Business and Career Opportunities DOD Awarded Contracts

October 28, 2012

Business / Career

DOD Awarded Contracts

AIR FORCE

L-3 Communications Vertex Aerospace L.L.C., Madison, Miss., (FA3002-13-C-0006) is being awarded a $34,689,207 firm fixed price contract for acquisition of aircraft maintenance support services for T-1A, T-6A, T-38C SUPT and T-38C IFF.  The location of the performance is Columbus Air Force Base, Miss.  Work is expected to be completed by Sept. 29, 2019.  The contracting activity is AETC CONS/LGCK, Randolph Air Force Base, Texas.          

L-3 Communications Corp., Salt Lake City, Utah, (FA8730-13-C-0002) is being awarded a $11,315,945 firm fixed price and cost plus fixed fee contract for full motion video receivers and interim contractor support.  The location of the performance is Salt Lake City, Utah.   Work is expected to be completed by Oct. 26, 2013.  The contracting activity is AFLCMC/HBD, Hanscom Air Force Base, Mass.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Mission Systems and Sensors, Johnstown, Pa., was awarded contract SPRWA1-13-D-00002.  The award is a fixed price with prospective price redetermination, sole source contract with a maximum $415,000,000 for consumable and depot level reparable spares supporting various aircrafts.  Other locations of performance are in California, Texas, Georgia, Alabama, Kansas, Ohio, North Carolina, Florida, New York, Pennsylvania, Connecticut, Idaho, Tennessee, Oklahoma, and Canada.  Using military services are Army, Navy, Air Force, and the Defense Logistics Agency.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Working Capital Funds.  The date of performance completion is Oct. 24, 2018.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

Dexters Farms, Buford, Ga.*, was issued a modification exercising the first option year on contract SPM300-11-D-P096/P00003.  The award is a fixed price with economic price adjustment, indefinite quantity contract with a maximum $47,961,211 for fresh fruit and vegetable support.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture school customers.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is April 27, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Rohrer Brothers, Sacramento, Calif.*, was issued a modification exercising the first option year on contract SPM300-11-D-P089/P00010.  The award is a fixed price with economic price adjustment, indefinite quantity contract with a maximum $23,278,513 for fresh fruit and vegetable support.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture school customers.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is May 1, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Huntington Ingalls Inc., Newport News, Va., is being awarded a $142,719,375 modification to previously awarded contract (N00024-10-C-2102) for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, trade and industrial support for nuclear submarines.  Contract funds in the amount of $1,076,500 will be obligated at time of award.  Work will be performed in Newport News, Va., and is expected to be completed by September 2013.  Contract funds in the amount of $59,472,600 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin, Mission Systems and Sensors, Moorestown, N.J., is being awarded an $18,133,235 cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-5103) to exercise options for fiscal 2013 Aegis platform systems engineering agent activities and Aegis modernization advanced capability build engineering.  The platform systems engineering agent manages the in-service combat systems configurations, as well as the integration of new or upgraded capability.  Work will be performed in Moorestown, N.J., and is expected to be completed by September 2013.  Contract funds in the amount of $7,500,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin, Mission System & Sensors, Baltimore, Md., is being awarded a $12,714,176 cost-plus-award-fee order against the previously awarded Basic Ordering Agreement (N00024-12-G-2317) to provide engineering and management services for advance planning and design in support of the post-shakedown availability for the Littoral Combat Ship Fort Worth (LCS 3).  Work will be performed in San Diego, Calif., and is expected to be completed by July 2013.  Contract funds will not expire at the end of the current fiscal year.  The supervisor of shipbuilding, conversion, and repair, bath, Maine, is the contracting activity.

AIR FORCE

The Boeing Co., St. Louis, Mo., (FA8621-13-D-6259) is being awarded a $29,512,851 firm fixed price, indefinite delivery and indefinite quantity contract for F-15 training device and acquisition support.  The location of the performance is St. Louis, Mo.  Work is expected to be completed by Oct. 31, 2017.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

Zero Waste Solutions, Newark, Calif., (FA8052-13-D-0007) is being awarded a $53,906,960 firm fixed price contract for hospital aseptic management services.  The location of the performance is Altus Air Force Base, Okla.; Andrews AFB, Md.; Barksdale AFB, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Charleston AFB, S.C.; Davis Monthan AFB, Ariz.; Dover AFB, Del.; Dyess AFB, Tex.; Edwards AFB, Calif.; Eglin AFB, Fla.; Ellsworth AFB, S.D.; Elmendorf AFB, Alaska; Fairchild AFB, Wash.; FE Warren AFB, Wyo.; Goodfellow AFB, Tex.; Grand Forks AFB, N.D.; Hill AFB, Utah; Holloman AFB, N.M.; Hurlburt Field, Fla.; Keesler AFB, Miss.; Kirtland AFB, N.M.; Langley AFB, Va.; Little Rock AFB, Ark.; Los Angeles AFB, Calif.; Luke AFB, Ariz.; MacDill AFB, Fla.; Malmstrom AFB, Mont.; McConnell AFB, Kan.; Minot AFB, N.D.; Moody AFB, Ga.; Mountain Home AFB, Idaho; Nellis AFB, Nev.; Offutt AFB, Neb.; Patrick AFB. Fla.; San Antonio, Texas; Scott AFB, Ill.; Seymour Johnson AFB, N.C.; Shaw AFB, S.C.; Sheppard AFB, Texas Tinker AFB, Okla.; Robins AFB, Ga.; Vance AFB, Okla.; Vandenberg AFB, Calif.; Whiteman AFB, Mo.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson AFB, Colo.   Work is expected to be completed by Mar. 30, 2019.  The contracting activity is 773 ESS/PK, Lackland AFB, Texas.

Kentucky Building Maintenance, Batavia, Ohio, (FA8052-13-D-0008) is being awarded a $41,814,851 firm fixed price contract for hospital aseptic management services.  The location of the performance is Altus Air Force Base, Okla.; Barksdale AFB, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Charleston AFB, S.C.; Columbus AFB, Miss.; Davis Monthan AFB, Ariz.; Dover AFB, Del.; Dyess AFB, Texas; Edwards AFB, Calif.; Eglin AFB, Fla.; Ellsworth AFB, S.D.; Fairchild AFB, Wash.; FE Warren AFB, Wyo.; Goodfellow AFB, Texas; Grand Forks AFB, N.D.; Hill AFB, Utah; Holloman AFB, N.M.; Hurlburt Field, Fla.; Keesler AFB, Miss.; Kirtland, N.M.; Langley AFB, Va.; Little Rock AFB, Ark.; Luke AFB, Ariz.; MacDill AFB, Fla.; Malmstrom AFB, Mont.; McConnell AFB, Kan.; Minot AFB, N.D.; Moody AFB, Ga.; Nellis AFB, Nev.; Offutt AFB, Neb.; Patrick AFB, Fla.; Scott AFB, Ill.; Seymour Johnson AFB, N.C.; Shaw AFB, S.C.; Sheppard AFB, Texas; Tinker AFB, Okla.; Robins AFB, Ga.; USAF Academy, Colo.; Vance AFB, Okla.; Vandenberg AFB, Calif.; Whiteman AFB, Mo.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson AFB, Colo.   Work is expected to be completed by Mar. 30, 2019.  The contracting activity is 773 ESS/PK, Lackland AFB, Texas.

Titan Facility Services LLC, Gilbert, Ariz., (FA8052-13-D-0004) is being awarded a $36,006,008 firm fixed price contract for hospital aseptic management services.  The location of the performance is Altus Air Force Base, Okla.; Andrews AFB, Md.; Barksdale AFB, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Charleston AFB, S.C.; Columbus AFB, Miss.; Davis Monthan AFB, Ariz.; Dover AFB, Del.; Dyess AFB, Tex.; Edwards AFB, Calif.; Eglin AFB, Fla.; Eielson AFB, Alaska; Ellsworth AFB, S.D.; Elmendorf AFB, Alaska; Fairchild AFB, Wash.; FE Warren AFB, Wyo.; Goodfellow AFB, Texas; Grand Forks AFB, N.D.; Hill AFB, Utah; Holloman AFB, N.M.; Hurlburt AFB, Fla.; Keesler AFB, Miss.; Kirtland AFB, N.M.; Langley AFB, Va.; Little Rock AFB, Ark.; Los Angeles AFB, Calif.; Luke AFB, Ariz.; MacDill AFB, Fla.; Malmstrom AFB, Mont.; McConnell AFB, Kan.; Minot AFB, N.D.; Moody AFB, Ga.; Mountain Home AFB,Idaho; Nellis AFB, Nev.; Offutt AFB, Neb.; Patrick AFB, Fla.; San Antonio, Texas; Scott AFB, Ga.; USAF Academy, Colo.; Vance AFB, Okla.; Vandenberg AFB, Calif.; Whiteman AFB, Mo.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson AFB, Colo.  Work is expected to be completed by Mar. 30, 2019.  The contracting activity is 773 ESS/PK, Lackland AFB, Texas.

Team National Maintenance Inc., Anchorage, Alaska, (FA8052-13-D-0001) is being awarded a $30,898,133 firm fixed price contract for hospital aseptic management services.  The location of the performance is Altus Air Force Base, Okla.; Andrews AFB, Md.; Barksdale AFB, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Charleston AFB, S.C.; Columbus AFB, Miss.; Davis Monthan AFB, Ariz.; Dover AFB, Del.; Dyess AFB, Texas; Edwards AFB, Calif.; Eglin AFB, Fla.; Eielson AFB, Alaska; Ellsworth AFB, S.D.; Elmendorf AFB, Alaska; Fairchild AFB, Wash.; FE Warren AFB, Wyo.; Goodfellow AFB, Texas; Grand Forks AFB, N.D.; Hill AFB, Utah; Holloman AFB, N.M.; Hurlburt AFB, Fla.; Keesler AFB, Miss.; Kirtland AFB, N.M.; Langley AFB, Va.; Laughlin AFB, Texas; Little Rock AFB, Ark.; Los Angeles AFB, Calif.; Luke AFB, Ariz.; MacDill AFB, Fla.; Malmstrom AFB, Mont.; McConnell AFB, Kan.; Minot AFB, N.D.; Moody AFB, Ga.; Mountain Home AFB, Idaho; Nellis AFB, Nev.; Offutt AFB, Neb.; Patrick AFB, Fla.; San Antonio, Texas; Scott AFB, Ga.; Seymour Johnson AFB, N.C.; Shaw AFB, S.C.; Sheppard AFB, Texas; Tinker AFB, Okla.; Robins AFB, Ga.; USAF Academy, Colo.; Vance AFB, Okla.; Vandenberg AFB, Calif.; Whiteman AFB, Mo.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson AFB, Colo.  Work is expected to be completed by Mar. 30, 2019.  The contracting activity is 773 ESS/PK, Lackland AFB, Texas.

Main Building Maintenance Inc., San Antonio, Texas, (FA8052-13-D-0006) is being awarded a $30,194,789 firm fixed price contract for hospital aseptic management services.  The location of the performance Altus Air Force Base, Okla.; Andrews AFB, Md.; Barksdale AFB, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Charleston AFB, S.C.; Colombus AFB, Miss.; Davis Monthan AFB, Ariz.; Dover AFB, Del.; Dyess AFB, Texas; Edwards AFB, Calif.; Eglin AFB, Fla.; Eielson AFB, Alaska; Ellsworth AFB, S.D.; Elmendorf AFB, Alaska; Fairchild AFB, Wash.; FE Warren AFB, Wyo.; Goodfellow AFB, Texas; Grand Forks AFB, N.D.; Hill AFB, Utah; Holloman AFB, N.M.; Hurlburt Field, Fla.; Keesler AFB, Miss.; Kirtland AFB, N.M.; Langley AFB, Va.; Laughlin AFB, Texas; Little Rock AFB, Ark.; Los Angeles AFB, Calif.; Luke AFB, Ariz.; MacDill AFB, Fla.; Malmstrom AFB, Mont.; McConnell AFB, Kan.; Minot AFB, N.D.; Moody AFB, Ga.; Mountain Home AFB, Idaho; Nellis AFB, Nev.; Offutt AFB, Neb.; Patrick AFB. Fla.; San Antonio, Texas; Scott AFB, Ill.; Seymour Johnson AFB, N.C.; Shaw AFB, S.C.; Sheppard AFB, Texas; Tinker AFB, Okla.; USAF Academy, Colo.; Robins AFB, Ga.; Vance AFB, Okla.; Vandenberg AFB, Calif.; Whiteman AFB, Mo.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson AFB, Colo.  Work is expected to be completed by Mar. 30, 2019.  The contracting activity is 773 ESS/PK, Lackland AFB, Texas.

Hughes Group, Tacoma, Wash., (FA8052-13-D-0003) is being awarded an $18,661,172 firm fixed price contract for hospital aseptic management services.  The location of the performance is Andrews Air Force Base, Md.; Eglin AFB, Fla.; Elmendorf AFB, Alaska; Keesler AFB, Miss.; MacDill AFB, Fla.; Mountain Home AFB, Idaho; San Antonio, Texas; Scott AFB, Ill. and Sheppard AFB, Texas.  Work is expected to be completed by Mar. 30, 2019.  The contracting activity is 773 ESS/PK, Lackland AFB, Texas.

Makro Services, Inc., Gathersburg, Md., (FA8052-13-D-0002) is being awarded a $15,758,519 firm fixed price contract for hospital aseptic management services.  The location of the performance is Andrews Air Force Base, Md.; Charleston AFB, S.C.; Dover AFB, Del.; Eglin AFB, Fla.; Hurlburt Field, Fla.; Keesler AFB, Miss.; Langley AFB, Va.; MacDill AFB, Fla.; Moody AFB, Ga.; Nellis AFB, Nev.; Scott AFB, Ill.; Seymour Johnson AFB, N.C.; Shaw AFB, S.C.; Sheppard AFB, Texas; Tinker AFB, Okla.; Robins AFB, Ga.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson Colo.  Work is expected to be completed by Mar. 30, 2019.  The contracting activity is 773 ESS/PK, Lackland AFB, Texas.

NAVY

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $17,519,357 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2100) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s moored training ships.  The contractor will furnish, fabricate or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear powered submarines.  Work will be performed in Groton, Conn. (95 percent), and Charleston, S.C. (5 percent), and is expected to be completed by September 2013.  Contract funds in the amount of $17,519,357 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

GlaxoSmithKline LLC, Research Triangle Park, N.C., was awarded contract SPM2DP-13-C-0001.  The award is a firm fixed price, sole source contract with a maximum $13,665,941 for Zanamivir for inhalation.  Other location of performance is Zebulon, N.C.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Office of Assistant Secretary of Defense Health Affairs funds.  The date of performance completion is Nov. 30, 2012.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Lockheed Martin Corp., Marietta, Ga., (FA8625-11-C-6597, P00139) is being awarded an $889,503,871 contract modification for fiscal 2012 production aircraft buy.  The modification provides for the purchase of seven MC-130J, four HC-130J, one KC-130J and one C-130J production aircraft under the basic contract.  The location of the performance is Marietta, Ga.  Work is expected to be completed by July 31, 2015.  The contracting activity is AFLCMC/WLNNC, Wright-Patterson Air Force Base, Ohio.

NAVY

AASKI Technology, Inc.*, Ocean, N.J.(N65236-13-D-5800); Advanced C4 Solutions, Inc.*, Tampa, Fla.(N65236-13-D-5801); By Light Professional IT Services, Inc.*, Arlington, Va. (N65236-13-D-5802); Cybrix Group, Inc.*, Tampa, Fla.(N65236-13-D-5803); GStek, Inc.*, Chesapeake, Va.(N65236-13-D-5804); Juno Technologies, Inc.*, Rancho Santa Fe, Calif.(N65236-13-D-5805); Mercom Inc.*, Pawleys Island, S.C.(N65236-13-D-5806); Mystikal Solutions, LLC*, North Charleston, S.C.(N65236-13-D-5807); STARGATES, Inc.*, Arlington, Va. (N65236-13-D-5808); and Syneren Technologies Corp.*, Lanham, Md.(N65236-13-D-5809) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contracts, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance electronics and communications services and solutions in support of mission capabilities within the transport and computing infrastructure portfolio to provide the full system life cycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable C5ISR, information operations, enterprise information services and space capabilities.  The cumulative, estimated value of the base year is $19,750,000.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,760,000.  These 10 contractors may compete for the task orders under the terms and conditions of the awarded contracts.  The work will be performed worldwide, and is expected to be completed by October 2013.  If all options are exercised, work could continue until October 2017.  Contract funds in the amount of $10,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year. This contract wascompetitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems E-Commerce Central website, with and 17 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Northrup Grumman Systems Corp., Electronic Systems Sector, Land and Self Protection Systems Division, Rolling Meadows, Ill., is being awarded a $14,868,396 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0074)to exercise an option to procure 90 sensors and associated technical data in support of the Advanced Threat Missile Warning System, a subsystem of the Large Aircraft Infrared Countermeasures System.Work will be performed in Rolling Meadows, Ill., and is expected to be completed in June 2014.  Contract funds in the amount of $5,121,336 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Huntington Ingalls Inc., Newport News, Va., is being awarded a $9,305,149 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2101) for planning and design yard functions for standard Navy valves in support of nuclear-powered submarines. Contract funds in the amount of $5,700,000 will be obligated at the time of award.  Work will be performed in Newport News, Va., and is expected to be completed by September 2013.  Contract funds in the amount of $7,876,957 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Testek, Inc.*, Wixom, Mich., is being awarded a $6,720,114 fixed-price, indefinite-delivery/indefinite-quantity contract for the  upgrade to the A/F 37T-21A aircraft engine component test stands and computer expansion chassis.  The contract provides for the procurement to replace obsolete and unsupportable computer hardware/software and data acquisition components, as well as increase reliability and maintainability of the affected systems.  Work will be performed in Chatsworth, Calif., and is expected to be completed in October 2017.  Contract funds in the amount of $2,060,755 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0001).

DEFENSE LOGISTICS AGENCY

Quality Distributers, Tamuning, Guam*, was issued a modification exercising the third option year on contract SPM300-08-D-3210/P00047.  The award is a firm fixed price, prime vendor, indefinite quantity contract with a maximum $96,576,627 for full line food distribution.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, Department of Education, Department of Defense Schools, Child Development Centers, and Kwajalein Range Service.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Oct. 23, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

National Packaging Corp., Kearny, N.J.*, was awarded contract SPM8EF-13-D-0001.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $6,500,000 for procurement of cargo pallet covers.  There are no other locations of performance.  Using military service is DLA stock locations.  There were six solicitations with six responses.  Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Oct. 22, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Airborne Tactical Advantage Co., L.L.C., Newport News, Va., is being awarded a $49,862,526 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-09-D-0021) to exercise an option for services in support of the commercial air services program, which provides contractor owned and operated Type III high subsonic and Type IV supersonic aircraft to Navy Fleet customers for a wide variety of airborne threat simulation capabilities.  This provides for training shipboard and aircraft squadron weapon systems operators and aircrew how to counter potential enemy electronic warfare and electronic attack operations in today’s electronic combat environment.  Funds will be obligated on individual delivery orders as they are issued.  Work will be performed in Newport News, Va. and Jacksonville, Fla. (45 percent); Pt. Mugu, Calif. (35 percent); and outside the United States (20 percent).  Work is expected to be completed by 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.

L-3 Communications Flight International, Newport News, Va., is being awarded a $31,894,417 modification to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N00019-09-D-0018) for commercial air services for military training support.  This modification provides airborne threat simulation training for shipboard and aircraft squadron weapon systems operators and aircrew, to enhance abilities to counter potential enemy electronic warfare and electronic attack operations in an electronic combat environment.  No funding will be obligated at time of award.  Work will be performed in Newport News, Va. (50 percent) and San Diego, Calif. (50 percent), and is expected to be completed in December 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

BAE Systems Information and Electronics, Nashua, N.H. (FA8232-13-C-0001) is being awarded a $22,853,951 firm-fixed-price contract for F-16 support equipment and support equipment spares for Oman to support aircraft deliveries.  The location of the performance is Forth Worth, Texas.  Work is expected to be completed by Jan.15, 2014.  The contracting activity is AFLCMC/WWMKB, Hill Air Force Base, Utah.  Contract involves foreign military sales to Oman.

CORRECTION

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, (FA8611-08-C-2897, P00153) is being awarded a $133,726,000 cost-plus-fixed-fee contract for F-22 modifications and heavy maintenance sustainment, depot throughput and installations, signature analysis system reduction, contractor field teams, structural retrofit plan and modernization and common configuration.  The location of the performance is Hill Air Force Base, Utah, and Palmdale, Calif.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.

AIR FORCE

GE-Aviation, Cincinnati, Ohio, (FA8650-09-D-2922, task order 0014) is being awarded a $349,747,900 indefinite delivery/indefinite quantity task order contract for the Adaptive Engine Technology Development Program.  The location of the performance is Cincinnati, Ohio.  Work is expected to be completed by Sept. 30,2016.  The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio.

United Technologies Corp., East Hartford, Conn., (FA8650-09-D-2923, task order 0021) is being awarded a $335,048,342 indefinite delivery/indefinite quantity task order contract for the Adaptive Engine Technology Development Program.  The location of the performance is East Hartford, Conn.  Work is expected to be completed by Oct. 12, 2016.  The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio.

Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6471, P00166) is being awarded a $221,758,366 contract modification for the C-5 Reliability Enhancement and Re-engining Program (RERP) Aircraft Lot 5 Installation effort involving eleven aircraft.  The location of the performance is Marietta, Ga.  Work is expected to be completed by Oct. 29, 2015.  The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio.

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Co., San Antonio, Texas, was issued a modification exercising the first option year on contract SP0600-12-D-0459/P00002.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $246,106,630 for fuel.  Other location of performance is Corpus Christi, Texas.  Using service is Israel.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2013 Foreign Military Sales Funds.  The date of performance completion is Nov. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Petromax L.L.C., Bay City, Texas, was issued a modification exercising the first option year on contract SP0600-12-D-0461.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $80,368,750 for fuel.  Other location of performance is Galena Park, Texas.  Using service is Israel.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2013 Foreign Military Sales Funds.  The date of completion is Nov. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Medtronic Inc., Minneapolis, Minn., was awarded contract SPM2D1-13-D-8307.  The award is a fixed price with economic price adjustment contract with a maximum $63,000,000 for radiology imaging systems, subsystems, and components.  Various other locations of performance are based on the delivery orders.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were fifty-four responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Oct. 17, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Refinery Associates of Texas Inc., New Braunfels, Texas, was issued a modification exercising the first option year on contract SP0600-12-D-0460/P00002.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $38,757,530 for fuel.  Other location of performance is Galena Park, Texas.  Using service is Israel.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2013 Foreign Military Sales Funds.  The date of performance completion is Nov. 30, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Union Distributing Co., Inc., Phoenix, Ariz.*, was issued a modification on contract SP0600-12-D-4549/P00001.  The award is a fixed price with economic price adjustment contract with a minimum $8,937,748 for fuel.  Other locations of performance are throughout Arizona.  Using services are Army, Air Force, and federal civilian agencies.  There were thirty-two responses to the Web solicitation.  Type of appropriation is fiscal 2015 Stock Funds.  The date of performance completion is Aug. 31, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

NAVY

United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Conn., is being awarded an $81,870,798 cost-plus-fixed-fee contract for services and materials for the preliminary design, detailed design, and engine performance testing in support of the F135 Fuel Burn Reduction Program.  The objective of the program is to demonstrate a 5 percent mission weighted fuel burn reduction in a F135 experimental engine configuration.  Work will be performed in East Hartford, Conn., and is expected to be completed in July 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Broad Agency Announcement; three offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0005).

AIR FORCE

Lockheed Martin Global Training and Logistics, Orlando, Fla., (FA3002-13-D-0002) is being awarded a $250,000,000 firm-fixed-price and indefinite delivery/indefinite quantity contract for the international F-16 training program.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Sept. 2, 2022.  The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas.  Contract involves 100 percent foreign military sales.

JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION

Next Tier Concepts, Inc., Vienna, Va., (HQ0682-13-F-0002) is being awarded an $8,980,601 firm-fixed-price contract for enterprise portal technical and strategic support services.  The contract will provide strategic and technical support to mature the JIEDDO knowledge management governance model and architect; and build, operate and maintain the JIEDDO enterprise portal.  The location of the performance is Arlington, Va.  Work is expected to be completed by November 2014.  Contract funds will not expire at the end of the current fiscal year.  The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington Va.

NAVY

The Boeing Co., Seattle, Wash., is being awarded an $8,512,436 cost-plus-fixed-fee delivery order issued under basic ordering agreement (N00019-11-G-0001) to procure the update to the electronic support measures sensor digital measurement unit to overcome obsolescence issues in support of the P-8A Multi-Mission Maritime aircraft.  Work will be performed in Linthicum, Md. (86 percent), and Seattle, Wash. (14 percent), and is expected to be completed in April 2015.  Contract funds in the amount of $8,512,436 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River Md., is the contracting activity.

Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a not-to-exceed $6,747,917 cost-plus-award-fee task order (#0063) under a previously awarded contract (M67004-09-D-0020) for prepositioning and Navy support element 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.

DEFENSE LOGISTICS AGENCY

Deere and Co., Cary, N.C., was awarded contract SPM8EC-13-D-0001.  The award is a fixed price with economic price adjustment contract with a maximum $87,500,000 for procurement of commercial type agricultural equipment.  Other locations of performance are Iowa and Maryland.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were eight solicitations with eight responses.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital Funds.  The date of performance completion is Oct. 16, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Reinhart Foodservice L.L.C., Valdosta, Ga., was awarded contract SPM300-13-D-3586.  The award is a fixed price with economic price adjustment, bridge contract with a maximum $35,008,864 for prime vendor full line food service distribution.  There are no other locations of performance.  Using military service is Navy.  There was one response to the Web solicitation.  Type of appropriation is fiscal 2013 Manual Funds.  The date of performance completion is Oct. 16, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Bell Helicopter Textron, Fort Worth, Texas, was awarded contract W58RGZ-12-G-0001-THBD.  The award is a firm fixed price, sole source contract with a maximum $8,613,657 for blade assemblies.  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 Navy Working Capital Funds.  The date of performance completion is April 31, 2014.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

Bell Helicopter Textron, Fort Worth, Texas, was awarded contract W58RGZ-12-G-0001-THBE.  The award is a firm fixed price, sole source contract with a maximum $6,563,718 for yoke assemblies.  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 Navy Working Capital Funds.  The date of performance completion is Dec. 31, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

AIR FORCE

Northrop Grumman Corp., San Diego, Calif., (FA8528-13-C-0005) is being awarded a $88,000,000 cost plus fixed fee contract for logistics support for the RQ-4 Global Hawk fielded Block 30 weapon system.  The location of the performance is San Diego, Calif.  Work is expected to be completed by Oct. 12, 2013.  The contracting activity is AFLCMC/WIKBA, Robins Air Force Base, Ga.

Symetrics Industries L.L.C., Melbourne, Fla., (FA8523-13-D-0001) is being awarded a $19,932,412 requirements and production contract to fabricate, integrate, test and deliver line replaceable units and shop replaceable units.  The location of the performance is Melbourne, Fla.  Work is expected to be completed by Oct. 16, 2014.  The contracting activity is AFLCMC/WNKCA, Robins Air Force Base, Ga.

NAVY     

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $391,426,326 firm-fixed-price modification to definitize a previously awarded advance acquisition undefinitized contract action (N00019-11-C-0023) to provide lot 9 long lead parts and components required for the manufacture of 15 UH-1Y new aircraft; three AH-1Z remanufactured aircraft; and seven AH-1Z new aircraft.  Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in July 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $22,055,922 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for special progressive aircraft rework of two fiscal 2013 VH-60N aircraft.  In addition this modification includes the associated vendor repairable and component overhaul for the VH-60N and the VH-3D aircrafts.  Funds will not be obligated at the time of award.  Work will be performed in Stratford, Conn., and is expected to be completed in September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

AIR FORCE

Sierra Nevada Corp., Sparks, Nev., (FA8620-13-C-4007) is being awarded a $218,000,000 firm fixed price contract for 18 uniquely modified Pilatus PC-12/47E aircraft.  The location of the performance is Sparks, Nev.  Work is expected to be completed by July 31, 2015.  The contracting activity is 645 AESG/WIJK, Wright-Patterson Air Force Base, Ohio.  Contract involves foreign military sales to Afghan National Army Special Operations Forces.

Lockheed Martin Corp., Fort Worth, Texas (FA8611-08-C-2897, P00153) is being awarded a $22,444,73 cost plus fixed fee contract for F-22 modifications and heavy maintenance sustainment, depot throughput and installations, signature analysis system reduction, contractor field teams, structural retrofit plan and modernization and common configuration.  The location of the performance is Hill Air Force Base, Utah and Palmdale, Calif.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.

AIR FORCE

CORRECTION

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 $851,000,000 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 Oct. 14, 2017.  The contracting activity is AFLCMC/PZE, Hanscom Air Force Base, Mass.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  DOD AWARDED CONTRACT

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities DOD Awarded Contracts | beenetworknews - November 7, 2012

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

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: