Business and Career Opportunities DOD Awarded Contracts

October 15, 2012

Business / Career


DOD Awarded Contracts

NAVY

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $459,005,270 option under a previously awarder contract (N00024-11-C-2111) for design agent, planning yard, engineering and technical support for active nuclear submarines.  The efforts provide for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research, development, test and engineering program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support.  Contract funds in the amount of $5,900,000 will be obligated at the time of award.  Work will be performed in Groton, Conn. (73 percent); Kings Bay, Ga. (11 percent); Bangor, Wash. (8 percent); Quonset, R.I. (6 percent); and Newport, R.I. (2 percent), and is expected to be completed by September 2013.  Contract funds in the amount of $118,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, DC, is the contracting activity.

Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Va., is being awarded a $72,493,111 cost-plus-fixed-fee contract modification to previously awarded contract (N62793-07-C-0001) to exercise an option for the fiscal 2013 continuation of advance planning efforts to prepare and make ready for the defueling and inactivation of USS Enterprise (CVN 65) and its reactor plants.  This effort will provide advanced planning, ship checks, design, documentation, engineering, procurement, fabrication and preliminary shipyard or support facility work.  Work will be performed in Newport News, Va., and is expected to be completed by June 2013.  Funds will expire at the end of the current fiscal year.  The supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $8,490,131 firm-fixed-price delivery order issued under Basic Ordering Agreement (N00019-11-G-0001) to procure 12 Virtual Mission Training System kits and spares in support of the T-45 aircraft platform.  Work will be performed in Hazelwood, Mo. (96 percent), El Paso, Texas (3 percent), and Mesa, Ariz. (1 percent), and is expected to be completed in April 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.

AIR FORCE

Ball Aerospace and Technologies Corp.,Albuquerque, N.M., (FA9453-13-C-0206) is being awarded a $9,493,351 cost-plus-fixed-fee contract for research and development for the  Air Force Infrared Radiation Effects Laboratory.  The location of the performance is Kirtland Air Force Base, N.M.  Work is expected to be completed by Jan. 26, 2018.  The contracting activity is Det 8 ARFL/RVKVS, Kirtland Air Force Base, N.M.

Abacus Technology Corp., Chevy Chase, Md. (FA8721-13-D-0007); SpectrumS4, Burlington, Mass. (FA8721-13-D-0008); Odyssey Systems Consulting Group, Wakefield, Mass. (FA8721-13-D-0009); P3I Inc., Hopkinton, Mass. (FA8721-13-D-0010) and EIS Inc., Vienna, Va. (FA8721-13-D-0011) are being awarded a $800,051,000 indefinite delivery/indefinite quantity, cost plus fixed fee and firm-fixed-price contract to provide a variety of engineering and technical advisory and assistance services.  The location of the performance is Hanscom Air Force Base, Mass.  Work is expected to be completed by Dec. 11, 2017.  The contracting activity is AFLCMC/PZE, Hanscom Air Force Base, Mass.

Lockheed Martin Corp., Fort Worth, Texas, (FA8615-13-C-6048) is being awarded a $94,700,000 firm-fixed-price contract for retrofit of 12 F-16 C/D Block 60 multi-role fighter aircraft.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by May 16, 2016.  The contracting activity is AFLCMC/WWMK, Wright-Patterson Air Force Base, Ohio.  Contract involves Foreign Military Sales for the government of Oman.

NAVY

Hawaiian Rock Products, Mangilao, Guam, is being awarded a maximum amount $90,000,000 indefinite-delivery/indefinite-quantity contract for airfield pavement construction services at Andersen Air Force Base, Guam.  The work to be performed provides for the construction, alteration, repair, and maintenance of asphalt concrete roads, streets, highways, alleys, parking areas, and their associated facility on the airfield and main roads.  Work will include cold milling, excavation, embankment grading or sub-base and base course, compaction, density tests, bituminous surface treatments, seal coatings, asphalt and concrete paving, adjustment of existing utilities and structures and other related work.  No task orders are being issued at this time.  Work will be performed in Yigo, Guam, and is expected to be completed by October 2015.  Contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-13-D-6001).

Arnold Defense and Electronics L.L.C., Arnold, Mo., is being awarded a $10,000,000 modification to previously awarded  firm-fixed-price supply contract (N00174-09-D-0034) to provide additional 2.75-inch aircraft rocket launchers and/or subcomponents to support Navy, Marine Corp and Air Force operations (training and in theatre).  Work will be performed in Arnold, Mo., and is expected to complete by September 2014.  No funds will expire at the end of the fiscal year.  Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.

QinetiQ North America Inc., Waltham, Mass., is being awarded a $6,802,527 firm-fixed-price contract for Talon Generation IV robot vehicles, spares and accessories, depot level repair parts, shipping and training.  Work will be performed in Waltham, Mass (99.64 percent) and Poland (.36 percent), and is expected to complete by March 2013.  This contract includes Foreign Military Sales to Poland (100 percent).  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-13-C-0001).

AIR FORCE

National Strategic Research Institute, Lincoln, Neb. (FA4600-12-D-9000), is being awarded a $76,297,663 indefinite delivery/indefinite quantity contract for engineering, research and development services.  The location of the performance is Lincoln, Neb. and Omaha, Neb.  Work is expected to be completed by Sept. 28, 2019.  The contracting activity is 55th Contracting Squadron, Offutt Air Force Base, Neb.

Honeywell International Inc., Tempe, Ariz., (FA8208-07-C-0001, P00048) is being awarded a $57,829,544 contract modification for repair, overhaul and logistics sustainment of F-15 secondary power assests under the secondary power logistics solution contract.  The location of the performance is Hill Air Force Base, Utah.  Work is expected to be completed by January 2020.  The contracting activity is 748 SCMG/PKBA, Hill AFB, Utah.

Dell Marketing L.P., Round Rock, Texas (FA4803-12-F-0045) is being awarded a $8,873,542 firm fixed price contract to provide Microsoft licenses for Air Force’s Central Command assets.  The location of the performance is Southwest Asia.  Work is expected to be completed by June 30, 2013.  The contracting activity is 20CONS/LGCA, Shaw Air Force Base, S.C.

NAVY

General Dynamics – Bath Iron Works, Bath, Maine, is being awarded an $8,000,000 cost-plus-award-fee modification to the previously awarded Basic Ordering Agreement (N00024-09-G-2301) to provide engineering and management services for advance planning and design in support of the post shakedown availability for Littoral Combat Ship USS Independence (LCS 2).  Work will be performed in Bath, Maine (70 percent), Pittsfield, Mass. (20 percent), and Mobile, Ala. (10 percent), and is expected to be completed by February 2014.  Contract funds in the amount of $8,000,000 will expire at the end of the current fiscal year.  This contract action was not competitively procured.  The Basic Ordering Agreement was awarded on a sole source basis pursuant to 10 USC 2304 (c) (1).  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine; is the contracting activity.

BAE Systems Technology Solutions & Services, Inc., Rockville, Md. (N65236-13-D-4146); DRS Technical Services, Inc., Herndon, Va. (N65236-13-D-4147); General Dynamics Information Technology, Inc., Fairfax, Va. (N65236-13-D-4148); L-3 Command & Control Systems and Software, Inc., Mt. Laurel, N.J. (N65236-13-D-4149); and M.C. Dean, Inc., Dulles, Va. (N65236-13-D-4150) are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract for engineering, procurement, installation, maintenance and technical support for a wide variety of world-wide command, control, communications, computers, intelligence, surveillance and reconnaissance initiatives and programs.  These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $750,000,000.  Work will be performed in Central Europe (75 percent), other locations outside the continental U.S. (24 percent), and Charleston, S.C. (1 percent).  Work is expected to be completed by October 2013.  If all options are exercised, work could continue until October 2017.  Contract funds will expire at the end of current fiscal 2013.  The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with seven offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.

Rockwell-Collins Inc., Government Systems Division, Cedar Rapids, Iowa, is being awarded a $17,172,085 requirements contract for the repair of navigational and communication components for the E2C, EA-6B, F/A-18, P-3, H-1, H-46, H45-D aircraft, and the H53 and H60 helicopters.  Work will be performed in Cedar Rapids, Iowa (80 percent) and Atlanta, Ga., (20 percent), and work is expected to be completed by October 2017.  The applicable Navy Working Capital Funds will not expire at the end of the current fiscal 2013.  This contract was not a full and open competition in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirement.   Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-048G).

Patriot Contract Services, LLC,* Concord, Calif., is being awarded an $11,881,049 firm-fixed-price contract with reimbursable elements for the operation and maintenance of Military Sealift Command’s Navigation Test Support Ship USNS Waters (T-AGS 45).  This ship’s primary mission is to support the Navy’s Strategic Systems Programs Office by assisting with submarine weapons and navigation system testing.  Included in this amount is $4,533,186 for firm-fixed-price per diem and $7,347,863 for initial estimated reimbursable expenses.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $57,100,910, including reimbursable elements.  Work will be performed worldwide, and work is expected to be completed October 2013.  Contract funds in the amount of $11,881,049 will expire at the end of fiscal 2013.  This contract was competitively procured using a 100 percent small business set-aside, via the Federal Business Opportunities and Military Sealift Command’s E-commerce websites, with more than 100 small businesses solicited and four offers received.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-C-2507).

AIR FORCE

Pratt & Whitney Military Engines, East Hartford, Conn., (FA8650-09-D-2923) is being awarded a $30,000,000 indefinite delivery/indefinite quantity contract modification contract for the Adaptive Engine Technology Development Order.  The location of the performance is East Hartford, Conn.  Work is expected to be completed by Nov. 30, 2016.  The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio.

DEFENSE LOGISTICS AGENCY

W.W. Williams, Albany, Ga., was awarded contract SPRDL1-11-R-0238.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $45,144,790 for diesel engines with containers.  There are no other locations of performance.  Using military service is Army.  There two responses to the Web solicitation.  Type of appropriation is fiscal 2013 Army Defense Working Capital Funds.  The date of performance completion is Oct. 19, 2015.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $28,620,000 modification to a previously awarded advance acquisition contract (N00019-12-C-0004) to provide additional funds for long lead-time parts, material and components required to protect the delivery schedule of four Low Rate Initial Production Lot VII F-35 Lightning II Joint Strike Fighter Conventional Takeoff and Landing aircraft for the Government of Italy.  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 June 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

AIR FORCE

The Boeing Co. ,St. Louis, Mo., (FA8651-13-D-0050) is being awarded a $10,000,000 cost plus fixed fee contract to provide systems studies, analyses integrations and demonstrations with the unmanned aerial system termed dominator and common smart sub-munition to assess the capabilities of the system in meeting Air Force Research Laboratory requirements.  The location of the performance is St. Louis, Mo.  Work is expected to be completed by Jan. 25, 2017.  The contracting activity is AFRL/RWK, Eglin Air Force Base, Fla.

DEFENSE LOGISTICS AGENCY

Allied Joint Venture, Hialeah, Fla.**, was issued a modification exercising the first option year on contract SPM2DS-11-D-0001/P00026.  The award is a firm fixed price, sole source contract with a maximum $60,000,000 for wide variety of surgical and medical instruments and supplies.  There are no other locations of performance.  Using military service is Navy.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is June 15, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tesoro Refining & Marketing Co., San Antonio, Texas, was issued a modification on contract SP0600-12-D-0496/P00001.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $10,638,360 for fuel.  Other location of performance is 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.

NAVY

Communications and Power L.L.C., Palo Alto, Calif., is being awarded a $45,500,539 firm-fixed-price, indefinite-delivery, indefinite-quantity contract for the evaluation, repair and new production of the simplified driver traveling wave tube that will be used by the Navy and Missile Defense Agency.  The simplified driver traveling wave tube is required to support navy shipbuilding programs, in-service engineering agent requirements, foreign military sales and fleet replenishment requirements for the AN/SPY-1D(V) radar system which is part of the Aegis Weapon System MK 7.  The AN/SPY-1D(V) radar is an air/surface search and tracking system used on DDG 51 class ships starting with DDG 91.  The simplified driver traveling wave tube provides radio frequency (RF) amplification in the RF amplifier stage for input to the final power amplifier. Work will be performed in Palo Alto, Calif., and is expected to be completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  Pursuant to FAR 6.302-6, Communications and Power L.L.C., is the only available source for this system.The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-D-GR53).

J. W. Clark Enterprises, Inc.*, Hampton, Va., was awarded a maximum amount $21,073,093 indefinite-delivery/indefinite-quantity contract on Sept. 29 forpainting and vinyl wall coverings throughout the Hampton Roads Va., Region.  The work to be performed provides for various types of interior and exterior coatings and paint related services, accessories, and incidental work related to painting, maintenance and repairs at existing or new locations on and around various government sites in the greater Hampton Roads area.  Work will be performed in the Hampton Roads, Va. region.  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 $5,000 are obligated on this award and expired at the end of fiscal 2012.  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-D-4580).

Raytheon Co., Space and Airborne Systems, Electronic Warfare Systems, Goleta, Calif., is being awarded a $15,802,292 firm-fixed price contract for 48 integrated multi-platform launch controllers (IMPLCs) for installation on F/A-18 aircraft.  The IMPLC is a component of the AN/ALE-50(V) countermeasures decoy dispensing set and the Integrated Defensive Electronics Countermeasure System.  Work will be performed in Forest, Miss. (66 percent), Goleta, Calif. (25 percent), and Nashua, N.H. (9 percent), and is expected to be completed in January 2014.  Contract funds in the amount of 7,881,260 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 (N00019-13-C-0006).

Facilities Development Corp.*, Reston, Va., was awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity contract on Sept. 29 for the design, installation, repair, and upgrade of the critical power systems worldwide.  The work to be performed is for purchase, installation, renovation, alterations and repair of critical power systems, loads and supporting facilities at various locations worldwide.  The work will be in support of the Utilities and Critical Power Systems Engineering Branch in the execution of sustainment, restoration and modernization and related projects at Department of Defense facilities.  Task order #0001 was awarded at $3,713,902 for the safe removal and disposal of existing generator paralleling switchgear and the installation of new generator paralleling switchgear at the National Maritime Intelligence Center, Suitland, Md.  Work for this task order is expected to be completed by September 2013.  All work on this contract will be performed worldwide.  The term of the contract is not to exceed 12 months, with an expected completion date of September 2013.  Contract funds in the amount of $3,713,902 are obligated on this award and expired at the end of fiscal 2012.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity (N62583-12-D-0762).

Nutmeg Co., Inc.*, Norwich, Conn., was awarded a $13,345,600 firm-fixed-price contract on Sept. 28, for restoration repairs to Submarine School A, Bachelor Quarters 534 at Naval Submarine Base, New London.  Work will be performed in Groton, Conn., and is expected to be completed by April 2014.  Contract funds in the amount of $13,345,600 are obligated on this award and expired at the end of fiscal 2012.  This contract was competitively procured via the Navy Electronic Commerce Online website with 10 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-1715).

Weston Solutions, Inc., West Chester, Pa., was awarded a $12,550,091 firm-fixed-price contract on Sept. 29, for pier electric circuit level advanced metering infrastructure at Norfolk Naval Station, Joint Expeditionary Base Little Creek and Submarine Base New London.  The work to be performed provides for installation of utility meters and communication systems to provide metering information.   The pier electric circuit level advanced metering infrastructure meters will enable the activity to measure, record, and study electricity consumption and usage patterns of the connected ships and submarines.  Parameters available and stored on the Data Acquisition System will be megawatt-hours and instantaneous values of amps, volts, power factor, and megawatts.  Work will be performed in Norfolk, Va. (65 percent), Virginia Beach, Va. (11 percent), and New London, Conn. (24 percent), and is expected to be completed by August 2013.  Contract funds in the amount of $12,550,091 are obligated on this award and expired at the end of fiscal 2012.  This contract was not competitively procured in pursuant to FAR 6-302-1.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-4551).

ManTech Systems Engineering Corp., Fairfax, Va., is being awarded an $11,480,586 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contract (N00421-11-D-0027) to exercise an option for engineering and technical support for reliability, maintainability, testability, quality assurance and diagnostic and system safety analysis during the design, development, production and in-service life cycles of all naval aircraft platforms and their systems.  Work will be performed in Patuxent River, Md. (90 percent), China Lake, Calif. (5 percent), and Lakehurst, N.J. (5 percent), and is expected to be completed in October 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.

East Carolina Mechanical L.L.C.*, Jacksonville, N.C., was awarded an $8,925,300 firm-fixed-price task order under a multiple award construction contract on Sept. 30, for major interior and exterior repairs to bachelor’s enlisted quarters HP265 and HP255.  The work to be performed provides for exterior wall demolition and replacement, construction of new sloped wood-truss roof systems, and major mechanical and electrical renovations.  Work also includes new interior finishes and incidental related work.  Work will be performed in Jacksonville, N.C., and is expected to be completed by September 2014.  Contract funds in the amount of $8,925,300 are obligated on this award and expired at the end of fiscal 2012.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-D-5340).

DRS C3 and Aviation, Gaithersburg, Md., is being awarded a $8,222,300 firm-fixed-price contract for AN/SPS-67 (V)5 below-deck radar sets and an installation check-out kit for DDG 114, DDG 115 and DDG 116 .  The radar set is a short range two dimensional, surface search/navigation radar system that provides highly accurate surface and limited low-flyer detection and tracking capabilities.  The AN/SPS-67(V) provides C-Band radar navigation, station keeping/surface search functions, and a digital moving-target indicator.  Work will be performed in Largo, Fla. (82 percent), Gaithersburg, Md. (13 percent), and Johnstown, Pa. (5 percent), and is expected to be completed by November 2014. Contract funds will not expire at the end of the fiscal year. This contract was not competitively procured.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-C-GR02).

Great Lakes Dredge and Dock Co., L.L.C., Oak Brook, Ill., was awarded a $7,483,325 firm-fixed-price contract on Sept. 29, for repairs to the Shore Protection System at Naval Air Station Oceana, Dam Neck Annex.  The work to be performed provides for the repair of the shoreline protection system by dredging sand from offsite location and placement of the sand on the beach of the affected shoreline.  Additionally the project will repair the dune with sand and planting stabilization and incidental related work.  Work will be performed in Virginia Beach, Va., and is expected to be completed by April 2014.  Contract funds in the amount of $7,483,325 are obligated on this award and expired at the end of current fiscal 2012.  This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-4547).

ARMY

Defense Engineering Inc., Arlington, Va., was awarded a $205,789,111 cost-plus-fixed-fee contract.  The award will provide for the services in support of the U.S. Army Information Technology-Engineering Directorate.  Work will be performed in Fort Belvoir, Va., and Washington, D.C., with an estimated completion date of Sept. 26, 2013.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-12-C-0030).

Thales Communications Inc., Clarksburg, Md., was awarded a $213,500,000 firm-fixed-price contract.  The award will provide for the procurement of radios, training and support equipment.  Work location will be determined with each order, with an estimated completion date of Aug. 30, 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-D054).

The Boeing Co., Ridley Park, Penn., was awarded a $185,000,000 firm-fixed-price contract.  The award will provide for the performance based logistics services in support of the CH-47 Chinook helicopters and rotor blades.  Work will be performed in Ridley Park, with an estimated completion date of Sept. 30, 2017.  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-12-D-0196).

Hensel Phelps Construction Co., Greeley, Colo., was awarded a $116,975,000 firm-fixed-price contract.  The award will provide for the construction of an operations facility and chiller plant at Buckley Air Force Base, Colo.  Work will be performed in Aurora, Colo., with an estimated completion date of March 19, 2019.  The bid was solicited through the Internet, with 10 bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-C-0019).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $102,588,732 cost-plus-incentive-fee contract.  The award will provide for the services in support of the Gray Eagle unmanned aircraft system.  Work will be performed in Poway, Calif., with an estimated completion date of May 7, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0075).

Hensel Phelps Construction Co., Greeley, Colo., was awarded a $98,674,000 firm-fixed-price contract.  The award will provide for the construction of a combat aviation brigade barracks at Fort Carson, Colo.  Work will be performed in Fort Carson, with an estimated completion date of June 19, 2014.  The bid was solicited through the Internet, with 14 bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0085).

BAE Systems, York, Penn., was awarded a $97,603,626 firm-fixed-price contract.  The award will provide for the reset services in support of Bradley A3 configured vehicles.  Work will be performed in York, and Texarkana, Texas, with an estimated completion date of Nov. 28, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-G-0003).

Honeywell International Inc., Phoenix, Ariz., was awarded a $85,400,000 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Army’s T55 Component Improvement Program.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2017.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-12-D-0003).

URS Federal Services Inc., Germantown, Md., was awarded an $80,346,140 cost-plus-fixed-fee contract.  The award will provide for the maintenance services in support of the Department of State and the Office of Security Cooperation Iraq “Green” equipment.  Work location will be determined with each order, with an estimated completion date of Sept. 29, 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-0081).

BAE Systems Land and Armaments, York, Penn., was awarded a $73,800,000 firm-fixed-price contract.  The award will provide for the procurement of International Light Armored Vehicles in support of Foreign Military Sales.  Work location will be determined with each order, with an estimated completion date of Sept. 27, 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-0159).

Eyak Technology LLC, Dulles, Va., was awarded a $70,000,000 firm-fixed-price contract.  The award will provide for the procurement of land mobile radios for Air National Guard locations.  Work will be performed in Dulles, with an estimated completion date of Sept. 27, 2013.  The bid was solicited through the Internet, with three bids received.  The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-12-F-0158).

The Boeing Co., Mesa, Ariz., was awarded a $69,694,730 firm-fixed-price contract.  The award will provide for the modification of an existing contract procure Apache Block III aircraft. Work will be performed in Mesa, with an estimated completion date of Feb. 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-12-C-0055).

Heeter Construction Inc., Spencer, W.Va., was awarded a $54,806,533 firm-fixed-price contract.  The award will provide for the installation of anchors in support of Bluestone Dam at Hinton, W.Va. Work will be performed in Hinton, with an estimated completion date of April 23, 2019.  The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Huntington, W.Va., is the contracting activity (W91237-12-C-0006).

Frontier Technology Inc., Goleta, Calif., was awarded a $51,000,000 firm-fixed-price contract.  The award will provide for the procurement of tool suite for decision support technologies.  Work location will be determined with each order, with an estimated completion date of Sept. 25, 2018.  The bid was solicited through the Internet, with one bid received.  The National Guard Bureau, Buckhannon, W.Va., is the contracting activity (W912L8-12-D-0031).

Sygnos, San Diego, Calif., (W912PL-12-D-0052); Koo Construction, West Sacramento, Calif., (W912PL-12-D-0053); Action A & D A Joint Venture, Santee, Calif., (W912PL-12-D-0054); RCDS Contractors Inc., Glendale, Ariz., (W912PL-12-D-0055); Herman Construction Group Inc., San Diego, Calif., (W912PL-12-D-0056); Burr-MZT Joint Venture, San Clemente, Calif., (W912PL-12-D-0057); BVB Construction Inc., Ventura, Calif., (W912PL-12-D-0058); and Halbert Construction Co., Inc., El Cajon, Calif., (W912PL-12-D-0059); were awarded a $49,500,000 firm-fixed-price multiple-award-task-order contract.  The award will provide for the services in support of Veterans Affairs projects. Work location will be determined with each task order, with an estimated completion date of Sept. 27, 2017.  The bid was solicited through the Internet, with 20 bids received.  The U.S. Army Corps of Engineers, Los Angles, Calif., is the contracting activity.

SENTEL Corp., Alexandria, Va., was awarded a $48,676,881 cost-plus-fixed-fee contract.  The award will provide for integrated logistics support and services.  Work will be performed in Afghanistan, with an estimated completion date of Sept. 27, 2013.  The bid was solicited through the Internet, with 19 bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0077).

Raydon Corp., Port Orange, Fla., was awarded a $46,556,000 firm-fixed-price contract. The award will provide for the hardware and software services in support of the Virtual Convoy Operations Trainer Fleet.  Work will be performed in Arlington, with an estimated completion date of Sept. 30, 2014.  The bid was solicited through the Internet, with one bid received.  The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-12-F-0132).

General Electric Engine Services, Cincinnati, Ohio, was awarded a $45,257,577 firm-fixed-price contract.  The award will provide for the overhaul services in support of the T701D turbine rotor.  Work will be performed in Arkansas City, Kan., with an estimated completion date of Sept. 26, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-D-0226).

Archer Western Federal JV, Chicago, Ill., was awarded a $40,397,000 firm-fixed-price contract.  The award will provide for the design and construction of the unmanned aerial system Hangar Complex at Fort Campbell, Ky.  Work will be performed in Fort Campbell, with an estimated completion date of Aug. 8, 2014.  The bid was solicited through the Internet, with 12 bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0058).

County of Augusta-Richmond, Augusta, Ga., was awarded a $36,610,000 firm-fixed-price contract.  The award will provide for the potable water and waste water sewage treatment services at Fort Gordon, Ga.  Work will be performed in Fort Gordon, with an estimated completion date of Sept. 30, 2022.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Gordon, Ga., is the contracting activity (W91249-12-C-0026).

Cherokee Nation Construction Services, Tulsa, Okla., (W9127S-12-D-6006); Falls Construction Co., Wichita Falls, Texas, (W9127S-12-D-6007); and Milcon/Blackhawk JV, San Antonio, Texas, (W9127S-12-D-6008); were awarded a $36,000,000 firm-fixed-price contract. The award will provide for the construction services in support of the 63rd Regional Support Command.  Work location will be determined with each task order, with an estimated completion date of Sept. 25, 2017.  The bid was solicited through the Internet, with 27 bids received.  The U.S. Army Corps of Engineers, Little Rock, Ark., is the contracting activity.

Simmonds Precision Products, Vergennes, Vt., was awarded a $32,728,880 firm-fixed-price contract.  The award will provide for the procurement of electro-mechanical actuators for the Black Hawk helicopter.  Work location will be determined with each order, with an estimated completion date of Dec. 31, 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-12-D-0239).

Barr Laboratories, North Wales, Penn., was awarded a $31,441,771 firm-fixed-price contract.  The award will provide for the procurement of Adenovirus vaccine.  Work will be performed in Forest, Va., with an estimated completion date of Dec. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-12-C-0192).

FLINTCO-PACIFIC, Roseville, Calif., was awarded a $25,535,000 firm-fixed-price contract.  The award will provide for the construction of a pararescue training facility.  Work will be performed in Mountain View, Calif., with an estimated completion date of June 1, 2014.  The bid was solicited through the Internet, with eight bids received.  The National Guard Bureau, San Luis Obispo, Calif., is the contracting activity (W912LA-12-C-7025).

Exelis Systems Corp., Colorado Springs, Colo., was awarded a $25,393,136 firm-fixed-price contract.  The award will provide for the operations, maintenance and communications services within Europe.  Work will be performed in Germany, with an estimated completion date of Sept. 30, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity (W91RUS-12-C-0005).

Potomac Fusion Inc., Austin, Texas, was awarded a $24,327,267 cost-plus-fixed-fee contract.  The award will provide for the research and development services in support of analytic / fusion architectures utilizing cloud computing.  Work will be performed in Austin, with an estimated completion date of Sept. 26, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-C-A032).

Oklahoma Department of Rehabilitation Services, Oklahoma City, Okla., was awarded a $22,000,000 firm-fixed-price contract.  The award will provide for the food services at Fort Sill, Okla.  Work will be performed in Fort Sill, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Sill, Okla., is the contracting activity (W9124J-09-D-0003).

Olin Corp., Winchester Division, East Alton, Ill., was awarded a $21,947,437 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure various types of quantities of Small Caliber Ammunition.  Work will be performed in East Alton, with an estimated completion date of Sept. 30, 2014.  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-11-C-0038).

Raytheon, Marlborough, Mass., was awarded a $20,953,234 cost-plus-fixed-fee contract. The award will provide for the services in support of the Air Traffic Navigation, Integration and Coordination System and Fixed Base Precision Approach Radar.  Work will be performed in Marlborough, with an estimated completion date of Sept. 25, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-C-0060).

Chenega Logistics LLC, Sioux Falls, S.D., was awarded a $20,000,000 firm-fixed-price contract.  The award will provide for the construction services for the U.S. Central Command Area of Responsibility.  Work location will be determined with each order, with an estimated completion date of Sept. 27, 2014.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-D-0023).

Sand Point Services LLC, Anchorage, Alaska, was awarded a $20,000,000 firm-fixed-price contract.  The award will provide for the construction services in the U.S. Central Command Area of Responsibility.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2014.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-D-0024).

CACI Dynamics, Chantilly, Va., was awarded an $18,582,593 firm-fixed-price contract.  The award will provide for the acquisition support services.  Work will be performed in Afghanistan, with an estimated completion date of March 26, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-12-C-0012).

Ishpi Information Technologies Inc., Mt. Pleasant, S.C., was awarded a $17,233,236 firm-fixed-price contract.  The award will provide for the information operations support services to the U.S. Southern Command.  Work will be performed in Miami, Fla., and Columbia, with an estimated completion date of Sept. 26, 2015.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-F-0047).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $16,321,909 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure transmissions for the Black Hawk helicopter.  Work will be performed in Stratford, with an estimated completion date of April 30, 2015.  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-09-D-0067).

John Deere Shared Services Inc., Moline, Ill., was awarded a $15,704,015 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure hydraulic excavators vehicles.  Work will be performed in Kernersville, N.C., and Trussville, Ala., with an estimated completion date of Jan. 30, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0064).

ITSI Gilbane Co., Walnut Creek, Calif., was awarded a $14,390,324 firm-fixed-price contract.  The award will provide for the construction of an aviation readiness center.  Work will be performed in Bangor, Maine, with an estimated completion date of July 15, 2014.  The bid was solicited through the Internet, with nine bids received.  The National Guard Bureau, Augusta, Maine, is the contracting activity (W912JD-12-C-0003).

Aerospace Facilities Group, Las Vegas, Nev., was awarded a $14,287,310 firm-fixed-price contract.  The award will provide for the design and furnish services for modular paint booths, associated paint equipment and support equipment.  Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Corpus Christi, Texas, is the contracting activity (W912NW-12-C-0035).

Honeywell International, Tempe, Ariz., was awarded a $13,965,978 firm-fixed-price contract.  The award will provide for the procurement of equipment in support of the CH-47 aircraft.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2017.  One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-D-0225).

Okland Construction Co., Inc., Salt Lake City, Utah, was awarded a $13,766,001 firm-fixed-price contract.  The award will provide for the design and construction of F-35A Squadron Operations Facility and Aircraft Maintenance Unit at Luck Air Force Base, Ariz.  Work will be performed in Luke AFB, with an estimated completion date of April 8, 2014.  The bid was solicited through the Internet, with 16 bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0028).

The Boeing Co., Ridley Park, Penn., was awarded a $12,982,847 cost-plus-fixed-fee contract. The award will provide for the procurement of cargo on/off loading systems.  Work will be performed in Ridley Park, with an estimated completion date of Jan. 31, 2014.  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).

HORIBA Automotive Test Systems, Troy, Mich., was awarded a $12,488,800 firm-fixed-price contract.  The award will provide for the acquisition and installation of a dynamometer system in support of the Combat Vehicle Powertrain Laboratory.  Work will be performed in Warren, Mich., with an estimated completion date of March 27, 2015.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-L557).

Remington Arms Co., LLC, Ilion, N.Y., was awarded a $12,050,000 firm-fixed-price contract.  The award will provide for the procurement of XM2010 sniper rifle spare parts.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2017.  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 (W15QKN-12-D-0102).

Tatitlek Construction Services, Anchorage, Alaska, was awarded an $11,656,856 firm-fixed-price contract.  The award will provide for the construction of training facilities at Camp Gruber Training Site in Braggs, Okla.  Work will be performed in Braggs, with an estimated completion date of Jan. 8, 2014.  The bid was solicited through the Internet, with seven bids received.  The National Guard Bureau, Oklahoma City, Okla., is the contracting activity (W912L6-12-C-0003).

Exelis Systems Corp., Colorado Springs, Colo., was awarded an $11,486,643 firm-fixed-price contract.  The award will provide for the base operation and support services at Fort Rucker, Ala.  Work will be performed in Fort Rucker, with an estimated completion date of Sept. 30, 2013.  Sixteen bids were solicited, with four bids received.  The U.S. Army Contracting Command, Fort Rucker, Ala., is the contracting activity (W911SE-07-D-0006).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $10,682,822 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to retrofit unmanned aircraft system Block 0 alternate heavy fuel engine.  Work will be performed in Poway, with an estimated completion date of Sept. 26, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0001).

iRobot Corp., Bedford, Mass., was awarded a $10,100,000 firm-fixed-price contract.  The award will provide for the procurement of small unmanned ground vehicle spare parts and maintenance.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2014.  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-0097).

Karn Charuhas Chapman & Twohey, Washington, D.C., was awarded a $9,900,000 firm-fixed-price contract.  The award will provide for the engineering design services for renovation of secure and classified tenant core space for Department of Defense agencies.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2017.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-D-0043).

Wiley & Wilson Inc., Alexandria, Va., was awarded a $9,900,000 firm-fixed-price contract.  The award will provide for the engineering design services for renovation of secure and classified tenant core space for Department of Defense agencies.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2017.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-D-0044).

Kratos Technology & Training Solutions Inc., San Diego, Calif., was awarded a $9,435,652 cost-plus-fixed-fee contracting.  The award will provide for the services in support of the TRICARE Management Activity Defense Health Information Management System.  Work will be performed in San Diego, Calif., with an estimated completion date of Dec. 31, 2015.  There were 52 bids solicited, with five bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-12-F-0312).

RCDS Contractors Inc., Glendale, Ariz., was awarded a $9,355,187 firm-fixed-price contract.  The award will provide for the remodeling and construction services in support of the Veterans Affairs Long Beach Healthcare System.  Work will be performed in Long Beach, Calif., with an estimated completion date of Sept. 26, 2013.  The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Los Angles, Calif., is the contracting activity (W912PL-12-C-0031).

FLIR Systems Inc., Wilsonville, Ore., was awarded an $8,990,980 firm-fixed-price contract.  The award will provide for the procurement of FLIR Star SAFIRE II Systems.  Work will be performed in Wilsonville, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-F-0016).

Great Lakes Dock and Dredge, Oakbrook, Ill., was awarded an $8,524,700 firm-fixed-price contract. The award will provide for the service in support of the Sea Bright to Ocean Township Beach Erosion Control Project.  Work will be performed in Monmouth, N.J., with an estimated completion date of May 27, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-12-C-0028).

Nisga’a Data Systems, Herndon, Va., was awarded an $8,105,830 firm-fixed-price contract.  The award will provide for the services in support of the Matrix Switch System at the Raven Rock Mountain Complex.  Work location will be determined with each order, with an estimated completion date of Sept. 26, 2014.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-C-0052).

DRS Test & Energy Management LLC, Huntsville, Ala., was awarded a $7,309,867 cost-plus-fixed-fee contract.  The award will provide for the development of the driver switch indicator panel, power allocation transfer hub, solid state power controllers and upgrade of the digital vehicle distribution box.  Work will be performed in Huntsville, with an estimated completion date of Aug. 30, 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-0405).

Great Lakes Dredge and Dock LLC, Oak Brook, Ill., was awarded a $7,164,322 firm-fixed-price contract.  The award will provide for the dredging services in support of the Inland Waterway on the Delaware River.  Work will be performed in Philadelphia, Penn., with an estimated completion date of Feb. 1, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-C-0058).

TT Government Solutions, Piscataway, N.J., was awarded a $7,048,800 cost-plus-fixed-fee contract.  The award will provide for the development of security technologies designed to provide the soldier with a secure mobile smart device for tactical use.  Work will be performed in Piscataway, with an estimated completion date of March 29, 2014.  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 (W15P7T-12-C-A225).

NIITEK Inc., Dulles, Va., was awarded a $6,954,167 firm-fixed-price contract.  The award will provide for the procurement of Husky mounted detection systems in support of Foreign Military Sales.  Work will be performed in Charlottesville, Va., with an estimated completion date of Sept. 26, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W909MY-12-C-0051).

J.F. Brennan Co., Inc., La Crosse, Wis., was awarded a $6,626,755 firm-fixed-price contract.  The award will provide for the rehabilitation of spillway gates in Fort Peck, Mont. Work will be performed in Fort Peck, with an estimated completion date of March 27, 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-0058).

DEFENSE LOGISTICS AGENCY

West-Mark, Ceres, Calif.*, was awarded contract SPM8EC-12-D-0014.  The award is a fixed price with economic price adjustment contract with a maximum $177,500,000 for procurement of commercial type trucks and trailers.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were fifteen solicitations with fifteen responses.  Type of appropriation is fiscal 2012 through fiscal 2017 defense working capital funds

Corporate Allocation Services, Inc., Westminster, Colo.*, was awarded contract SP0600-13-C-5301.  The award is a firm fixed price with cost reimbursement type contract with a maximum $10,019,988 for operation and maintenance services of Peterson Air Force Base fuel facilities.  Other locations of performance are in Colorado.  Using military service is Air Force.  There were five responses to the solicitation.  Type of appropriation is Defense Working Capital Funds.  The date of performance completion is Oct. 31, 2017.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hu-Friedy Mfg., Chicago, Ill., was issued a modification exercising the first option year on contract SPM2DE-11-D-7452/P00002.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $12,158,000 for distribution of general dental supplies.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were six responses to the DLA Internet bid board solicitation.  Type of appropriation is fiscal 2012 and fiscal 2013 defense working capital funds.  The date of performance completion is Oct. 13, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

SmartHealth, Inc., Phoenix, Ariz.*, was issued a modification exercising the first option year on contract SPM2DE-11-D-7453/P00002.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $7,921,282 for distribution of general dental supplies.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were fourteen responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2012 and fiscal 2013 defense working capital funds.  The date of performance completion is Oct. 19, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Corporate Allocation Services, Inc., Westminster, Colo.*, was awarded contract SP0600-13-C-5300.  The award is a firm fixed price with cost reimbursement type contract with a maximum $7,837,962 for operation and maintenance services of Patrick Air Force Base fuel facilities.  Other locations of performance are in Fla.  Using military service is air force.  There were five responses to the solicitation.  Type of appropriation is defense working capital funds.  The date of performance completion is Oct. 31, 2017.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Mid Pac Petroleum LLC, Honolulu, Hawaii *, was awarded contract SP0600-12-D-4011.  The award is a fixed price with economic price adjustment, requirements type contract with a minimum $21,564,547 for fuel.  Other locations of performance are throughout Hawaii.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, and the Department of Defense.  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.

Burlington Apparel Fabric, Greensboro, N.C., was awarded contract SPM1C1-12-D-1072.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $9,408,000 for poly/wool serge cloth.  Other location of performance is Pennsylvania.  Using military service is Air Force.  There were two responses to the unrestricted solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 26, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

SAFT America Inc., Valdese, N.C., was awarded contract SPM7LX-12-D-0094.  The award is a fixed price with economic price adjustment, indefinite quantity type contract with a maximum $11,431,162 for non-rechargeable, lithium sulfur dioxide batteries.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were four solicitations with two responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Aug. 31, 2013.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

NAVY

The Whiting-Turner Contracting Co., Inc., Baltimore, Md., was awarded $33,842,000 for firm-fixed-price task order #0008 under a previously awarded multiple award construction contract (N40080-10-D-0494) on Sept. 29 for the design and construction of a bachelor’s enlisted quarters and enlisted dining facility at Marine Corps Base Quantico.  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 fiscal year 2013.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Emcor Government Services, Inc., Arlington, Va., was awarded a $21,530,747 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract on September 30 to exercise option year two for regional base operations support services at Naval Facilities Engineering Command Washington.  The work to be performed provides for facility support which includes facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow removal.  The total contract amount after exercise of this option will be $87,960,929.  Work will be performed in Suitland, Md. (36 percent); Quantico, Va. (20 percent); Fort Washington, Md. (12 percent); Bethesda, Md. (9 percent); Washington, D.C. (9 percent); Arlington, Va. (6 percent); Indian Head, Md. (3 percent); Anacostia, D.C. (2 percent); Washington Navy Yard, D.C. (2 percent); and Dahlgren, Va. (1 percent), and work is expected to be completed September 2013.  Contract funds in the amount of $13,261,598 are obligated on this award and will expire at the end of fiscal 2013.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-10-D-0464).

Crowley Petroleum Services, Inc., Jacksonville, Fla., is being awarded a $16,506,028 firm- fixed-price contract with reimbursable elements for the Jones Act time-charter of one U.S.-flagged, articulated tug barge, ATB Coastal Reliance, in support of Defense Logistics Agency-Energy missions.  Work will be performed at sea and the ship must be coastwise compliant. The anticipated primary area of performance is the United States West Coast.  The contract is expected to be completed by Oct. 12, 2013.  Contract funds will expire at the end fiscal year 2013.  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, with three offers received.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-5428).

Countywide Mechanical Systems, Inc., San Diego, Calif., was awarded $11,996,313 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62473-11-D-0062) on Sept. 29 for heating, ventilation, and air conditioning/direct digital controls replacement at Marine Corps Air Station Miramar.  The work to be performed provides for repair, replacement, upgrade, and retrocommissioning of heating, ventilation, and air conditioning equipment and controls in 19 buildings located throughout the Air Station.  The scope includes energy efficiency upgrades including constant to variable flow conversions, chiller upgrades, and compressor retrofits.  Work will be performed in San Diego, Calif., and is expected to be completed by April 2014.  Contract funds in the amount of $11,996,313 are obligated on this award and expired at the end of fiscal 2012.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Harper Construction Co., Inc., San Diego, Calif., was awarded $9,697,265 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N62473-08-D-8611) on Sept. 29 for the renovation of Bachelors Enlisted Quarters (BEQ) at Naval Base Ventura County.  The work to be performed provides for repair of deteriorated facility systems within the BEQ that are used by enlisted permanent E1 through E4 personnel who work and train at Naval Base Ventura County and its tenants.  Work will be performed in Point Mugu, Calif., and is expected to be completed by April 2014.  Contract funds in the amount of $9,697,265 are obligated on this award and expired at the end of fiscal 2012.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

John C. Grimberg Co., Inc., Rockville, Md., was awarded $7,221,600 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N40085-08-D-9736) on Sept. 29 for the repairs, renovations and upgrades to Building NH-19 at Naval Support Activity, Norfolk.  The overall project will be complying with the latest applicable codes, building guidelines and requirements.  The building will be Americans with Disabilities Act/Life safety compliant and provided with fire/mass notification.  The project is required to significantly enhance functional efficiency and base operations support.  Work will be performed in Norfolk, Va., and is expected to be completed by September 2013.  Contract funds in the amount of $7,221,600 are obligated on this award and expired at the end of fiscal 2012.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Corinthian Contractors, Inc.*, Arlington, Va., was awarded $7,171,153 for firm-fixed-price task order #0016 under a previously awarded multiple award construction contract (N40080-10-D-0497) on Sept. 29 for the replacement of sprinklers and fire alarm systems at Uniformed Services University, Walter Reed National Military Medical Center.  The work to be performed provides for the complete replacement of the existing sprinkler system with a combined addressable fire alarm and mass notification system.  Work will be performed in Bethesda, Md., and is expected to be completed by October 2015.  Contract funds in the amount of $7,171,153 are obligated on this award and expired at the end of fiscal 2012.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Public Works Department Bethesda, Md., is the contracting activity.

Mark Dunning Industries*, Dothan, Ala., was awarded a $6,765,796 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract on September 29 to exercise option one for base operations support services at Naval Submarine Base, Kings Bay, Ga.  The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform grounds maintenance and landscaping, integrated solid waste management, custodial and pest control services.  The total contract amount after exercise of this option is $13,189,259.  Work will be performed in Kings Bay, Ga., and work is expected to be completed September 2013.  Contract funds in the amount of $6,765,796 are obligated on this award and will expire at the end of fiscal 2013.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-11-D-7577).

AIR FORCE

Alessi Keyes Construction Co.,Little Rock, Ark., (FA4460-11-D-0008) is being awarded a $7,432,743 firm fixed price construction delivery contract for construction support.  The location of the performance is Little Rock Air Force Base, Ark.  Work is expected to be completed by March 2014.  The contracting activity is 19 CONS/LGCA, Little Rock AFB, Ark.

DEFENSE LOGISTICS AGENCY

The Wornick Co., Cincinnati, Ohio, was awarded contract SPM3S1-13-D-Z186.  The award is a fixed price with economic price adjustment contract with a maximum $849,228,192 for unitized group rations.  There are no other locations of performance.  Using military services are Army and Marine Corps.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Ameriqual Group L.L.C., Evansville, Ind., was awarded contract SPM3S1-13-D-Z187.  The award is a fixed price with economic price adjustment contract with a maximum $849,228,192 for unitized group rations.  There are no other locations of performance.  Using military services are Army and Marine Corps.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sopakco Packaging, Mullins, S.C.*, was awarded contract SPM3S1-13-D-Z188.  The award is a fixed price with economic price adjustment contract with a maximum $849,228,192 for unitized group rations.  There are no other locations of performance.  Using military services are Army and Marine Corps.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Buddy’s Produce, Oklahoma, Okla.*, was awarded contract SPM300-12-D-S142/R142.  The award is a fixed price with economic price adjustment contract with a maximum $15,783,252 for fresh fruit and vegetable support.  There are no other locations of performance.  Using services are Department of Agriculture Schools and Indian Reservations.  There were seventeen solicitations with three responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Oct. 1, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Carter Enterprises L.L.C., Brooklyn, N.Y.*, was issued a modification exercising the second option year on contract SPM1C1-10-D-1079/P00009.  The modification is a firm-fixed-price contract with a maximum $6,622,200 for universal camouflage pattern mechanics coveralls.  There are no other locations of performance.  Using military services are Army, Navy, and Air Force.  There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Oct. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

GoFresh Tulsa Fruit, Tulsa, Okla.*, was awarded contract SPM300-12-D-P142.  The award is a fixed price with economic price adjustment contract with a maximum $6,516,632 for fresh fruit and vegetable support.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were seventeen solicitations with five responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Oct. 1, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Atlantic Diving Supply, Virginia Beach, Va.,* was awarded contract SPM2D1-12-D-8208. The award is a fixed price with economic price adjustment, indefinite delivery indefinite quantity contract with a maximum $39,040,297 for defibrillator items and related accessories. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were seventy-five responses to the FedBizOpps solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is Sept. 29, 2017. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

U.S. TRANSPORTATION COMMAND

Federal Express Charter Programs Team, Memphis, Tenn., (HTC711-13-D-CC02) is being awarded an award for an estimated maximum award of $434,381,284 with a minimum guarantee of $197,589,420.  Team members include: Air Transport International L.L.C., Little Rock, Ark.; Atlas Air, Inc., Purchase, N.Y.; Delta Air Lines, Inc., Atlanta, Ga.; Federal Express Corp., Memphis Tenn.; Polar Air Cargo Worldwide Inc., Purchase, N.Y.; and MN Airlines L.L.C. (DBA Sun Country Airlines), Mendota Heights, Minn.

Alliance Contractor Team, Leesburg, Va., (HTC711-13-D-CC01) is an estimated maximum award of $400,628,376.55 with a minimum guarantee of $186,984,658.  American Airlines, Inc., Ft. Worth, Texas; Evergreen International Airlines Inc., McMinnville, Ore.; North American Airlines Inc., Jamaica, N.Y.; Ryan International Airlines Inc., Rockford, Ill.; US Airways Inc., Phoenix, Ariz.; World Airways Inc., Peachtree City, Ga.; Lynden Air Cargo L.L.C., Anchorage, Alaska, with an estimated guarantee of $15,353,604 (HTC711-13-D-CC07); and National Air Cargo Group, Inc., (DBA National Airlines) of Ypsilanti, Mich., with an estimated maximum award of $12,969,432 and a minimum guarantee of $4,347,220 (HTC711-13-D-CC08) are being awarded firm, fixed-price contracts for international airlift services.  Carriers receiving awards are part of the Department of Defense Civil Reserve Air Fleet program. Work will be performed at worldwide locations, and is expected to be completed September 2013.  Contract funds will expire at the end of the current fiscal year.  There were 28 proposals received.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

Patriot Team, Tulsa, Okla., (HTC711-13-D-CC04) is being awarded an estimated maximum award of $444,706,787 with a minimum guarantee of $218,052,138.  Team members include: ABX Air Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, N.Y.; Kalitta Air, Ypsilanti, Mich.; Northern Air Cargo, Anchorage, Alaska; Omni Air International Inc., Tulsa, Okla.; Sky Lease I, Greensboro, N.C.; Southern Air Inc., Norwalk, Conn.; United Airlines Inc., Elk Grove Village, Ill.; and United Parcel Service, Louisville, Ky.

Science Applications International Corp., McLean, Va., is being awarded $12,724,053 cost plus award fee task order modification for Option Period Three for AT21 business process management services in support of U.S. Transportation Command.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HC1028-08-D-2025).

Kalitta Charters L.L.C., Ypsilanti, Mich., will be awarded a $12,711,603 option for the third year of a fixed-price indefinite delivery/indefinite quantity contract for the air transportation of human remains.  Missions will normally originate from Dover Air Force Base, Del., but in some instances may originate from other locations.  Flight coverage includes the continental U.S.; Alaska; Canada; Mexico; Puerto Rico; Jamaica; U.S. Virgin Islands, and other North American countries agreed upon.  Contract is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of the current fiscal year.  The contract resulted from a 100 percent small business set aside acquisition with four proposals received. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-11-D-R004, Delivery Order 0003).

CAV International Inc., Greenville, S.C., is being awarded a $14,667,798 fixed-price modification.  This contract modification will fund option year three to provide continuing Air Terminal and Ground Handling Services on behalf of Air Mobility Command in support of the Department of Defense Airlift System at Kuwait International Airport/Abdullah Al Mubarak Airbase, Kuwait, and will be completed September 2013.  Contract funds will expire at the end of the current fiscal year.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-C-S002).

SRA International Inc., Fairfax, Va., is being awarded two contracts.  The first is an $11,227,816 fixed-price task order modification for Option Period One for software systems development and sustainment.  Work will be performed at Fairfax, Va., and is expected to be completed Sept. 30, 2013 (HC1028-08-D-2026).  The second is an $11,220,543 labor-hour task order modification for Option Period Four for enterprise support services.  Work will be performed at Scott Air Force Base, Ill., and SRA facilities in O’Fallon, Ill., Fairfax, Va., and Alexandria, Va., and is expected to be completed Sept. 30, 2013 (HTC711-09-F-0005).  Contract funds for both will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

Agile Defense Inc., Fairfax, Va., is being awarded an estimated $9,332,973 fixed-price, labor hour, and cost task order modification for Option Period One for customer services support: service support.  Work will be performed at Scott Air Force Base, IL and is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of fiscal year 2013. The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-F-D051).

Harris IT Services Corp., Dulles, Va., is being awarded an $8,616,644 fixed-price and labor-hour task order modification for Option Period One for information technology (IT) support of selected U.S. Transportation Command’s Command, Control, Communications and Computer (C4) systems and support functions.  Work will be performed at Scott Air Force Base, Ill.,  and St. Louis, Mo, and is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (W91QUZ-07-D-0001).

JAR Assets Inc., of Mandeville, La., is being awarded a $7,003,000 fixed-price modification for Option Year Two to provide dedicated fuel transportation service by tug and barge.  Work will be performed at various U. S. ports and points on the Gulf of Mexico and the Lower Mississippi River and their connecting waterways and tributaries.  Work is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of the current fiscal year.  The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-C-W001).

IBM Corp., Fairfax, Va., is being awarded a $6,670,632 labor hour task order modification for Option Period Four for Distribution Portfolio Management (DPfM) services which provides expertise and technical support for complex, direct near- and long-term  strategic, functional, and operational planning capabilities, policies, processes, architectures, performance metrics, systems, and standards.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed June 14, 2013.  Contract funds will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-07-D-0011).

NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $100,444,236 modification to previously awarded contract (N00024-10-C-2118) to exercise an option for continued lead yard services for the Virginia-class submarine program.  Work will be performed in Groton, Conn. (93 percent), Newport, R.I. (1 percent), and Newport News, Va. (6 percent), 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, DC, is the contracting activity.

Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a not-to-exceed $41,892,665 cost-plus-award-fee task order under a previously awarded contract (M67004-09-D-0020) for prepositioning and Marine Corps logistics support service for Blount Island Command.  Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2013.  Contract funds will expire at the end of the current fiscal year.  U. S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

John C. Grimberg Co., Inc., Rockville Md., was awarded a $20,325,000 firm-fixed-price task order #0022 on September 29 under a previously awarded multiple award construction contract (N40080-10-D-0492) to renovate Building 9 (B9), Federal Bureau of Investigation (FBI) Academy at Marine Corps Base, Quantico.   The work to be performed provides for the design/build of the FBI B9 cafeteria project located at the FBI Academy for the partial renovation and construction of several additions to B9 on the FBI Quantico Complex.  The project will replace 2 chillers, 16 air handlers and 43 fan coil units.  The project includes design and build a temporary kitchen server and dining facility while B9 is under renovation, remove and install a new curtain wall storefront, masonry repairs and restoration and 100 percent sprinklered building.  Work will be performed in Quantico, Va., and is expected to be completed by April 2014.  Contract funds in the amount of $20,325,000 are obligated on this award and expired at the end of fiscal year 2012.  Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington DC, is the contracting activity.

Raytheon Network Centric Systems, St. Petersburg, Fla., is being awarded a $20,334,000 not-to-exceed firm-fixed-price letter contract for Cooperative Engagement Capabilities (CEC) production during fiscal years 2012-2013.  CEC 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.  Work will be performed in St. Petersburg, Fla. (90 percent) and Largo, Fla. (10 percent), and is expected to be completed by September 2014.  Funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington, DC, is the contracting activity (N00024-12-C-5231).

Huntington Ingalls Inc., Pascagoula, Miss., is being awarded an $11,626,843 cost-plus-fixed-fee modification to previously awarded contract (N00024-06-C-2304) to exercise an option for fiscal year 2013 class services in support of class product fabrication, delivery, engineering, and engineering support of the DDG 1000 Zumwalt class destroyer.  Work will be performed in Pascagoula, Miss. (95 percent), and Gulfport, Miss. (5 percent), and is expected to be completed by July 2013.  Funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, DC, is the contracting activity.

American Operations Corporation Support Services L.L.C.*, Chantilly, Va., was awarded on Sept. 30, 2012, an $11,491,814 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-08-D-2307), to exercise option four for Base Operating Support services at the Naval Air Facility El Centro.  The work to be performed provides for management, administrative services, utilities system maintenance, building and structures maintenance, heating, ventilation and air conditioning, refrigeration and compressed air equipment maintenance, transportation services, pest control services, ground electronics maintenance and services, transient aircraft services, supply services, welfare and recreation maintenance services, swimming pool operation and maintenance, combined bachelor housing, grounds maintenance, minor construction, support equipment maintenance services, and environmental services.  The total contract amount after exercise of this option will be $58,150,911.  Work will be performed in El Centro, Calif., and work is expected to be completed September 2013.  Contract funds will not expire at the end of fiscal year 2012.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

InterSystems Corp., Cambridge, Mass., is being awarded a $9,535,080 firm-fixed-price, commercial contract to provide sustainment for software database upgrades and technical assistance of the proprietary software cache and legacy digital standard multi-user multi-processor software for the Department of Defense (DoD) Composite Health Care System.   The work will be performed at DoD Medical Treatment Facilities and Cambridge, Mass., and is expected to be completed by September 2013.  Contract funds will expire at the end of the current fiscal year.  This contract was procured on a sole-source basis under the authority of 10 U.S.C. 2304(c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-C-3301).

Lockheed Martin Corp., Mission Systems and Sensors, Washington, DC, was awarded an $8,486,259 modification on Sept. 28, 2012, to definitize exiting contract (N00024-12-G-4329) for LCS 1 variant fiscal year 2013 engineering support services.  The contractor shall provide technical library services, logistics and technical data and documentation, quality management services for preparation of test and inspection requirements of authorized work, perform quality assurance inspection, collect and analyze test data and review each accomplished work item and determine impact on capital, facilities, manpower, and material to develop consistency and standardization for follow on availabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2013.  Contract funds in the amount of $8,486,259 expired at the end of fiscal year 2012.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Lockheed Martin Corp., Mission Systems and Sensors, Washington, DC, was awarded a $7,512,871 modification on Sept. 28, 2012, to definitize previously awarded contract (N00024-12-G-4329) for LCS 1 variant fiscal year 2013 planned maintenance support.  Work will be performed in San Diego, Calif., and is expected to complete by September 2013.  Contract funds in the amount of $7,512,871 expired at the end of fiscal year 2012.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, was awarded a $7,040,684 modification on Sept. 28, 2012, to definitize existing contract (N00024-12-G-4330) for LCS 2 variant fiscal year 2013 engineering support.  The contractor shall provide technical library services, logistics and technical data and documentation, quality management services for preparation of test and inspection requirements of authorized work, perform quality assurance inspection, collect and analyze test data and review each accomplished work item and determine impact on capital, facilities, manpower, and material to develop consistency and standardization for follow on availabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2013.  Contract funds in the amount of $7,040,684 expired at the end of fiscal year 2012.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

AIR FORCE

B3H Corp., Dayton, Ohio., (FA8100-12-D-0003) 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.

DynCorp International L.L.C., Fort Worth, Texas, (FA4890-08-C-0004) is being awarded a $61,205,788 firm-fixed-price, cost plus award fee with const reimbursable line items contract for logistics support of war reserve materials resources.  The location of the performance are Shaw Air Force Base, S.C.; Langley Air Force Base, Va.; Thumrait, Oman; Masirah, Oman; Qatar; Kuwait; Al Dhafra, United Arab Emirates and Manama, Bahrain.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va.

Alion Science and Technology Corp., Burr Ridge, Ill., (FA4600-06-D-0003) is being awarded a $48,320,075 cost plus fixed fee contract for developing advanced processes for detached operations.  The location of the performance is Rome, N.Y.  Work is expected to be completed by Sept. 28, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb.

DynCorp International L.L.C., Fort Worth, Texas, (FA3002-09-C-0024) is being awarded a $36,606,354 modification to contract for aircraft maintenance.  The location of the performance is Sheppard Air Force Base, Texas.  Work is expected to be completed by Sept. 30, 2016.  The contracting activity is 82 CONS/LGCA, Sheppard Air Force Base, Texas.

Exelis Systems Corp., Newport News, Va., (FA4890-08-C-0005, P00087) is being awarded a $35,794,575 contract modification to provide air and surface surveillance capability in support of Department of Defense’s (DoD) Counterdrug Program and North American Aerospace Defense Command’s (NORAD) air sovereignty mission.  The location of the performance is Yuma, Ariz.; Fort Huachuca, Ariz.; Deming, N.M.; Marfa, Texas; Eagle Pass, Texas; Rio Grande City, Texas; Cudjoe Key, Fla.; Lajas, Puerto Rico and Newport News, Va.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCC, Langley Air Force Base, Va.

L-3 Communications Systems Co. /Interstate Electronics Corp., Anaheim, Calif., (FA8807-12-C-0011) is being awarded a $31,882,577 research, development, test and engineering contract for Military GPS user equipment Increment 1 technology development.  The location of the performance is Anaheim, Calif.  Work is expected to be completed by Oct. 30, 2014.  The contracting activity is SMC/PKP, Los Angeles Air Force Base, Calif.

Crew Training International Inc., Memphis, Tenn., (FA4890-08-C-0006, P00074) is being awarded a $26,629,629 fixed price with cost-reimbursable line items for the MQ-1/MQ-9 contract aircrew training and courseware development for personnel is support of unmanned aircraft systems operations. The location of the performance is Creech Air Force Base, Nev.; Holloman Air Force Base, N.M.; March Air Reserve Base, Calif.; and Hancock Air Reserve Base, N.Y.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va.

Exelis Systems Corp., Colorado Springs, Colo., (FA4890-07-C-0007) is being awarded a $20,000,000 contract modification for base operation services at FOL-Curacao.  The location of the performance is FOL-Curacao.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKBA, Langley Air Force Base, Va.

Defense Support Services L.L.C., Mount Laurel, N.J., (FA3002-09-C-0003, A00049) is being awarded a $17,716,099 firm-fixed-price contract for civil engineering services at Sheppard Air Force Base, Texas.  The location of the performance is Sheppard Air Force Base, Texas.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 82nd Contracting Squadron/LGCN, Sheppard Air Force Base, Texas.

M1 Support Services, Denton, Texas, (FA4890-11-C-0005, P00025) is being awarded a $16,070,194 contract modification for T-38 support for the T-38 companion trainer program.  The location of the performance is Beale Air Force Base, Calif.; Holloman Air Force Base, N.M., Langley Air Force Base, Va.; Tyndall Air Force Base, Fla.; and Whiteman Air Force Base, Mo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCA, Langley Air Force Base, Va.

Defense Support Services L.L.C., Marlton, N.J., (FA4890-09-C-0004, P00089) is being awarded a $14,550,074 contract modification for ACC AMIC contracting and program management.  The location of the performance is Tyndall Air Force Base, Fla., and Holloman Air Force Base, N.M.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCA, Langley Air Force Base, Va.

Canadian Commercial Corp., Ottawa, Ontario, Canada, (HTC711-10-D-R001-0004) is being awarded a $14,396,096 contract modification for rotary wing airlift services for the North Warning System.  The location of the performance is arctic region of Canada.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va.

The Bionetics Corp., Yorktown, Va., (FA4890-10-D-0001) is being awarded a $13,104,407 contract modification for precision measurement equipment laboratory services.  The location of the performance is Barksdale Air Force Base, La.; Beale Air Force Base, Calif.; Cannon Air Force Base, N.M.; Dyess Air Force Base, Texas; Ellsworth Air Force Base, S.D.; Minot Air Force Base, N.D.; Moody Air Force Base, Ga.; Offutt Air Force Base, Neb.; RAF Feltwell, United Kingdom and Whiteman Air Force Base, Mo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKBA, Langley Air Force Base, Va.

L3 Communications Vertex Aerospace L.L.C., Madison, Miss., (FA3002-11-C-0001, A00021) is being awarded a $12,111,176 contract modification for trainer maintenance services.  The location of the performance is Sheppard Air Force Base, Texas, and Naval Air Station Pensacola, Fla.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 82 CONS/LGCA, Sheppard Air Force Base, Texas.

Telecommunication Support Services Inc., Melbourne, Fla., (FA4890-09-C-0009, P00045) is being awarded a $10,346,342 contract modification for services under the Mobile Air Surveillance System. The location of the performance are locations in Colombia, Netherlands Antilles, Florida and Costa Rica, Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCB, Langley Air Force Base, Va.

PKL Services Inc., Poway, Calif., (FA4897-12-C-2004) is being awarded a $9,733,688 firm-fixed-price contract for Republic of Singapore aircraft maintenance and operation services.  The location of the performance is Mountain Home Air Force Base, Idaho.  Work is expected to be completed by Sept. 30, 2017.  The contracting activity is 366 CONS/LGCA1, Mountain Home Air Force Base, Idaho.  Contract involves foreign military sales to the Republic of Singapore.

CC Distributors, Corpus Christi, Texas, (FA2823-11-D-0008, P00005) is being awarded a $9,000,000 fixed price with material reimbursable contract for a simplified method for authorized civil engineer personnel and self-help customers to purchase materials, equipment and supplies.  The location of the performance is Eglin Air Force Base, Fla.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFTC PZI/PZIOA, Eglin Air Force Base, Fla.

Alutiiq Business Services L.L.C., Anchorage, Ala., (FA4890-09-C-0002, P00035) is being awarded a $8,176,045 contract modification to provide management of customer service, personnel systems management, awards and decorations, passport services and processing and information management/client systems administrator services for ten air combat command and three Air Force strike command installations.  The location of the performance is Barksdale Air Force Base, La.; David-Monthan Air Force Base, Ariz.; Dyess Air Force Base, Texas; Ellsworth Air Force Base, S.D.; Holloman Air Force Base, N.M.; Langley Air Force Base, Va.; Minot Air Force Base, N.D.; Moody Air Force Base, Ga.; Mountain Home Air Force Base, Idaho; Nellis Air Force Base, Nev.; Seymour-Johnson Air Force Base, N.C.; Shaw Air Force Base, S.C.; and Whiteman, Mo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCC, Langley Air Force Base, Va.

 Kuhana Associates L.L.C., Honolulu, Hawaii, (FA4877-10-D-0001, P00019) is being awarded a $7,769,823.20 firm-fixed-price contract for clinical support services.  The location of the performance is Davis-Monthan Air Force Base, Ariz.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 355 CONS/MSCAB, Davis-Monthan Air Force Base, Ariz.

C2 Technologies Inc., Vienna, Va., (FA4890-08-C-0007, P00041) is being awarded a $6,860,952 firm-fixed-price with cost reimbursable for travel and reproduction costs contract for EC-130H/A-10 contract aircrew training and courseware development services.  The location of the performance is Davis-Monthan Air Force Base, Ariz. and Moody Air Force Base, Ga.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Orlando, Fla., is being awarded $16,565,914 modification to a cost plus fixed fee contract (HR0011-09-C-0096).  This modification was issued under the joint DARPA/ONR Long Range Anti-Ship Missile (LRASM) demonstration program.  This modification adds additional effort to perform risk reduction enhancements in advance of the upcoming flight test of the air launch LRASM A version.  Work will be performed in Orlando, Fla. (97.97%); Crestview, Fla. (1.40%); Santa Clarita, Calif. (0.63%); and Bothell, Wash. (.003%).  The work is expected to be completed by Sept. 13, 2013.  The Defense Advanced Research Projects Agency is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 

 

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities DOD Awarded Contracts | beenetworknews - October 28, 2012

    […] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  DOD AWARDED CONTRACT […]

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: