Contract funds in the amount of $5,152,385 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-1500).

Insitu, Inc., Bingen, Wash., is being awarded a $12,430,363 delivery order against a previously issued basic ordering agreement (N00019-12-G-0008) for the hardware required to modernize the ScanEagle unmanned aerial systems and the systems ancillary equipment.  This hardware includes replacement/upgraded air vehicles and components.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2013.  Contract funds in the amount of $12,430,363 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded a $12,309,632 fixed-price, indefinite-delivery/indefinite-quantity contract for contractor logistics support (CLS) for the Medium Tactical Vehicle Replacement Vehicle (MTVR).  CLS includes program, field service representatives, data (technical manuals and interactive electronic technical manual), and repair support for the MTVR.  Work will be performed in Operation Enduring Freedom locations (25 percent); Camp Pendleton, Calif. (20 percent); Camp LeJeune, N.C. (20 percent); and various Navy SEABEE unit locations (20 percent); Okinawa, Japan (4 percent); Hawaii (4 percent); Quantico, Va. (4 percent), and various Marine Corps Reserve locations (3 percent), and work is expected to be completed Sept. 30, 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-D-0010).

STARA Technologies, Inc.,* Gilbert, Ariz., is being awarded an $11,267,011 firm-fixed-price, cost-plus-fixed-fee contract for a Phase III Small Business Innovative Research contract under topic A07-046 “Precision Guided Aerial Delivery of Intelligent Ground Based Munitions and Sensors”. This effort is for persistent ground surveillance towers, common ground control stations, surveillance tower integration kit systems, integration support and field service representatives for the Persistent Ground Surveillance System forward operating bases throughout Afghanistan for the Army.  Work will be performed in Gilbert, Ariz. (63 percent); and Afghanistan (27 percent): and is expected to be completed in September 2013.  Contract funds in the amount of $5,295,537 will expire at the end of the current fiscal year.   This contract was not competitively procured pursuant to 10 U.S.C. 2304(c) (5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0314).

VingTech Corp., Biddeford, Maine, is being awarded a $10,082,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for miniature day/night sight crew-served weapons fire control systems used on the .50 caliber M2HB/M2A1, 7.62mm MK44 mini-gun, 40mm MK47 ALGL, and 40mm MK19 machine gun.  Work will be performed in Biddeford, Maine, and is expected to be completed by September 2017.  Contract funds in the amount of $680,000 will be obligated at time of contract award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with four offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-12-D-JQ40).

Northrop Grumman Corp., Aerospace Systems, Bethpage, N.Y., is being awarded a $9,704,978 cost-plus-fixed-fee delivery order against a previously issued basic order agreement (N00019-10-G-0004) for the program management, systems engineering, logistics, and training activities required to design, develop, integrate, and test one anti-skid braking system modification kit in support of the C-2A Greyhound aircraft.  Work will be performed in Patuxent River, Md., and is expected to be completed in September 2014.  Contract funds in the amount of $7,410,480 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $9,690,362 firm-fixed-price contract for Multi-Spectral Targeting System spares for use in airborne, electro-optic, forward-looking infra-red, turreted sensor system that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by December 2013.  Contract funds in the amount of $1,191,150 will expire at the end of the current fiscal year.  This job order is under an existing Basic Ordering Agreement and was awarded on a sole source basis in accordance with the statutory authority of 10 USC 2304(c) (1) as implemented by FAR 6.302-1.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-G-JQ66).

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded an $8,805,089 modification to a previously awarded fixed-price-incentive-fee, firm-target V-22 multi-year production contract (N00019-07-C-0001) to procure recurring engineering associated with the production incorporation of the seven Lot 15 and seven Lot 16 MV-22 aircraft with the HMX-1 paint scheme.  The HMX-1 paint scheme effort includes outfitting associated with logistics support and painting of the aircraft.  Work will be performed in Fort Worth, Texas (98 percent), and Philadelphia, Pa. (2 percent), and is expected to be completed in November 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Harper Construction Co., Inc., San Diego, Calif., is being awarded $8,497,265 for firm-fixed-price task order#0005 under a previously awarded multiple award construction contract (N62473-08-D-8611) for modernization and repairs at Rambur Hall Building 3185A, B, and C at Naval Base San Diego.  The work to be performed provides for numerous repairs related to quality of life, life safety, and mechanical, electrical, and plumbing upgrades.  The repairs also incorporate anti-terror force protection upgrades.  Seven option items are being awarded along with the base item.  The option items include replacing the electrical system, replacement of the shower doors, providing window treatments, adding tile and terrazzo wall finishes in bathrooms, providing kitchen cabinets, repairing roof coverings, and replacement of existing ceramic tile.  Work will be performed in San Diego, Calif., and is expected to be completed by April 2014.  Contract funds in the amount of $8,497,265 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.

JAMCO Group III, LLC*, San Antonio, Texas, is being awarded $7,684,000 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N69450-08-D-1294) for the renovation of Building 5676 and Hangar Building 6426 at Barksdale Air Force Base.  The work to be performed provides for partial demolition and renovation of a former guardhouse, fire station, and hangar.  Interior renovations will include partitions, finishes, and stairwell, as well as new mechanical and electrical systems.  Administrative spaces will be demolished and renovated to provide parking bays, roll-up doors, sleeping quarters, kitchen, dining area, and equipment storage for Fire Department personnel.  Exterior renovations will be limited to the replacement of windows.  Work will be performed in Barksdale, La., and is expected to be completed by May 2014.  Contract funds in the amount of $7,684,000 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Environet, Inc.*, Kamuela, Hawaii, is being awarded $6,911,000 for firm-fixed-price task order #KB01 under a previously awarded multiple award construction contract (N62478-10-D-4020) for the renovation of Building 9 (second floor) Kunia Tunnel at the Wheeler Army Air Field.  The work to be performed provides for the partial repair and update of the second floor level in an existing three-story underground structure.  Work will be performed in Wahiawa, Hawaii, and is expected to be completed by June 2013.  Contract funds in the amount of $6,911,000 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, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a not-to-exceed $6,900,718 cost-plus-fixed-fee task order #0070 under a previously awarded contract (M67004-09-D-0020) to provide contingency equipment support on various military vehicles. Work will be performed within Kuwait, and is expected to be completed in September 2013. Contract funds will not expire at the end of the current fiscal year.  U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

US SPECIAL OPERATIONS COMMAND

The following vendors are being awarded Indefinite Delivery/Indefinite Quantity contracts to provide foreign language, regional expertise, and cultural training to students from U.S. Special Operations Command’s four service components:  MultiLingual Solutions, 11 N. Washington St., Suite 300, Rockville, Md.,  20850 (H92222-12-D-0021);  Mid Atlantic Professionals, 20400 Observation Dr., Suite 102, Germantown, M.,  20876 (H92222-12-D-0027); The Buffalo Group, 1850 Centennial Park Dr., Suite 505, Reston, Va.,  20191 (H92222-12-D-0026); Global Technology Solutions, 626 E. Broad St., Suite 200, Richmond, Va., 23219 (H92222-12-D-0028).  The contract minimum is $5,000 per contract.  The maximum of all four contracts combined is $250,000,000.  The work will be performed in various CONUS and OCONUS locations.  The period of performance for each contract will be a 12-month base period from Sept. 26, 2012 through Sept. 25, 2013, with two consecutive 12-month option periods.  The contracting office is USSOCOM, MacDill Air Force Base, Fla., (H92222-12-D-0021/0026/0027/0028).

DEFENSE LOGISTICS AGENCY

Impact Instrumentation, Inc., West Caldwell, N.J.*, was awarded contract SPM2D1-12-D-8221.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $151,520,728 for airworthy portable ventilators.  There are no other locations of performance.  Using military services are Army, Air Force, and federal civilian agencies.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Usibelli Coal Mine, Inc., Healy, Alaska *, was awarded contract SPE600-12-D-0656.  The award is a firm fixed price contract with a maximum $84,935,904 for bituminous coal.  There are no other locations of performance.  Using military service is Army.  There was one response to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is Sept. 30, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Synthes USA Sales, LLC, West Chester, Pa., was issued a modification exercising the fifth option year on contract SPM2D0-07-D-0003/P00019.  The modification is a fixed price with economic price adjustment, sole source, indefinite delivery and indefinite quantity contract for a maximum $50,597,992 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 25, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Cardinal Health 200, Inc., Waukegan, Ill., was issued a modification exercising the third option year on contract SPM2D0-09-D-0012/P00010.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for a maximum $39,239,573 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DMS Pharmaceutical Group, Inc., Park Ridge, Ill.*, was issued a modification exercising the third option year on contract SPM200-05-D-0902/P00032.  The modification is a firm fixed price, Prime Vendor contract for a maximum $26,855,290 for pharmaceutical requirements.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Mar. 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Henry Schein, Inc., Melville, N.Y., was issued a modification exercising the third option year on contract SPM2D0-09-D-0005/P00012.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for a maximum $13,370,196 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is Ffiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

BAE Systems Technology Solutions & Sciences, Rockville, Md., was awarded contract SPE4AX-12-D-9406/XE01.  The award is a firm fixed price, sole source contract with a maximum $11,782,705 for flat panel control indicators.  Other location of performance is Fla.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2011 Air Force Working Capital Funds.  The date of performance completion is Sept. 30, 2014.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

Cardinal Health Solutions, Inc., Huston, Texas, was issued a modification exercising the first option year on contract SPM2D0-11-D-0006/P00003.  The modification is a firm fixed price, sole source contract for a maximum $7,089,834 to establish license agreement for software use of date for readiness management applications.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There was one response to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 25, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Impact Instrumentation Inc., West Caldwell, N.J.*, was awarded contract SPM2D1-09-D-8019.  The award is a firm fixed price, indefinite delivery and indefinite quantity, corporate exigency contract with a maximum $45,946,344 for air-worthy aspirators.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There was one response to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Zoll Medical Corp., Chelmsford, Mass., was issued a modification exercising the third option year on contract SPM2D1-09-D-8017/P00003.  The modification is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $33,539,500 for air-worthy defibrillators.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE 

The Boeing Co., Defense Space and Security, St. Louis, Mo., (FA8621-12-D-6270) is being awarded an $82,300,000 indefinite delivery/indefinite quantity contract for F-15C MTC simulator services.  The location of performance is St. Louis, Mo.  Work is expected to be completed by Sept. 26, 2017.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

L3 Communications, San Diego, Calif. (FA8523-12-D-0006), is being awarded a $44,725,358 requirements type indefinite delivery contract for logistics support service to sustain the joint range extension and joint transparent equipment package system.  The location of the performance is San Diego, Calif.  Work is expected to be completed by Sept. 26, 2017.  The contracting activity is AFLCMC/WNKC, Robins Air Force Base, Ga.

Northrop Grumman Space & Missions Systems Corp., Redondo Beach, Calif., (FA8810-09-C-0001, P00067) is being awarded a $41,058,030 contract modification contract for on-orbit support and sustainment for both the defense support program sensor and spacecraft bus.  The location of the performance is Redondo Beach, Calif.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif.

Battlespace Flight Services, LLC., Arlington, Va. (FA4890-07-C-0006, P00115), is being awarded a $26,801,188.00 contract modification for operations and maintenance services to support the Predator medium altitude long endurance unmanned (MQ)-1 remotely piloted aircraft at Creech Air Force Base.  The location of the performance is Creech AFB, Nev.  Work is expected to be completed Dec. 31, 2012.  The contracting activity is AMIC/PKCA, Langley Air Force Base, Va.

Lockheed Martin Corp., Fort Worth, Texas (FA8611-08-C-2897, P00158), is being awarded a $10,353,574 contract modification for support of the F-22 program.  The locations of the performance are Marietta, Ga., Fort Worth, Texas, Seattle, Wash., Edwards Air Force Base, Calif., Elmendorf Air Force Base, Ark., Hickam Air Force Base, Hawaii, Holloman Air Force Base, N.M., Langley Air Force Base, Va., Nellis Air Force Base, Nev., Sheppard Air Force Base, Texas, Tinker Air Force Base, Okla., and Tyndall Air Force Base, Fla.  Work is expected to be completed by Dec. 31, 2012.  The contracting activity is AFLCMC/WWUK, Wright-Patterson AFB, Ohio.

Lockheed Martin Space Systems Co., Sunnyvale, Calif. (F04701-02-C-0002, P00554), is being awarded a $9,998,383.00 contract modification for the Advanced Extremely High Vehicle extension of the CIP Phase B study.  The location of the performance is Sunnyvale, Calif.  Work is expected to be completed by Aug. 1, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Northrop Grumman Technical Services, Hill Air Force Base, UT (F42610-98-C-0001) is being awarded a $7,929,061.00 contract modification for the Strategic Targeting Applications Computer System replacement program.  The location of the performance is Hill AFB, Utah.  Work is expected to be completed by March 25, 2015.  The contracting activity is AFNWC/PKME, Hill AFB, Utah.

UNITED STATES TRANSPORTATION COMMAND

Northrop Grumman of Herndon, Va., is being awarded a $7,240,679 firm, fixed-price  task order, subject to the availability of funds, for support to U.S. Transportation Command ‘s Joint Distribution Process Analysis Center.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed September 30, 2015.  Contract funds will not expire at the end of the current fiscal year.  The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Ill. (HTC711-12-F-D048).

ARMY

Bechtel Parsons Blue Grass – A Joint Venture, Richmond, Ky., was awarded a $599,321,231 cost-plus-incentive-fee contract.  The award will provide for the construction and operation of a chemical munitions demilitarization facility at the Blue Grass Chemical Depot. Work will be performed in Richmond, with an estimated completion date of July 28, 2023.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0013).

Exelis Systems Corp., Colorado Springs, Colo., was awarded a $434,442,522 cost-plus-award-fee contract.  The award will provide for the operations and security support services in Kuwait.  Work will be performed in Kuwait, with an estimated completion date of Sept. 28, 2013.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0062).

Raytheon Co., Fort Wayne, Ind., was awarded a $305,000,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure multi-mode aviation radio system components and services.  Work will be performed in Fort Wayne, with an estimated completion date of Dec. 30, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-D-A008).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $242,247,456 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure UH-60M Plus-Up Helicopters.  Work will be performed in Stratford, with an estimated completion date of Sept. 16, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $203,443,168 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure UH-60M aircraft for the U.S. Air Force.  Work will be performed in Stratford, Conn., with an estimated completion date of Sept. 30, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

The Boeing Co., Defense, Space and Security, Mesa, Ariz., was awarded a $136,757,822 firm-fixed-price contract.  The award will provide for the modification of an existing contract to remanufacture AH64A aircraft into AH64D aircraft.  Work will be performed in Mesa, with an estimated completion date of Dec. 31, 2013.  One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0093).

Raytheon Co., Huntsville, Ala., was awarded a $129,852,079 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Integrated Air and Missile Defense Component Plug and Fight A-Kit Implementation.  Work will be performed in Huntsville, with an estimated completion date of June 25, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0120).

Raytheon Co., Missile System, Tucson, Ariz., was awarded a $97,761,979 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure Tube-Launched Optically-Tracked Wireless Guided Missile for the U.S. Army and U.S. Marine Corps.  Work will be performed in Tucson, and Farmington, N.M., with an estimated completion date of Jan. 31, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0265).

Skanska USA Building Inc., San Antonio, Texas, was awarded an $88,000,001 firm-fixed-price contract.  The award will provide for the construction of the Lackland Ambulatory Care Center Phase-3 Project.  Work will be performed in San Antonio, with an estimated completion date of July 14, 2014.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-12-C-0051).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded an $84,000,000 cost-plus-fixed-fee contract.  The award will provide for the engineering and support services for the Black Hawk system.  Work will be performed in Stratford; Huntsville, Ala.; and West Palm Beach, Fla.; with an estimated completion date of Sept. 19, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-D-0183).

Science Applications International Corp., McLean, Va., was awarded an $82,142,479 cost-plus-fixed-fee contract.  The award will provide for the necessary logistics support across all configurations of the Mine Resistant Ambush Protected Family of Vehicles.  Work will be performed in Warren, Mich.; Afghanistan; and Kuwait; with an estimated completion date of Dec. 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0432).

ManTech Telecommunications and Information Systems Corp., Herndon, Va., was awarded a $61,077,332 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure contractor logistics sustainment support services for Route Clearance Vehicles, Special Operations Command and Mine Resistant Ambush Protected Family of Vehicles.  Work will be performed in Afghanistan; Kuwait; Germany; and Chantilly, Va.; with an estimated completion date of Nov. 30, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0168).

URS Federal Services Inc., Germantown, Md., was awarded a $54,529,100 firm-fixed-price contract.  The award will provide for the Rotary Wing Flight Training Services.  Work will be performed in Fort Rucker, Ala., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Fort Rucker, Ala., is the contracting activity (W9124G-12-C-0006).

L-3 Communications Corp., Salt Lake City, Utah, was awarded a $49,000,000 firm-fixed-price contract.  The award will provide for the services in support of the AN/TSC-156 Phoenix Terminal.  Work location will be determined with each order, with an estimated completion date of Sept. 19, 2017.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-D-0049).

Ops Core Inc., Boston, Mass., was awarded a $45,500,000 firm-fixed-price contract.  The award will provide for the procurement of Modular Integrated Communication Helmets.  Work location will be determined with each order, with an estimated completion date of Sept. 19, 2017.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-12-D-0033).

Senate Builders and Construction Managers Inc., Norristown, Penn., was awarded a $43,152,610 firm-fixed-price contract.  The award will provide for the construction of an Army Aviation Support Facility for the New Jersey Army National Guard.  Work will be performed in Lakehurst, N.J., with an estimated completion date of Nov. 1, 2014.  The bid was solicited through the Internet, with eight bids received.  The National Guard Bureau, Fort Dix, N.J., is the contracting activity (W912KN-12-C-0006).

BAE Systems, Nashua, N.H., was awarded a $42,199,999 firm-fixed-price contract.  The award will provide for the procurement of B-Kit Line Replaceable Units in support of a Quick Reaction Capability Program.  Work will be performed in Nashua, with an estimated completion date of June 30, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-C-0046).

DRS Sustainment Systems Inc., St. Louis, Mo., was awarded a $41,349,250 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure technical support for the M1200 Armored Knight Systems.  Work will be performed in West Plains, Mo., with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-C-0398).

L-3 Communications Inc., Londonderry, N.H., (W56HZV-12-D-0148); and Laser Devices Inc., Monterey, Calif., (W56HZV-12-D-0149); were awarded a $40,956,672 firm-fixed-price contract between two contractors.  The award will provide for the procurement of multifunctional aiming lights for rifles.  Work location will be determined with each order, with an estimated completion date of Sept. 17, 2015.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity.

McCarthy Building Co., Inc., St. Louis, Mo., was awarded a $37,777,783 firm-fixed-price contract.  The award will provide for the addition and alteration for the Winn Army Community Hospital at Fort Stewart, Ga.  Work will be performed in Fort Stewart, with an estimated completion date of Sept. 17, 2016.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-12-C-0019).

General Dynamics Ordnance and Tactical Systems, Marion, Ill., was awarded a $29,905,518 firm-fixed-price contract.  The award will provide for the procurement of 30mm PGU-13D/B Cartridges in support of the U.S. Air Force.  Work will be performed in Marion, with an estimated completion date of Jan. 31, 2014.  Two bids were solicited, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0076).

Alliant Techsystems Operations L.L.C., Plymouth, Minn., was awarded a $27,905,300 firm-fixed-price contract.  The award will provide for the procurement of 30mm PGU-13D/B Cartridges in support of the U.S. Air Force.  Work will be performed in Radford, with an estimated completion date of Oct. 31, 2013.  Two bids were solicited, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0075).

Pragmatics, Reston, Va., was awarded a $25,785,875 firm-fixed-price contract.  The award will provide for the services in support of the Enterprise Classroom Programs Technology.  Work will be performed in Fort Eustis, Va., with an estimated completion date of Sept. 13, 2013.  Sixteen bids were solicited, with four bids received.  The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W91QUZ-07-D-0002).

Wegmann USA Inc., Lynchburg, Va., was awarded a $25,366,217 firm-fixed-price contract.  The award will provide for the procurement of ammo rack upgrade kits in support of the M1 Abrams Family of Vehicles.  Work will be performed in Lynchburg, with an estimated completion date of May 19, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Anniston, Ala., is the contracting activity (W911KF-12-C-0022).

AWA Wilson JV, Cincinnati, Ohio, was awarded a $25,129,000 firm-fixed-price contract.  The award will provide for the construction of two Troop Barracks and one Advanced Individual Training Barracks.  Work will be performed in Fort Leonard Wood, Mo., with an estimated completion date of March 25, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-12-C-4012).

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Md., was awarded a $23,530,566 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Defense and Veterans Brain Injury Center.  Work will be performed in Rockville, Md., with an estimated completion date of May 15, 2013.  One bid was solicited, with one bid received.  The U.S. Army Medical Command, Washington, D.C., is the contracting activity (W91YTZ-12-C-0132).

J.C.N. Construction, Manchester, N.H., was awarded a $23,058,400 firm-fixed-price contract.  The award will provide for the construction and furnishing of an Armed Forces Reserve Center.  Work will be performed in Brunswick, Maine, with an estimated completion date of July 12, 2014.  There were 100 bids solicited, with eight bids received.  The National Guard Bureau, Augusta, Maine, is the contracting activity (W912JD-12-C-0002).

TFAB Manufacturer L.L.C., Madison, Ala., was awarded a $19,563,711 firm-fixed-price contract.  The award will provide for the procurement of Common Missile Warning A-Kits in support of Kiowa Warrior OH-58 aircraft.  Work location will be determined with each order, with an estimated completion date of March 29, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-D-0067).

Cajun Constructor’s Inc., Baton Rouge, La., was awarded an $18,663,500 firm-fixed-price contract.  The award will provide for the construction of a 3-Bay Ogee Weir Spillway.  Work will be performed in Kissimmee, Fla., with an estimated completion date of November 17, 2013.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-12-C-0028).

Ikhana L.L.C., North Charleston, S.C., was awarded a $16,212,000 firm-fixed-price contract.  The award will provide for the construction of a new Army Reserve Center in Greensboro, N.C.  Work will be performed in Greensboro, with an estimated completion date of March 14, 2014.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0055).

Integrated Composites Inc., Marian, Calif., was awarded a $15,200,000 firm-fixed-price contract.  The award will provide for the services in support of the OH-58D aircraft.  Work will be performed in Marina, with an estimated completion date of Sept. 24, 2013. The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-08-D-0008).

Northrop Grumman Systems Corp., Herndon, Va., was awarded a $15,100,000 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Wideband Remote Monitoring Subsystem.  Work will be performed in Herndon, with an estimated completion date of Sept. 19, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0044).

MACNAK Korte Design Build L.L.C., Lakewood, Wash., was awarded a $14,858,306 firm-fixed-price contract.  The award will provide for the construction on an existing Army Reserve Center facility.  Work will be performed in Staten Island, N.Y., with an estimated completion date of March 14, 2014.  The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0054).

ECC International L.L.C., Burlington, Calif., was awarded a $13,734,629 firm-fixed-price contract.  The award will provide for the construction of three buildings for the Afghanistan National Army.  Work will be performed in Afghanistan, with an estimated completion date of July 17, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Kandahar, Afghanistan, is the contracting activity (W5J9LE-12-C-0072).

 SRB International L.L.C., Kaneohe, Hawaii, was awarded a $13,310,008 firm-fixed-price contract.  The award will provide for the construction of an Army training support center at Schofield Barracks, Hawaii.  Work will be performed in Schofield Barracks, with an estimated completion date of August 1, 2014.  The bid was solicited through the Internet, with 13 bids received.  The U.S. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity (W9128A-12-C-0013).

VSE Corp., Alexandria, Va., was awarded a $13,210,858 firm-fixed-price and level-of-effort contract.  The award will provide for the maintenance and repair services in support of the Mine Resistant Ambush Protected Family of Vehicles in Kuwait.  Work will be performed in Kuwait, with an estimated completion date of December 31, 2012.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0426).

Bertucci Contracting Co., LLC, Jefferson, La., was awarded a $13,112,902 firm-fixed-price contract.  The award will provide for the dredging services at Pascagoula Harbor in Jackson County, Miss.  Work will be performed in Jackson, Miss., with an estimated completion date of September 13, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-12-C-0037).

WB Construction & Sons Inc., Deridder, La., was awarded a $13,092,452 firm-fixed-price contract.  The award will provide for the construction services in Fort Polk, La., and Alexandria, Va.  Work will be performed in Fort Polk and Alexandria, with an estimated completion date of April 19, 2015.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Fort Polk, La., is the contracting activity (W9124E-12-D-0003).

Creative Times Dayschool Inc., Ogden, Utah, was awarded a $12,361,000 firm-fixed-price contract.  The award will provide for the construction of a new facility in Davis-Monthan Air Force Base, Ariz.  Work will be performed in Davis-Monthan AFB, with an estimated completion date of February 28, 2014.  The bid was solicited through the Internet, with 11 bids received.  The U.S. Army Corps of Engineers, Los Angles, Calif., is the contracting activity (W912PL-12-C-0018).

The Boeing Co., Ridley Park, Penn., was awarded a $12,090,189 cost-plus-fixed-fee contract.  The award will provide for the maintenance services in support of the CH-47F aircraft.  Work will be performed in Ridley Park, with an estimated completion date of September 11, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

Iron Bow Technologies, Chantilly, Va., was awarded a $12,084,437 firm-fixed-price contract.  The award will provide for the services in support of the Installation Information Infrastructure Modernization Program.  Work will be performed in Fort Huachuca, Ariz., with an estimated completion date of March 11, 2013.  Six bids were solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-07-D-0010).

Brigadier Construction Services LLC, Cleveland, Ohio, was awarded an $11,985,000 firm-fixed-price contract.  The award will provide for the renovation of a Veterans Administration Medical Center in Kansas City, Mo.  Work will be performed in Kansas City, with an estimated completion date of October 1, 2014.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, St. Louis, Mo., is the contracting activity (W912P9-12-C-0423).

Specialized Materials and Chemical LLC, Brigham City, Utah, was awarded an $11,700,000 firm-fixed-price contract.  The award will provide for the procurement of Ammonium Perchlorate.  Work location will be determined with each order, with an estimated completion date of September 16, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-D-3013).

Serco Inc., Reston, Va., was awarded an $11,396,739 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Logistics Civil Augmentation Program.  Work will be performed in Afghanistan, Kuwait and Iraq, with an estimated completion date of February 15, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0061).

Lockheed Martin Gyrocam Systems LLC, Sarasota, Fla., was awarded an $11,036,550 firm-fixed-price contract.  The award will provide for the procurement of Vehicle Optics Sensor Systems and support services.  Work will be performed in Sarasota; Afghanistan; and Fort Leonard Wood, Mo.; with an estimated completion date of May 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W909MY-12-C-0011).

Nadiad Inc., Tinton Falls, N.J., was awarded a $10,924,000 firm-fixed-price contract.  The award will provide for the construction services at Tobyhanna Army Depot, Penn.  Work will be performed in Tobyhanna, with an estimated completion date of January 30, 2014.  The bid was solicited through the Internet, with 11 bids received.  The U.S. Army Contracting Command, Tobyhanna, Penn., is the contracting activity (W25G1V-12-C-0049).

EADS NA, Herndon, Va., was awarded a $10,851,124 firm-fixed-price contract.  The award will provide for the modification of an existing contract for services in support of the UH-72A Lakota.  Work will be performed in Columbus, Miss., with an estimated completion date of September 28, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

Old Veteran Construction Inc., Chicago, Ill., was awarded a $10,535,000 firm-fixed-price contract.  The award will provide for the construction of an Army Reserve Center.  Work will be performed in Las Cruces, N.M., with an estimated completion date of March 25, 2014.  The bid was solicited through the Internet, with 18 bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0056).

Enviro AgScience Inc., Columbia, S.C., was awarded a $10,500,000 firm-fixed-price contract.  The award will provide for the repair and renovation services at Fort Benning, Ga. Work will be performed in Fort Benning, with an estimated completion date of September 20, 2013.  The bid was solicited through the Internet, with 14 bids received.  The U.S. Army Contracting Command, Fort Benning, Ga., is the contracting activity (W911SF-12-C-0018).

Great Lakes Dredge and Dock Company LLC, Oak Brook, Ill., was awarded a $10,180,966 firm-fixed-price contract.  The award will provide for the dredging and maintenance services at the Baltimore Harbor.  Work will be performed in Baltimore, Md., with an estimated completion date of May 28, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-C-0021).

Ames & Whitaker Architects, Southington, Conn., was awarded a $10,000,000 firm-fixed-price contract.  The award will provide for the architect and engineering services in support of Connecticut National Guard facilities.  Work location will be determined with each order, with an estimated completion date of September 7, 2013.  The bid was solicited through the Internet, with 40 bids received.  The National Guard Bureau, Hartford, Conn., is the contracting activity (W91ZRS-12-D-0031).

Allied Reliability Inc., North Charleston, S.C., was awarded a $9,500,000 firm-fixed-price contract.  The award will provide for the reliability centered maintenance and conditioned monitoring services for Army medical facilities.  Work location will be determined with each order, with an estimated completion date of September 19, 2015.  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-0052).

CALIBRE Systems Inc., Alexandria, Va., was awarded a $9,496,179 firm-fixed-price contract.  The award will provide for the technical support services in the concentrated areas of cost and economic analysis of major weapon system programs and associated acquisition / financial management policies and procedures of the Department of Defense.  Work will be performed in Alexandria, with an estimated completion date of September 22, 2012.  There were five bids solicited, with one bid received.  The U.S. Army Contracting Command, Washington, D.C., is the contracting activity (W91WAW-12-C-0059).

Northrop Grumman Guidance & Electronics Co., Inc., Apopka, Fla., was awarded a $9,245,586 firm-fixed-price contract.  The award will provide for the procurement of handheld precision targeting device systems.  Work will be performed in Apopka, with an estimated completion date of April 30, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0018).

Science Applications International Corp., McLean, Va., was awarded a $9,134,242 firm-fixed-price contract.  The award will provide for the services in support of the Joint Personnel Identification Systems.  Work will be performed in McLean, and Sierra Vista, Ariz., with an estimated completion date of May 14, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W91QUZ-06-D-0016).

Michels Foundations, Brownsville, Wis., was awarded an $8,857,325 firm-fixed-price contract.  The award will provide for the construction services.  Work will be performed in Green Bay, Wis., with an estimated completion date of May 4, 2014.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Detroit, Mich., is the contracting activity (W911XK-12-C-0013).

Manson Construction Co., Seattle, Wash., was awarded an $8,758,350 firm-fixed-price contract.  The award will provide for the pipeline dredging services.  Work will be performed in Port Arthur, Texas, with an estimated completion date of May 28, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-12-C-0018).

Reliable Contracting Group LLC, Louisville, Ky., was awarded an $8,556,150 firm-fixed-price contract.  The award will provide for the construction of a Fuel Transfer Pipeline at Altus Air Force Base, Okla.  Work will be performed in Altus, Okla., with an estimated completion date of May 17, 2014.  The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-12-C-0024).

Grand Enterprises LLC, West Haven, Utah, was awarded an $8,510,601 firm-fixed-price contract.  The award will provide for the construction of the Sheridan Veterans Administration Medical Center Mental Health Residential Rehabilitation Treatment Facility.  Work will be performed in Sheridan, Wyo., with an estimated completion date of March 7, 2014.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0086).

Flexible Lifeline Systems Inc., Houston, Texas, was awarded a $7,783,580 firm-fixed-price contract.  The award will provide for the procurement of C-130 Isochronal Maintenance Stands.  Work location will be determined with each order, with an estimated completion date of September 30, 2014.  The bid was solicited through the Internet, with five bids received.  The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-12-D-0014).

S & R Corp., Lowell, Mass., was awarded a $7,759,000 firm-fixed-price contract.  The award will provide for the demolishment of Walson Hospital Complex.  Work will be performed in Wrightstown, N.J., with an estimated completion date of April 3, 2014.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-C-0049).

Weeks Marine Incorporated, Covington, La., was awarded a $7,739,650 firm-fixed-price contract.  The award will provide for the condition survey and sand placement services.  Work will be performed in Cape May, N.J., with an estimated completion date of March 1, 2013.  There were 24 bids solicited, with two bids received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-C-0046).

Science Applications International Corp., McLean, Va., was awarded a $7,675,607 cost-plus-fixed-fee contract.  The award will provide for the development of computer-enforceable models of individual software components as well as entire Test & Evaluation events.  Work will be performed in Alexandria, Va., with an estimated completion date of September 22, 2014. Seven bids were solicited, with seven bids received.  The U.S. Army Program Executive Office for Simulation, Training & Instrumentation, Orlando, Fla., is the contracting activity (W900KK-11-C-0039).

Smiths Detection Edgewood Incorporated, Edgewood, Md., was awarded a $7,298,200 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure M4A1 Joint Chemical Agent Detectors, Communication Adapters, Platform Interface Kits and M28 Adapter Cables.  Work will be performed in Edgewood, with an estimated completion date of September 30, 2016.  Three bids were solicited, with three bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-07-C-0800).

West Construction Co., Inc., Anchorage, Alaska, was awarded a $7,125,555 firm-fixed-price contract.  The award will provide for the service in support of the Unalakleet Coastal Erosion Control.  Work location will be determined with each order, with an estimated completion date of May 10, 2014.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-12-C-0023).

FLIR Systems Inc., Wilsonville, Ore., was awarded a $7,000,000 firm-fixed-price contract.  The award will provide for the procurement of Thermal Image Binoculars in support of Foreign Military Sales.  Work location will be determined with each task order, with an estimated completion date of Sept. 30, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-D-D526).

TSS-Garco Joint Venture, Richland, Wash., was awarded a $6,969,000 firm-fixed-price contract. The award will provide for the construction of a barge moorage at Lower Granite Dam in Whitman County, Wash.  Work will be performed in Pomeroy, Wash., with an estimated completion date of Oct. 1, 2013.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-12-C-0028).

American Ordnance, Middletown, Iowa, was awarded a $6,974,296 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure 81mm Propelling Charges.  Work will be performed in Middletown, with an estimated completion date of Aug. 30, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0029).

Nuvo Construction, Milwaukee, Wis., was awarded a $6,947,385 firm-fixed-price contract.  The award will provide for the construction of maintenance facilities.  Work location will be determined with each order, with an estimated completion date of Nov. 13, 2015.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Fort McCoy, Wis., is the contracting activity (W911SA-12-D-0010).

IAP World Services, Cape Canaveral, Fla., was awarded a $6,760,000 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure caretaker services at the former Walter Reed Army Medical Center.  Work will be performed in Washington, D.C., with an estimated completion date of Sept. 15, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-3027).

RLB Contracting Inc., Port Lavaca, Texas, was awarded a $6,694,600 firm-fixed-price contract.  The award will provide for the pipeline dredging services.  Work will be performed in Matagorda, Texas, with an estimated completion date of Aug. 30, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-12-C-0019).

Komada LLC, Colorado Springs, Colo., was awarded a $6,524,909 firm-fixed-price contract.  The award will provide for the construction of a Complex Aircraft Loading and Refuel Area.  Work will be performed in Fort Carson, Colo., with an estimated completion date of Oct. 3, 2013.  The bid was solicited through the Internet, with one bid received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0095).

DEFENSE LOGISTICS AGENCY

Becton Dickinson and Co., Franklin Lakes, N.J., was issued a modification exercising the first option year on contract SPM2D0-11-D-0009/P00006.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $76,980,366 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 28, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Johnson and Johnson Health Care Systems Inc., Piscataway, N.J., was issued a modification exercising the fourth option year on contract SPM2D0-08-D-0256/P00012.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $41,995,378 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 24, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Depuy Orthopaedics, Incorporated, Warsaw, Ind., was issued a modification exercising the first option year on contract SPM2D0-11-D-0004/P00003.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $18,911,511 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 24, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Raytheon Co., Mckinney, Texas, was awarded contract SPRPA1-09-G-001X-1058.  The award is a firm fixed price, sole source contract with a maximum $14,686,486 for support of the CV-22 Osprey.  There are no other locations of performance.  Using military services are Navy.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Navy Working Capital Funds.  The date of performance completion is August 2014.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

CFM International, Cincinnati, Ohio, was awarded contract SPRTA1-11-G-0001-0044.  The award is a firm fixed price, sole source contract with a maximum $13,536,080 for turbine assemblies.  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 Oct. 31, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

Unison Industries, Jacksonville, Fla., was awarded contract SPRRA1-12-D-0113.  The award is a firm fixed price contract with a maximum $6,713,100 for exciter ignitions.  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 Sept. 25, 2017.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

DRS Test & Energy Management, LLC, Huntsville, Ala., was awarded contract SPRDL1-12-C-0208.  The award is a firm fixed price contract with a maximum $6,619,164 for various assembly kits.  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 2014.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

NAVY

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $126,477,094 modification to a previously awarded indefinite-delivery, requirements type contract (N00019-08-D-0014) to exercise an option for logistics services and materials for organizational, intermediate, and depot level maintenance required to support 28 T-45A and 171 T-45C aircraft based at the Naval Air Station (NAS) Kingsville, Texas; NAS Meridian, Miss.; and NAS Pensacola, Fla.  No funding will be obligated at time of award.  Funding will be obligated on individual orders.  Work will be performed in Kingsville, Texas (57 percent); Meridian, Miss. (36 percent); and Pensacola, Fla. (7 percent), 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.

CDM Smith/Coakley Williams, a Joint Venture, Bethesda, Md., is being awarded an $80,548,000 firm-fixed-price contract for the design and construction of the Marine Corps University Research Center Addition and Marine Corps University Academic Instruction Facility at Marine Corps Base Quantico.  The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $103,621,750.  Work will be performed in Quantico, Va., and is expected to be completed by October 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 23 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-12-C-0006).

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $74,083,583 firm-fixed-price contract for the procurement of seven V-22 Block C Containerized Flight Training Devices; including a support period following delivery and spares for the U. S. Marine Corps.  Work will be performed in Amarillo, Texas (39 percent); Chantilly, Va. (30 percent); Salt Lake City, Utah (13 percent); Clearwater, Fla. (11 percent); Orlando, Fla. (3 percent); Lutz, Fla. (2 percent); Huntsville, Ala. (1 percent) and Ann Arbor, Mich. (1 percent), and is expected to be completed in October 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; two offers were received.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-12-C-0033).

Tetra Tech EC, Inc., Lakewood, Colo., is being awarded a $59,030,099 firm-fixed-price construction contract for the design and construction of Bachelor Enlisted Quarters and containerized living units for expeditionary lodging at Camp Lemonnier.  The work to be performed provides for the design and construction of a three-story building for use as a permanent-party military Bachelor Quarters.  The work also provides for the retrofitting, construction and installation of containerized living units for expeditionary lodging.  The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $63,259,000.  Work will be performed in Djibouti, Africa, and is expected to be completed by January 2015.  Contract funds in the amount of $59,030,099 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 21 proposals received.  The Naval Facilities Engineering Command, Europe, Africa and Southwest Asia, is the contracting activity (N33191-12-C-0614).

The Whiting-Turner Contracting Co., Greenbelt, Md., is being awarded $21,825,876 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-10-D-5330) for energy efficiency improvements at Marine Corps Base, Camp Lejeune.  Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2014.  Contract funds in the amount of $21,825,876 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Bell Helicopter Textron, Inc., Hurst, Texas, is being awarded a $44,717,655 firm-fixed-price contract for the procurement of two UH-1Y Flight Training Devices (FTDs) for the U.S. Marine Corps.  In addition, this contract provides for the baseline configuration upgrade to one AH-1Z FTD.  Work will be performed in Fort Worth, Texas (46 percent); Broken Arrow, Okla. (32.4 percent); St. Louis, Mo. (16.2 percent); and Austin, Texas (5.4 percent), and is expected to be completed in March 2015.  Contract funds in the amount of $19,724,396 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-12-C-0030).

Raytheon Integrated Defense Systems, Sudbury, Mass., is being awarded a $43,604,971 modification to previously awarded contract (N00024-09-C-5111) for the production and integration of an Aegis Weapon System (AWS) and Missile Fire Control System in support of DDG 116, and an AWS in support of Aegis Ashore Missile Defense System Host Nation #1 (HN-1).  Work will be performed in Andover, Mass. (80 percent), Sudbury, Mass. (15 percent), and Portsmouth, R.I. (5 percent), and is expected to be completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Oracle America, Incorporated, Redwood City, Calif., is being awarded a $41,300,000 indefinite-delivery/indefinite-quantity bridge contract to provide services to transition key support activities and knowledge to the Space and Naval Warfare Systems Center Atlantic and to procure services required to support initial minimized levels of sustainment of the Global Combat Support System Marine Corps/Logistics Chain Management Increment 1 (GCSS-MC LCM Increment I).  Work will be performed in Reston, Va. (95 percent), and Redwood City, Calif. (5 percent), and is expected to be completed by September 25, 2013.  Contract funds in the amount of $41,300,000 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-12-D-7501).

Lockheed Martin Mission Systems & Sensors, Moorestown, N.J., is being awarded a $27,002,262 modification to previously awarded contract (N00024-11-C-5118) for the production of two multi-mission signal processor equipment sets, three ballistic missile defense 4.0.1 equipment sets, and five Aegis Weapon System upgraded equipment sets 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 be completed by December 2014.  Funds in the amount of $11,819,311 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

National Steel and Shipbuilding Co., San Diego, Calif., is being awarded an $18,293,087 modification to previously awarded contract (N00024-07-C-4013) for the USS Makin Island (LHD 8) fiscal year 2012 phased maintenance availability (PMA) for LHA/LHD class-ships homeported in San Diego, Calif.  A PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by May 29, 2013.  Contract funds in the amount of $18,293,087 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

The Boeing Co., Seattle, Wash., is being awarded a $15,419,872 cost-plus-fixed-fee delivery order against a previously issued Basic Ordering Agreement (N00019-11-G-0001) to procure the non-recurring engineering required to replace and integrate suitable hardware and software components in the P-8A Multi-Mission Maritime Aircraft Multi-Purpose Control Display Unit/Tactical Control Panel that have gone obsolete due to Diminishing Manufacturing Source and Material Shortages.  Work will be performed in Grand Rapids, Mich. (84 percent), and Seattle, Wash. (16 percent); and is expected to be completed in September 2014.  Contract funds in the amount of $15,419,872 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

American Valley Aviation*, Quincy, Calif., is being awarded a $13,158,754 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the depot level manufacture, repair and refurbishment of aviation armament equipment for the U.S. Navy and the Government of Taiwan.  This contract provides for the upgrade and repair of Maverick Wing Pylon Assemblies currently in a non-ready-for-issue status for the U.S. Navy.  In addition, this contract provides for incorporation of Digital Stores Management System into the Wing Station and Weapons Bay Pylons for 12 Taiwan P-3C aircraft, including spares.  This contract combines purchases for the U.S. Navy ($2,400,126; 18 percent) and the Government of Taiwan ($10,758,628; 82 percent) under the Foreign Military Sales Program.  Work will be performed in Orange Park, Fla., 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 via an electronic request for proposals as a 100 percent small business set-aside; four proposals were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-D-0022).

The Boeing Co., Seattle, Wash., is being awarded a $9,066,407 modification to a previously awarded firm-fixed-price-incentive contract (N00019-09-C-0022) for repair of repairables and consumables replenishment in support of in-service P-8A Multi-Mission Maritime (MMA) Low Rate Initial Production (LRIP) aircraft.  Work will be performed in Seattle, Wash. (50 percent) and Dallas, Texas (50 percent), and is expected to be completed in March 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.

Watts Constructors L.L.C., Honolulu, Hawaii, is being awarded $7,272,672 for firm-fixed-price task order #0005 under a previously awarded multiple award construction contract (N62473-10-D-5408) for construction of flocculation and sediment basins and station water system and plant repairs at Marine Corps Air Station Yuma.  The work to be performed provides for the design and construction of three sedimentation basins, improvement of the basin sub-grade, new side slopes to structurally support a steel bridge, improvements to the flocculation chamber to meet current structural codes, and repairs to components of the water treatment plant.  Work will be performed in Yuma, Ariz., and is expected to be completed by March 2014.  Contract funds in the amount of $7,272,672 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif. (F04701-95-C-0017, P00747), is being awarded a $54,241,120.00 contract modification for sustainment support for the Space Based Infrared System.  The locations of the performance are Colorado Springs, Colo., Boulder, Colo. and Aurora, Colo.  Work is expected to be completed by Mar. 31, 2013.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah (F42610-98-C-0001), is being awarded a $40, 196,547 contract modification for ICBM Fuze Systems Engineering Support.  The location of the performance is Hill AFB, Utah, Prussia, Pa., and Huntington Beach, Calif.  Work is expected to be completed by Sep. 24, 2014.  The contracting activity is AFNWC/PKME, Hill AFB, Utah.

Lockheed Martin Services Inc., Gaithersburg, Md. (FA8734-08-D-0003, P00023), is being awarded a $12,000,000.00 contract modification to the Personnel Services Delivery Transformation contract.  The location of the performance is Randolph Air Force Base, Texas.  Work is expected to be completed by April 2013.  The contracting activity is AFLCMC/HIBK, Randolph AFB, Texas.

Lockheed Martin Corp., Fort Worth, Texas (FA8611-08-C-2897, P00150), is being awarded an $8,632, 639 contract modification for inspection support for the nondestructive inspection organic capability.  The location of the performance is Marietta, Ga.  Work is to be completed by Dec. 31, 2016.  The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.

DEFENSE THREAT REDUCTION AGENCY

University of New Mexico, Albuquerque, N.M., is being awarded a $11,800,000 cost reimbursment contract for research for evaluation of Novel Subunit Tularemia Vaccines in Rat and Non-Human Primate Aerosol Infection Models.  Work will be performed at University of New Mexico, Albuquerque, N.M., and is expected to be completed March 20, 2017.  Contract funds will not expire at the end of the current fiscal year.  Solicitation was issued for full and open Competition and 56 proposals were received.  The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Va.  Contract Award number is HDTRA1-12-C-0105.

WASHINGTON HEADQUARTERS SERVICES

Transformation Advisors Group L.L.C., Alexandria, Va., is being awarded a $7,372,167 firm-fixed-price contract (HQ0034-12-C-0077) to provide the Task Force for Business and Stability Operations with subject matter experts to advise the government on the best courses of action for the establishment of a mining industry in Afghanistan.  Work will be performed in Kabul, Afghanistan, Arlington, Va., and Alexandria, Va., with an estimated completion date of Sept. 26, 2013.  The bid was solicited through the Internet with one bid received.  Washington Headquarters Service is the contracting activity.

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded a $395,462,993 cost-plus-incentive-fee contract.  The award will provide for the research, development and testing for the Engineering Change Proposal in support of the Abrams tank.  Work will be performed in Sterling Heights and Lima, Ohio, with an estimated completion date of April 30, 2020.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0322).

Chemring Military Products Inc., Perry, Fla., (W52P1J-12-D-0084); and Alliant Techsystems, Independence, Mo., (W52P1J-12-D-0083); were awarded a $237,000,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of various non-standard ammunition in support of Foreign Military Sales.  Work location will be determined with each order, with an estimated completion date of Dec. 31, 2015.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.

Navistar Defense L.L.C., Lisle, Ill., was awarded a $138,203,417 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure MaxxPro Survivability Upgrade Kits, Vehicle Emergency Egress Windows and support services for the Mine Resistant Ambush Protected MaxxPro vehicles.  Work will be performed in Lisle and Springfield, Ohio, with an estimated completion date of Sept. 13, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0404).

CDM Constructors Inc., Rancho Cucamonga, Calif., was awarded a $100,112,660 firm-fixed-price contract.  The award will provide for the construction of a water treatment plant and distribution system.  Work will be performed in Fort Irwin, Calif., with an estimated completion date of Dec. 31, 2015.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0022).

Agentase L.L.C., Elkridge, Md., was awarded an $88,339,214 firm-fixed-price contract.  The award will provide for the development of technologies for the detection of persistent low-volatility chemical threats.  Work location will be determined with each order, with an estimated completion date of Sept. 12, 2015.  There were 100 bids solicited, with 45 bids received.  The U.S. Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-12-D-0002).

L-3 Services Inc., Alexandria, Va., was awarded an $84,420,000 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to supply services in support of the Law Enforcement Professionals Program.  Work will be performed in Afghanistan, with an estimated completion date of June 30, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0049).

BAE Systems Land and Armaments L.P., York, Penn., was awarded a $55,899,804 cost-plus-incentive-fee contract.  The award will provide for the engineering design, logistics, and test and evaluation services in support of the Bradley Engineering Change Proposal Effort.  Work will be performed in York; Sterling Heights, Mich.; and Santa Clara, Calif.; with an estimated completion date of Sept. 29, 2017.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0358).

Belleville Shoe Manufacturing Co., Belleville, Ill., (W911QY-12-D-0029); and Wolverine World Wide Inc., Rockford, Mich., (W911QY-12-D-0030); were awarded a $48,760,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of Army Mountain Combat Boots.  Work location will be determined with each order, with an estimated completion date of Sept. 13, 2017.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Natick, Mass., is the contracting activity.

FSA and JKC Joint Venture One L.L.C., Tampa, Fla., was awarded a $41,188,100 firm-fixed-price contract.  The award will provide for the construction of a Training Center Complex in Colorado Springs, Colo.  Work will be performed in Colorado Springs, with an estimated completion date of Oct. 30, 2014.  The bid was solicited through the Internet, with nine bids received.  The National Guard Bureau, Aurora, Colo., is the contracting activity (W912LC-12-C-0009).

General Dynamics Armament and Technical Products Inc., Williston, Vt., (W15QKN-12-D-0103); and American Ordnance, Middletown, Iowa, (W15QKN-12-D-0104); were awarded a $37,500,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of 155mm M231 and M232A1 Modular Artillery Charge System Load, Assemble and Pack.  Work location will be determined with each order, with an estimated completion date of Sept. 11, 2016.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Northrop Grumman Systems Corp., Carson, Calif., was awarded a $37,231,364 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Lower Tactical Internet Data Products.  Work location will be determined with each order, with an estimated completion date of Sept. 13, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W91QUZ-08-D-0005).

St. George Industries L.L.C., Hialeah, Fla., was awarded a $33,316,029 firm-fixed-price multiple-award contract.  The award will provide for the procurement of a maximum of 142,857 Concealable Body Armor Vests.  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 eight bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0017).

Oshkosh Corp., Oshkosh, Wis., was awarded a $28,576,564 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure M1089A1P2 wrecker trucks.  Work will be performed in Oshkosh, with an estimated completion date of Sept. 30, 2014.  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).

Armor Express, Central Lake, Mich., was awarded a $24,610,167 firm-fixed-price multiple-award contract. The award will provide for the procurement of a maximum of 142,857 Concealable Body Armor Vests.  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 eight bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0016).

The Boeing Co., Huntington Beach, Calif., was awarded a $21,682,336 firm-fixed-price contract.  The award will provide for the design and construction of C17 Beddown Infrastructure Facilities in support of Foreign Military Sales.  Work will be performed in India, with an estimated completion date of Dec. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-12-C-0010).

Defense Support Services L.L.C., Marlton, N.J., was awarded a $20,629,497 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Directorate of Logistics at Fort Hood, Texas.  Work will be performed in Fort Hood, with an estimated completion date of June 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-12-D-0010).

ICF Jacob and Sundstrom, Baltimore, Md., was awarded a $19,165,882 firm-fixed-price and level-of-effort contract.  The award will provide for the service in support of Army Research Laboratories’ programs and offices.  Work will be performed in Adelphi, Md., with an estimated completion date of Sept. 14, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-12-F-0052).

Great Lakes Dredge and Dock Co., L.L.C., Oak Brook, Ill., was awarded a $15,643,938 firm-fixed-price contract.  The award will provide for the services in support of beach nourishment in Brigantine, N.J.  Work will be performed in Brigantine, with an estimated completion date of March 1, 2013.  Nineteen bids were solicited, with two bids received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-C-0047).

K.L. House Construction Co., Inc., Albuquerque, N.M., was awarded a $14,700,000 firm-fixed-price contract.  The award will provide for the construction of a Special Operations Force Aircraft Maintenance Squadron Facility and a General Purpose Maintenance Facility.  Work will be performed in Clovis, N.M., with an estimated completion date of March 28, 2014.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-12-C-0033).

Record Steel and Construction Inc., Meridian, Idaho, was awarded a $14,347,600 firm-fixed-price contract.  The award will provide for the construction of a facility that will contain training operations for the new Compass Call personnel.  Work will be performed in Davis-Monthan Air Force Base, Ariz., with an estimated completion date of March 20, 2013.  The bid was solicited through the Internet, with 14 bids received.  The U.S. Army Corps of Engineers, Los Angles, Calif., is the contracting activity (W912PL-12-C-0011).

Ranger Land Systems Inc., Huntsville, Ala., was awarded a $13,764,033 firm-fixed-price and level-of-effort contract.  The award will provide for the services in support of the fire suppression system and air conditioning on the Mine Resistant Ambush Protected vehicles.  Work will be performed in Afghanistan; Wahiawa, Hawaii; Fayetteville, N.C.; El Paso, Texas; Barstow, Calif.; Watertown, N.Y.; and Huntsville; with an estimated completion date of Sept. 19, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0425).

DEFENSE LOGISTICS AGENCY

Tymco Inc.*, Waco, Texas, was awarded contract SPM8EC-12-D-0013.  The award is a fixed price with economic price adjustment contract with a maximum $157,500,000 for procurement of commercial type environmental equipment.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were twelve solicitations with twelve responses.  Type of appropriation is fiscal 2012 through fiscal 2017 Defense Working Capital Funds.  The date of performance completion is Sept. 23, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Abbott Laboratories Inc., Point of Care Division, Abbott Park, Ill., was issued a modification exercising the first option year on contract SPM2D0-11-D-0002/P00003.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity with a maximum $46,701,009 for various medical and surgical products.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Arbor Pharmaceuticals*, Atlanta, Ga., was awarded contract SPM2D0-12-D-0013.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $26,819,642 for pharmaceutical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were eighteen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 23, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Johnson and Johnson Health Care Systems Inc., Piscataway, N.J., was issued a modification exercising the third option year on contract SPM2D0-09-D-0002/P00009.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity with a maximum $22,627,712 for various medical and surgical products.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian Agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Multimedia Environmental Compliance Group*, San Diego, Calif., is being awarded a  maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E Multi-Media Engineering support services to meet statutory environmental compliance requirements for all applicable environmental laws and regulations.  No task orders are being issued at this time.  All work will be performed in various Naval and Marine Corps Installation in California (85 percent); Arizona (5 percent); Nevada (3 percent); New Mexico (3 percent); Utah (2 percent); and other DoD Installations and Federal Agencies Nationwide (2 percent).  The term of the contract is not to exceed 36 months with an expected completion date of September 2015.  Contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-12-D-2012).

Driskill Electrical Contractor*, Virginia Beach, Va., is being awarded a $20,002,841 firm-fixed-price contract for electrical distribution upgrades at Joint Expeditionary Base Little Creek.  Work will be performed in Virginia Beach, Va., and is expected to be completed by October 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-1704).

Science Applications International Corp., McLean, Va., is being awarded an $18,739,732 cost-plus-fixed-fee contract to provide support to execute In-Service Engineering Agent (ISEA) functions for U.S. Navy tactical networks. The contract will provide management, sustainment engineering, technical, and integrated logistics support, in addition to performing design analysis and trade studies to address obsolescence issues. This one-year contract includes two, one-year options which, if exercised, would bring the cumulative value of this contract to an estimated $56,559,218. Work will be performed in San Diego, Calif., and work is expected to be completed September 20, 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured with open competition via the SPAWAR e-Commerce web site and the Federal Business Opportunities website, with three offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-12-D-0156).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded an $11,392,043 modification to a previously awarded firm-fixed-price, indefinite-delivery requirements contract (N00019-11-D-0024) to exercise an option for maintenance and logistics  services, including labor, services, facilities, equipment, tools, direct and indirect material required to support and maintain the T-39N and T-39G aircraft and related support equipment.  No funds are being obligated at time of award. Work will be performed in Pensacola, Fla., and is expected to be completed in March 2013.  Contract funds will not expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Oshkosh Defense, Oshkosh, Wis. is being awarded $9,966,045 for fixed-price delivery order #0171 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028).  This delivery order is issued against exercised priced options for the purchase of 186 Logistics Vehicle System Replacement (LVSR) production Weapons Mount Kits, 74 Cargo/Tractor Variant Armor Kits, 30 Wrecker Variant Armor Kits, Integrated Logistics Support for Fiscal Year 2013 Maintenance of Data.   Work will be performed in Oshkosh, Wis.  (42 percent) and in Israel (58 percent), and work is expected to be completed by Sept. 30, 2013.    Contract funds will not expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

MAS Zengrange (NZ) Ltd., Lower Hutt, New Zealand, is being awarded a $9,693,350 fixed-price, indefinite-delivery/indefinite-quantity contract for transmitters, receivers, and expendable XrX receivers supporting the mini demolition remote firing device sets.  The mini demolition remote firing device is an ultra-high-frequency, digital, radio-controlled initiation system designed for the remote initiation of munitions and explosives.  Work will be performed in Wellington, New Zealand, and is expected to complete by September 2015.  Contract funds in the amount of $784,421 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-12-D-0009).

Hawaiian Dredging Construction Co., Inc., Honolulu, Hawaii, is being awarded $7,997,000 for firm-fixed-price task order #0011 under a previously awarded multiple award construction contract (N62478-09-D-4015) for the repair of ammunition handling wharves W4/5 at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for repairing the concrete underdeck and pile spalls; replacing existing deteriorated fender system with foam-filled fenders, hydro-pneumatic fenders, and fender reaction group stations (prestressed concrete reaction piles); replacing deteriorated concrete fender piles; repairing concrete fender pile tops; repairing timber fenders at the small boat landing; and repairing concrete mooring foundations.  In addition, project will install oil containment flotation device.  Work will be performed in Oahu, Hawaii, and is expected to be completed by January 2014.  Contract funds in the amount of $7,997,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Alliant Techsystems Operations L.L.C., Defense Electronic Systems, Woodland Hills, Calif., is being awarded a $7,978,065 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0014) for the Advanced Anti-Radiation Guided Missile (AARGM) Block I Upgrade.  Efforts to be provided include definition, development, integration, documentation, testing, and management for AARGM Block I software changes, improvements, and enhancements that will enable the AGM-88E All Up Round.  In addition, this order provides for the Common Munitions Built-in Test Reprogramming Equipment box 4 and 6 to correct Initial Operational Test & Evaluation deficiencies, implement deferred Capability Production Document capability and add capability enhancements to the baseline system.  Work will be performed in Woodland Hills, Calif., and is expected to be completed in January 2015.  Contract funds in the amount of $7,978,065 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Nutmeg Companies Inc.*, Norwich, Conn., is being awarded a $7,806,100 firm-fixed-price contract for repairs and alterations to Bachelor Quarters Buildings 688 and 689 at Naval Station Newport.  The work to be performed provides for renovations to both Buildings 688 and 689 that includes updating the mechanical and electrical systems, adding fire suppression systems, and some architectural upgrades to the building’s exterior and living quarters.  Work will be performed in Newport, R.I., and is expected to be completed by October 2014.  Contract funds in the amount of $7,806,100 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-1710).

Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded a $7,562,277 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-11-D-0008) to procure16 Electronic Propeller Control Systems “B” Kits and spares for the U.S. Marine Corps KC-130T aircraft.  Work will be performed in Windsor Locks, Conn., and is expected to be completed in May 2014.  Contract funds will not expire at the end of the current fiscal year.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

L-3 Communications MariPro Inc., Goleta, Calif., is being awarded a $6,732,055 modification to  previously awarded contract (N66604-12-C-2838) to exercise options in support of the design and installation of  an undersea warfare training range off the coast of Jacksonville, Fla.  The option exercise will include: systems engineering, trunk and internode cable terminations, procurement of sea-shore interface hardware, and procurement of shore electronics system production hardware.  Work under the overall contract includes Phase I which 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.  Work will be performed in be performed in Goleta, Calif. (70 percent), and Jacksonville, Fla. (30 percent); and is expected to complete by June 2018.  Contract funds will not expire at the end of the current fiscal year.  Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity.

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas (FA8625-12-C-6498), is being awarded a $16,671,737 contract for GAO’s negotiated settlement.  The location of performance is Fort Worth, Texas.  There is no physical delivery or service associated with this action.  The contracting activity is AFLCMC/WLNMC, Wright-Patterson Air Force Base, Ohio.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $11,990,458 contract modification for sustainment modifications to the Space Based Infrared Systems Increment 1 operational ground baseline.  The location of the performance is Boulder, Colo.  Work is expected to be completed by Sept. 30, 2014.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif.

Bering Straits Technical Services, Anchorage, Alaska (FA4497-12-C-0002), is being awarded a $10,736,668 firm-fixed-price contract for restoration and modernization of facility at Dover Air Force Base, Del.  The location of the performance is Dover Air Force Base, Del.  Work is expected to be completed by Apr. 30, 2015.  The contracting activity is 436 CONS/LGCA, Dover Air Force Base, Del.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah (F42610-98-C-0001) is being awarded an $8,142,148 contract modification for the Propulsion System Rocket Engine-Life Extension Program Full Rate Production 7 (PSRE-LEP FRP 7).  The locations of the performance are Hill Air Force Base, Utah, and Clearfield, Utah.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah.

U.S. TRANSPORTATION COMMAND

American Auto Logistics L.P., 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

The Boeing Co., Seattle, Wash., is being awarded a $1,904,545,643 modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0022) for the procurement of 11 P-8A Multi-Mission Maritime Low Rate Initial Production III aircraft.  Work will be performed in Seattle, Wash. (75.5 percent); Baltimore, Md. (4 percent); Greenlawn, N.Y. (2.5 percent); North Amityville, N.Y. (2.3 percent); McKinney, Texas (1.8 percent); Cambridge, United Kingdom (1.5 percent); and various location inside and outside of the continental United States (12.4 percent), and is expected to be completed in May 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.

General Electric, Lynn, Mass., is being awarded an $83,444,847 requirements contract for repair of 16 T-64 engine components supporting CH53D/E and MH53E helicopters.  In addition to providing spare parts required for repairs, the contract will provide manufacturing, engineering, and technical support to the Fleet Readiness Center East.  Work will be performed in Cherry Point, N.C. (90 percent) and Lynn, Mass. (10 percent), and work is expected to be completed by March 31, 2014.  The applicable Navy Working Capital Funds will not expire at the end of the current fiscal year.  This contract was competitively procured with eight offers solicited and one offer received.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-12-D-006M).

Manu Kai, L.L.C., Honolulu, Hawaii, is being awarded a $74,698,187 modification (P00028) under previously awarded contract (N00604-09-D-0001) to exercise the fourth option period for range operations support and base operations support services.  Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work for this effort is expected to be completed Sept. 30, 2013.   Applicable operation and maintenance Navy funds will not expire at the end of this current fiscal year.  The basic contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to the solicitation.  The Fleet Logistics Center, Pearl Harbor, Hawaii is the contracting activity.

Logos Technologies, Inc.*, Arlington, Va., is being awarded a $58,373,086 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract for a Phase III Small Business Innovation Research Project under Topic 072-019 entitled “Wide Area Video Image Storage Techniques.”  This contract provides for the procurement of 19 Kestrel systems and integration services, field service representatives, operators, analysts, and trainers in support of Persistent Ground Surveillance System systems supporting persistent threat detection system deployed outside of the continental United States.  Work will be performed in Arlington, Va. (68 percent); Afghanistan (28 percent); and Raleigh, N.C. (4 percent), and is expected to be completed in April 2014.  Contract funds in the amount of $16,278,213 will expire at the end of the current fiscal year.  This Phase III contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-12-C-0192).

BAE Systems San Diego Ship Repair Inc., San Diego, Calif., is being awarded a $39,556,829 modification to a previously awarded contract (N00024-11-C-4408) to definitize the USS Milius (DDG 69) fiscal year 2013 extended dry-docking selected restricted availability.  An extended dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  This modification includes options which, if exercised, would bring the cumulative value to $39,687,303.  Work will be performed in San Diego, Calif., and is expected to be completed by July 2013.  Contract funds in the amount of $29,230,126 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., 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.  Funding will be provided on individual delivery orders and is expected to be fiscal year funding.  Contract funds in the amount of $24,300 are expected to expire at the end of the current fiscal year.  This contract was not competitively procured.  Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-12-D-5046).

Delphinus Engineering Inc.*, Eddystone, Pa. (N55236-11-D-0016); Epsilon Systems Solutions Inc.*, San Diego, Calif. (N55236-11-D-0017); Miller Marine Inc.*, National City, Calif. (N55236-11-D-0018); and Pacific Ship Repair and Fabrication Inc.*, San Diego, Calif. (N55236-11-D-0019); are each being awarded a multiple award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for a combined total of $20,300,000 for repair, maintenance and alterations aboard Navy submarines homeported or visiting San Diego, Calif.  Work will be performed in San Diego, Calif., and is expected to be completed by August 2017.  Contract funds in the amount of $12,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with six offers received.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Alutiiq-Mele, L.L.C.*, Anchorage, Alaska, is being awarded an $18,237,156 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-09-D-4003) for the exercise of option three for base operation support services at the Naval Air Weapons Station, China Lake.  The work to be performed provides for all labor, materials, equipment, supervision, and transportation necessary to perform management and administration, weapons support services, supply services, facilities investment services, grounds maintenance services, janitorial services, pest control services, street sweeping services, base support vehicles and equipment services, and environmental services.  The total contract amount after exercise of this option will be $74,556,475.  Work will be performed in Ridgecrest, Calif., and 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, Southwest, San Diego, Calif., is the contracting activity.

Washington Patriot Construction*, Gig Harbor, Wash., is being awarded $13,844,514 for firm-fixed-price task order #0013 under a previously awarded multiple award construction contract (N44255-10-D-5008) for Bachelor’s Enlisted Quarters Building 1001 renovations and Bachelor’s Enlisted Quarters Building 1001 and 1044 ground source heat pump installation.  Work will be performed in Bremerton, Wash., and is expected to be completed by March 2014.  Contract funds in the amount of $13,844,514 are obligated on this award and $10,691,902 will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Schuyler Line Navigation Co., Annapolis, Md., is being awarded an $11,181,984 firm- fixed-price, with reimbursable elements, contract for the time charter of U.S.-flagged, shallow draft tanker, currently named MV Sun Lilac, in support of Defense Logistics Agency Energy missions.  This contract includes three, 12-month option periods and one, 11-month option period, which, if exercised, would bring the cumulative value of this contract to $48,621,497.  Work will be performed at sea and the ship must be worldwide deployable.  The anticipated primary area of performance is the Far East.  The contract is expected to be completed by December 30, 2013, and if all options are exercised, work will continue through November 2017.  Contract funds are subject to availability of fiscal year 2013 funding.  This contract was competitively procured via a solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and three offers received.  The U.S. Navy’s Military Sealift Command, Washington, DC, is the contracting activity (N00033-12-C-5420).

Engineering Concepts Inc.*, Honolulu, Hawaii, is being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer contract for environmental investigations, permit applications and related studies of water, wastewater, storm water, solidwaste and pollution prevention at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific areas of responsibility (AOR).  Task Order 0001 is being awarded at $287,447 for a consistent, accurate, and complete assessment of other accrued environmental liabilities associated with all property, plant, and equipment assets in the Navy and Marine Corp Facilities in Hawaii.  Work for this task order is expected to be completed by September 2013.  All work will be performed at various Navy and Marine Corps activities, Pacific Basin and Indian Ocean Area within the NAVFAC Pacific AOR.  The term of the contract is not to exceed three years, with an expected completion date of September 2015.  Contract funds in the amount of $287,447 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-12-D-1833).

Booz Allen Hamilton Inc., Norfolk, Va., is being awarded a not to exceed $9,917,282 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for continuation of technical and analytical support services for the Operational Designated Approval Authority (ODAA) and the Office of Compliance and Assessment (OCA).  Support shall include assisting the ODAA in certification and accreditation and related activities for systems, sites, networks, and applications and assisting the OCA with conducting command cyber readiness inspections and cyber security inspections.  Contract funds in the amount of $10,000 are obligated on this award. Work will be performed in Virginia Beach, Va., and will be completed by September 2013.  Contract funds in the amount of $9,917,282 will expire at the end of the current fiscal year.  The contract was not competitively procured pursuant to FAR 6.302-1.  NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-12-D-0052).

Shaw Environmental and Infrastructure, Concord, Calif., is being awarded $9,362,089 for firm-fixed-price task order #0002 under a previously awarded environmental multiple award contract (N62473-12-D-2005) for Site 29 source area non-time critical removal action for groundwater and soil gas remediation at former Naval Weapons Station Seal Beach Detachment, Concord.  Work will be performed in Concord, Calif., and is expected to be completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Performance Systems Inc.*, Waipahu, Hawaii, is being awarded $9,354,526 for firm-fixed-price task order #0016 under a previously awarded multiple award construction contract (N62478-11-D-4045) for repair of Dormitory Building 1843H at Joint Based Pearl Harbor-Hickam.  The work to be performed provides for partially demolishing wings D and C and repair of the remaining dorm rooms and common living areas.  Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2014.  Contract funds in the amount of $9,354,526 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, Hawaii, Joint Based Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Watermark Environmental Inc.*, Lowell, Mass., is being awarded $8,138,822 for firm-fixed-price task order #0008 under a previously awarded multiple award construction contract (N40085-10-D-9448) for interior/exterior repairs and upgrades on the Naval Propeller Shop, Bldg. 546, at the Philadelphia Naval Business Center.  Work on this project will be primarily to the original portion of the building and will consist of repairs to the heating, ventilation, air conditioning and air compressor systems and renovations to a lunch room.  Work will be performed in Philadelphia, Pa., and is expected to be completed by March 2014.  Contract funds in the amount of $8,138,822 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Gulf Building Corp., and Hernandez Consultants*, Joint Venture, Fort Lauderdale, Fla., is being awarded $7,701,789 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N69450-10-D-1269) for construction of repairs and improvements to Explosive Handling Wharf 2 at Naval Submarine Base Kings Bay.  The work to be performed provides for the construction of reinforced concrete and corrosion control repairs to Explosive Handling Wharf 2 and warping wharf structures.  Work will be performed in Kings Bay, Ga., and is expected to be completed by July 2014.  Contract funds in the amount of $7,701,789 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

G-W Management Services L.L.C.*, Rockville, Md., is being awarded $7,647,000 for firm-fixed-price task order #0022 under a previously awarded multiple award construction contract (N40080-10-D-0498) to replace heating, ventilation, and air conditioning in Building 2034, Little Hall and provide additional parking spaces at Marine Corps Base Quantico.  The project will replace 2 chillers, 16 air handlers and 43 fan coil units.  The project includes all plumbing and control systems and fire protection systems.  Project includes temporary facilities to facilitate phasing of repairs. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $8,127,000.  Work will be performed in Quantico, Va., and is expected to be completed by February 2014.  Contract funds in the amount of $7,647,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, DC, is the contracting activity.

Hood Canal Coordinating Council, Poulsbo, Wash., is being awarded a $6,897,350 firm-fixed-price contract for the purchase of mitigation credits under their In-Lieu-Fee Program for Navy Explosive Handling Wharf #2 at Naval Base Kitsap – Bangor.  Work will be performed in the Hood Canal Watershed, Wash., and is expected to be completed by September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-12-C-5002).

AIR FORCE

GE-Aviation, Cincinnati, Ohio (FA8650-09-D-2922), is being awarded a $394,747,900 indefinite delivery and indefinite quantity contract modification for the Adaptive Engine Technology Development program.  The location of the performance is Cincinnati, Ohio.  Work is expected to be completed by Sept. 30, 2016.  The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio.

Breeze-Eastern Corp., Whippany, N.J. (FA8524-12-D-0009), is being awarded a $25,082,679 firm-fixed-price contract to repair the rescue hoist and control box supporting the HH-60G helicopters.  The location of the performance is Whippany, N.J.  Work is expected to be completed by Sept. 20, 2018. The contracting activity is AFSC/PZAAA, Robins Air Force Base, Ga.

FlightSafety Services Corp., Centennial, Colo. (F33657-01-D-2078, QP0287), is being awarded a $19,178,872 contract modification to provide acquisition and support of the KC-10 Aircrew Training System (ATS).  The locations of the performance are Travis Air Force Base, Calif. and McGuire Air Force Base, N.J.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

L-3 Communications Corp., Arlington, Texas (FA8621-09-6292-P00066), is being awarded a $15,072,686 firm-fixed-price and firm fixed incentive firm target contract modification to provide M6.1+ Operational Flight Plan Delta capabilities.  The locations of the performance are Arlington, Texas and Saint Louis, Mo.  Work is expected to be completed by Jan. 31, 2014.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

BAE Systems Information and Electronic Systems Integration, Totowa, N.J. (FA8540-10-C-0006, P00003), is being awarded a $9,757,853 contract modification for engineering services for the AN/ALR-56C system.  The location of the performance is Totowa, N.J.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFSC/PZABB, Robins Air Force Base, Ga.

EDO Corp., Amityville, N.Y. (F09603-03-D-0029-0063), is being awarded a $9,445,643 cost plus fixed price, 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 Amityville, N.Y.  Work is expected to be completed by March 21, 2016.  The contracting activity is AFLCMC/WNKCB, Robins Air Force Base, Ga.

Olgoonik Specialty Contractors L.L.C.., Anchorage, Alaska (FA8903-12-C-0010), is being awarded an $8,725,670 firm-fixed-price contract for site demolition and cleanup activities at Wainwright Short Range Radar Station.  The location of the performance is Wainwright Short Range Radar Station, Alaska.  Work is expected to be completed by Sept. 23, 2014.  The contracting activity is 772 ESS/PKS, Lackland Air Force Base, Texas.

Lockheed Martin Global Training and Logistics, Orlando, Fla. (FA8621-11-C-6288, P00012), is being awarded a $7,880,000 contract modification for the training system support center for the C-130J Maintenance and Aircrew Training Systems.  The location of the performance is Little Rock Air Force Base, Ark.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

CORRECTION:  UOP L.L.C., Des Plaines, Ill. (FA8650-12-2-5506), is being awarded a $17,370,047 technology investment agreement contract to establish a domestic source to expand the U.S. domestic industrial base capacity in the production of bio-mass derived fuel products.  The location of the performance is Paramount, Calif.  Work is expected to be completed by Dec. 21, 2013.  The contracting activity is Det 1 AFRL/RQKMD, Wright-Patterson Air Force Base, Ohio.

DEFENSE LOGISTICS AGENCY

Foster Fuels Inc., Brookneal, Va.*, was issued a modification exercising the first option year on contract SP0600-11-D-4012.  The modification is a fixed price with economic price adjustment with a maximum $80,929,596 for fuel support.  Other locations of performance are Texas, Louisiana, Mississippi, Florida, North Carolina, South Carolina, Georgia, Alabama, Arkansas, Tennessee, Kentucky, Missouri, Illinois and Indiana.  Using services are federal civilian agencies.  There were three responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Oct. 20, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hamilton Sundstrand Corp., Windsor Locks, Conn., was awarded contract N00383-08-F-001J-UN87.  The award is a firm fixed price, sole source contract with a maximum $19,620,836 for B-2 aircraft power drive units.  Other location of performance is in Illinois.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 through fiscal 2016 Operation and Maintenance Funds.  The date of performance completion is Sept. 30, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

SYSCO Connecticut, Rocky Hill, Conn, was awarded contract SPM300-08-D-3238.  The award is a fixed price with economic price adjustment, prime vendor contract with a maximum $17,454,150 for food and beverage support.  There are no other locations of performance.  Using services are Army, Navy, Air Force and Marine Corps.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 through fiscal 2014 Defense Working Capital Funds.  The date of performance completion is March 22, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Senter Petroleum Inc., Lihue, Hawaii*, was awarded contract SP0600-12-D-4012.  The award is a fixed price with economic price adjustment, requirements type contract with a minimum $16,930,583 for fuel.  Other locations of performance are throughout Hawaii.  Using military services are Navy and Air Force.  There were seven responses to the Web Solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Critical Solutions International, Carrollton, Texas, was awarded contract SPRDL1-12-D-0066.  The award is a firm fixed price contract with a maximum $10,673,523 for vehicle mounted mine detection vehicle system parts.  Other location of performance is in Michigan.  Using military service is Army.  There were two solicitations with two responses.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The date of performance completion is Sept. 20, 2015.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

Global Support Services L.L.C., Anchorage, Alaska**, was awarded contract SP4703-12-C-0018.  The award is a firm fixed price, sole source, requirements type contract with a minimum $8,768,529 for technical and administrative services.  Other location of performance is in Virginia.  Using service is Defense Logistics Agency.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

World Fuel Services Inc., Miami, Fla.*, was awarded contract SP0600-12-D-4014.  The award is a fixed price with economic price adjustment, requirements type contract with a minimum $6,732,450 for fuel.  Other location of performance is in Hawaii.  Using military service is Navy.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

U.S. SPECIAL OPERATIONS COMMAND

Leading Technology Composites Inc., Wichita, Kansas, is being awarded a firm-fixed-price contract (92222-12-0-0024), for the purchase or Special Operations Forces personal equipment advanced requirements ballistic plates in support of U.S. Special Operations Command (USSOCOM).  The contract value is not to exceed $24,912,093.  The work will be performed in Wichita, Kan., and delivery will be completed by September 2013.  U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity.

DEFENSE COMMISSARY AGENCY

Hoar Construction L.L.C., Birmingham, Ala. is being awarded a firm-fixed-price contract to design and construct a new commissary at Maxwell-Gunter, Ala.  The award amount is $12,960,271.  The contract is for a 730-day period based on the issuance of the Notice to Proceed which is expected in October 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.

DEFENSE LOGISTICS AGENCY

Equilon Enterprises dba Shell Oil Products — Deer Park, Houston, Texas, was awarded contract SP0600-12-D-0510.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $1,358,320,754 for fuel.  Other location of performance is in Deer Park, Texas.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Air BP, a Division of BP products of North America Inc., Naperville, Ill., was awarded contract SP0600-12-D-0503.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $815,772,268 for fuel.  Other locations of performance are in Texas; Lousiana; Mississippi; New Jersey; and Ohio.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Valero Marketing and Supply Co., San Antonio, Texas, was awarded contract SP0600-12-D-0519.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $571,935,630 for fuel.  Other locations of performance are in Texas City and Corpus Christi, Texas.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

BP Products North America Inc., Chicago, Ill., was awarded contract SP0600-12-D-0480.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $552,521,276 for fuel.  Other locations of performance are in Texas.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Phillips 66 Co., (Phillips), Bartlesville, Okla., was awarded contract SP0600-12-D-0501.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $354,409,335 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Equilon Enterprises dba Shell Oil Products — Mobile, Houston, Texas, was awarded contract SP0600-12-D-0498.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $342,024,168 for fuel.  Other location of performance is in Alabama.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Placid Refining Co., L.L.C.*, Baton Rouge, La., was awarded contract SP0600-12-D-0520.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $294,551,718 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Calumet Sales Co., Indianapolis, Ind., was awarded contract SP0600-12-D-0517.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $190,946,400 for fuel.  Other location of performance is in La.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Wynnewood Energy Co., L.L.C., Sugar Land, Texas, was awarded contract SP0600-12-D-0483.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $161,428,730 for fuel.  Other locations of performance are in Oklahoma.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Alon USA L.P., Dallas, Texas, was awarded contract SP0600-12-D-0493.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $153,821,900 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Delek Refining Ltd., Tyler, Texas, was awarded contract SP0600-12-D-0504.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $94,678,251 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Tesoro Refining and Marketing Co., San Antonio, Texas, was awarded contract SP0600-12-D-0496.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $81,552,800 for fuel.  Other locations of performance are in North Dakota and Minnesota.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hermes Consolidated L.L.C., Denver, Colo., was awarded contract SP0600-12-D-0492.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $59,987,520 for fuel.  Other location of performance is in Wyoming.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hunt Refining Co., Tuscaloosa, Ala., was awarded contract SP0600-12-D-0500.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $52,498,260 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Irving Oil Terminals Inc., Portsmouth, N.H., was awarded contract SP0600-12-D-0516.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $51,281,640 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

NuStar Marketing L.L.C., San Antonio, Texas, was awarded contract SP0600-12-D-0482.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $26,453,789 for fuel.  There are no other locations of performance.  Using service is Defense Logistics Agency Energy.  There were twenty-seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Northrop Grumman Systems Corp., Palmdale, Calif., was issued a modification on contract SPRTA1-11-C-0112/P00005.  The modification is a firm-fixed-price, sole source contract with a maximum $21,059,739 for left and right hand aft deck structural supports.  Other locations of performance are Missouri and Florida.  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 May 31, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

The Boeing Co., Saint Louis, Mo., was awarded contract SPM400-03-D-9408 TH20.  The award is a firm-fixed-price, sole source contract with a maximum $14,719,986 for horizontal stabilizers.  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 November 2015.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

Hardigg Industries Inc., South Deerfield, Mass., was issued a modification exercising the first option year on contract SPM1C1-11-D-1070/P00004.  The modification is a firm-fixed-price contract with a maximum $10,296,825 for plastic trunk lockers.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were two responses to the DLA Internet Bid Board System solicitation.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Critical Solutions International*, Carrollton, Texas, was awarded contract SPRDL1-12-C-0168.  The award is a firm-fixed-price contract with a maximum $8,215,722 for sustainment spare wheel and pneumatic tires.  Other location of performance is South Carolina.  Using military service is Army.  There were three responses to the competitive solicitation.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The date of performance completion is March 19, 2013.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

NAVY

Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $103,322,238 modification to a previously awarded firm-fixed-price; indefinite-delivery requirements contract (N00019-09-D-0002) to exercise an option for intermediate and depot level maintenance and related support for in-service T-45 F405-RR-401 Adour engines under the Power-By-the-Hour (PBTH) arrangement.  In addition, this modification provides for inventory control, sustaining engineering and configuration management, as well as integrated logistics support and required engineering elements necessary to support the F405-RR-401 engine at the organization level.  No funding being obligated at time of award.  Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (48 percent); NAS Meridian, Miss. (47 percent); NAS Pensacola, Fla. (4 percent); and NAS Patuxent River, Md. (1 percent), 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.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $76,756,663 modification to previously awarded contract (N00024-11-C-4403) for the USS Normandy (CG 60) fiscal year 2012 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

Fender Care Ltd., Norfolk, United Kingdom, is being awarded a $29,425,068 indefinite-delivery/indefinite-quantity, firm-fixed price contract for the procurement of hydro-pneumatic fenders and associated installation, support, shipping and travel.  Hydro-pneumatic fenders are airtight rubber bladders that are partially filled with water and are weighted on one end to make them float in a vertical position.  The fenders are moored to the waterfront facility against a backer system or between submarines or surface ships.  Fenders will be provided at various U.S. and overseas homeports.  Contract funds in the amount of $2,940,641 will be obligated at time of contract award.  Work will be performed in Norfolk, United Kingdom, and is expected to be completed by September 2017.  Contract funds in the amount of $1,780,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-12-D-0009).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $28,117,962 modification to previously awarded contract (N00024-10-C-4308) for the USS Ross (DDG 71) fiscal year 2012 drydocking selected restricted availability.  A drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by June 2013.  Contract funds in the amount of $28,117,962 will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Portsmouth, Va., is the contracting activity.

Del-Jen Inc., Clarksville, Tenn., is being awarded a $25,417,061 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise option 1 for base operations support services at Naval Air Station Pensacola and surrounding areas including Saufley Field, Corry Station and Bronson Field.  The work to be performed provides for public works administration including labor, management, supervision, materials, supplies, and tools for facilities management, facilities investment, facility maintenance services (non-family housing), pest control, street sweeping, utility plant and distribution operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, centrally managed safety services, and base support vehicles and equipment.  The total contract amount after exercise of this option will be $144,538,806.  Work will be performed in Pensacola, Fla., and is expected to be completed by September 2013.  Contract funds in the amount of $16,189,380 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 (N69450-07-D-0770).

Exelis Inc., Van Nuys, Calif., is being awarded a $24,678,610 firm-fixed-price, cost-plus-fixed-fee contract for the procurement of six radio frequency repeater systems for the government of Egypt’s SPS-48E land-based radar program and associated support for Egypt (100 percent) under the Foreign Military Sales Program.  The requirement includes all associated support.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $25,000,000.  Work will be performed in Egypt (50 percent), and Van Nuys, Calif. (50 percent), and is expected to be completed by Sept. 19, 2017.  The contract funds will not expire by the end of the current fiscal year.  This contract was not competitively procured, due to sole-source direction by International Agreement.  Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-12-C-2443).

Aviall Services Inc., Dallas, Texas, is being awarded a $22,853,790 firm-fixed-price contract for the procurement of Boeing 737 commercial common spare parts to support P-8A Multi-Mission Maritime Low Rate Initial Production III aircraft.  Work will be performed in Dallas, Texas, and is expected to be completed in June 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; one offer was received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0125).

Rolls Royce Corp., Indianapolis, Ind., is being awarded $16,072,618 for ceiling priced delivery order #002 under a previously awarded basic ordering agreement (N00383-10-G-008M) for the repair of two each T56-A-427A whole engines, three each power section modules, two each gearbox modules, and two each torque meter modules used in support of the T56 engine.  Work will be performed in Indianapolis, Ind., and work is expected to be completed December 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

ViaSat, Carlsbad, Calif., is being awarded $15,819,052 for firm-fixed-price delivery order under a previously awarded contract (N00039-10-D-0032) for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs).  The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Marine Corps, Air Force and Army platforms.  This delivery order combines purchases for the United States (21 percent) and the Government of Turkey (79 percent) under the Foreign Military Sales Program.  Work will be performed in Carlsbad, Calif. (30 percent), in various other sites worldwide (70 percent), and is expected to be completed by Feb. 29, 2016.  Contract funds in the amount of $229,413 will expire at the end of the current fiscal year.  This contract was competitively procured under a multiple award contract (MAC) with two proposals solicited and two offers received via the SPAWAR E-commerce website.  The synopsis was released via the Federal Business Opportunities website for the initial MAC awards.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Sauer Inc., Jacksonville, Fla., is being awarded $14,631,100 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-09-D-5026) for the decentralize steam system at Naval Support Activity (NSA), Norfolk Va.  The work to be performed will eliminate centralized steam to include Camp Allen and Lafayette River Annex.  High efficiency and high performance heating, ventilation, and air conditioning systems will be installed to replace the central steam systems in these areas.  In addition, a new control building at NSA’s main site will be constructed to house the new direct digital controls center and public works personnel.  The infrastructure and main control room equipment are included as part of this project.  The task order also contains one unexercised option and three planned modifications which if exercised would increase cumulative task order value to $15,461,250.  Work will be performed in Norfolk, Va., and is expected to be completed by March 2015.  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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Progeny Systems Corp.*, Manassas, Va., is being awarded an $11,238,663 cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-6207) for Phase III engineering and technical support services in support of Small Business Innovative Research (SBIR) Topic No. N03-220 “Extensible After Action Review Acquisition, Retrieval and Storage System.”  The concept for this SBIR is to identify technologies that can be used to address emerging non-propulsion electronics system network administration training and maintenance support requirements while concurrently supporting test data collection and analysis requirements.  This procurement will use the prototype products, processes and methodologies developed by Progeny Systems Corporation under the SBIR Phase I and II efforts.  The processes and prototype products developed will apply to air, surface and undersea warfare combatants.  Progeny will also procure analogous technology products that result from the engineering studies and engineering development models as needed.  Work will be performed in Manassas, Va., and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, DC, is the contracting activity.

Raytheon Co., Fullerton, Calif., is being awarded a $7,057,746 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) to update the Joint Precision Approach and Landing System to incorporate availability in Global Positioning System jamming environment into the Increment 1 design as identified by the threshold level system requirements document.  Work will be performed in Fullerton, Calif. (70 percent), and Cedar Rapids, Iowa (30 percent); and is expected to be completed in October 2013.  Contract funds in the amount of $2,197,179 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Raytheon Co., Largo, Fla., is being awarded a $7,008,900 modification to previously awarded contract (N00024-08-C-5202) for engineering support services in support of the Cooperative Engagement Capabilities (CEC) program.  The CEC program 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. (90.0 percent), and Largo, Fla. (10 percent), and is expected to be completed by March 2013.  Contract funds in the amount of $5,533,500 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, DC, is the contracting activity.

Data Link Solutions, Cedar Rapids, Iowa, is being awarded $6,912,840 for firm-fixed-price delivery order under a previously awarded contract (N00039-10-D-0031) for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs).  The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Marine Corps, Air Force, Army platforms and other foreign users worldwide.  This delivery order is for the Government of Saudi Arabia under the Foreign Military Sales (FMS) Program.  Work will be performed in Wayne, N.J. (50 percent), Cedar Rapids, Iowa (50 percent), and is expected to be completed by Dec. 31, 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was a sole source directed by the Foreign Military Sales country with one proposal solicited and one offer received via the SPAWAR E-commerce website.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

Team Crucible LLC, Fredericksburg, Va. (HHM402-12-D-0028); Washington Security Group, Sterling, Va. (HHM402-12-D-0029); Signature Science L.L.C., Austin, Texas (HHM402-12-D-0030); Triple Canopy, Reston, Va. (HHM402-12-D-0031); G4S/ITI, Shacklefords, Va. (HHM402-12-D-0032), and Academi Training Center, Inc., Moyock, N.C. (HHM402-12-D-0033), are each being awarded an indefinite-delivery/indefinite-quantity contract supporting individual protective measures training courses.  The combined maximum dollar value for all six IDIQ contract awards is $20,000,000 over five years.  The training is designed for personnel before they leave on overseas deployments, to provide them with a foundation of hard and soft skills relevant to living and working in hostile and austere environments.  The first task order was issued September 6 and the contract period of performance will end Aug. 30, 2017.

AIR FORCE

UOP L.L.C., Des Plaines, Ill. (FA8650-12-2-5506), is being awarded a $17,370,047 technology investment agreement contract to establish a domestic source to expand the U.S. domestic industrial base capacity in the production of bio-mass derived fuel products.  The location of the performance is Pasadena, Texas and Paramount, Calif.  Work is expected to be completed by Dec. 21, 2013.  The contracting activity is Det 1 AFRL/RQKMD, Wright-Patterson Air Force Base, Ohio.

Work Services Corp., Wichita Falls, Texas (FA3020-12-F-0056), is being awarded a $16,177,353 firm-fixed-price and cost reimbursable contract for full food service operations.  The location of the performance is Sheppard Air Force Base, Texas.  Work is expected to be completed by Sept. 23, 2013.  The contracting activity is 82 CONS/LGCA, Sheppard Air Force Base, Texas.

Northrop Grumman Corp., Aerospace Systems, El Segundo, Calif. (F19628-00-0100 P00243), is being awarded a $10,708,998 contract modification for Multi-Platform Radar Technology Insertion Program radar system development and demonstration schedule extension.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Jan. 31, 2014.  The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.

DEFENSE COMMISSARY AGENCY

Carothers Construction Inc., is being awarded a firm-fixed-price type contract to add/alter an existing commissary at Fort Leavenworth, Kan.  The award amount is $16,776,489.  The contract is for a 600-day period based on the issuance of the notice to proceed which is expected in October 2012.  Offers were solicited via full and open competition and eight offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Lackland Air Force Base, Texas.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

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

Comments are closed.

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: