Business and Career Opportunities DOD Awarded Contracts

November 7, 2012

Business / Career


DOD Awarded Contracts 

NAVY

Anchored Systems (JV)*, Washington, D.C.(N65236-13-D-5814); Ausgar Technologies*, San Diego, Calif. (N65236-13-D-5815); Burke Consortium, Inc.*, Alexandria, Va. (N65236-13-D-5816); The Cybrix Group*, Tampa, Fla. (N65236-13-D-5817); Flatter and Associates, Inc.*, Stafford, Va. (N65236-13-D-5818); GRSI*, Frederick, Md. (N65236-13-D-5819); ISHPI Information Technologies, Inc.*, Mt Pleasant, S.C. (N65236-13-D-5820); Mandex, Inc*, Fairfax, Va. (N65236-13-D-5821); Mystikal Solutions, LLC*, San Antonio, Texas (N65236-13-D-5822); Sentar, Inc*, Huntsville, Ala.(N65236-13-D-5823); SPARC, LLC*, Charleston, S.C. (N65236-13-D-5824); Stargates, Inc.* Arlington, Va. (N65236-13-D-5825); Strohmier Consulting LLC*, Ashburn, Va. (N65236-13-D-5826); and Technical and Project Engineering (TAPE)*, Kingstowne, Va. (N65236-13-D-5827), are each being awarded an indefinite delivery, indefinite quantity, cost-plus-fixed-fee, performance-based, multiple award contract, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance electronics and communications services and solutions in support of mission capabilities within cyber intelligence and information operations mission areas.  The cumulative, estimated value of the base year is $19,752,000.  Funds in the amount of $10,000 will be obligated on this award.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,764,000.  These 14 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 November 2013.  If all options are exercised, work could continue until November2017.  Contract funds will not expire at the end of the current fiscal year. This contract wascompetitively procured with proposals solicited and 19 offers received via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

API, LLC, Comerio, Puerto Rico**, was issued a modification exercising the first option year on contract SPM1C1-12-D-1006. The award is a firm fixed price, indefinite delivery, indefinite quantity, sole source contract with a maximum $18,706,838 for duffel bags.  Other location of performance is Orocovis, Puerto, Rico.  Using military service is Army.  There was one response to the solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Nov. 8, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Lockheed Martin Corp.,Fort Worth, Texas, (FA8611-08-C-2897, P00161) is being awarded an $11,902,915 contract modification for additional work for the automatic backup oxygen supply in the F-22 life support system.  The location of the performance is Marietta, Ga.  Work is expected to be completed by Dec. 31, 2014.  The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.

NAVY

CORRECTION

Contract awarded on Nov. 2, 2012, to San Diego Gas & Electric Co., San Diego, Calif., for $7,515,877 is revised to show the contract number as N62473-13-C-1401.

AIR FORCE

Raytheon BBN Technologies Corp.,Cambridge, Mass., (FA8750-13-C-0008) is being awarded a $16,487,403 cost plus fixed fee contract for alert dissemination and event profiles from text as part of the DARPA Deep Exploration and Filtering of Text Program.  The location of the performance is Cambridge, Mass.  Work is expected to be completed by May 5, 2017.  The contracting activity is AFRL/RIKF, Rome, N.Y.

American Engineering Corp., Okinawa, Japan (FA5270-13-C-0006) is being awarded a $14,136,186 firm fixed price contract for improvements to the family housing infrastructure.  The location of the performance is Kadena Air Base, Japan.  Work is expected to be completed by October 2015.  The contracting activity is 18 CONS/LGCC, Kadena AB, Japan.

Pacific Defense Solutions, LLC, Kihei, Hawaii (FA9451-13-C-0281) is being awarded a $9,724,737 cost plus fixed fee contract for space situational awareness research and development.  The location of the performance is Kihei, Hawaii.  Work is expected to be completed by Feb. 8, 2016.  The contracting activity is AFRL/RVKDB, Kirtland AFB, N.M.

NAVY

HBA Architecture & Interior Design, Inc., Virginia Beach, Va., is being awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for Navy Lodge and Navy Exchange retail facilities in the Naval Facilities Engineering Command (NAVFAC) area of responsibility (AOR) worldwide.  The work to be performed is for architectural and engineering services for Navy Lodge facilities (lodges, hotels, motels) and Navy Exchange facilities such as:  retail stores, convenience stores, uniform centers, beauty and barber shops, optical shops, auto service centers, flower shops, laundry/dry cleaning/tailor shops, coin operated laundries, automated auxiliary retail outlets, snack bars and food courts.  No task orders are being issued at this time.  All work on this contract will be performed in the Northeast (53 percent), Southwest (15 percent), Southeast (12 percent), Midwest (8 percent), Northwest (7 percent), and other activities within the NAVFAC AOR (5 percent), and is expected to be completed by November 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 29 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-D-3003).

CSC AppliedTechnologies, LLC, Lexington Park, Md., is being awarded an $11,904,247 cost-plus-fixed-fee contract for specialized test and evaluation and technical services in support of the Air Vehicle Modification and Instrumentation Department, Naval Air Systems Command.  Work will be performed in Patuxent River, Md. (95 percent); China Lake, Calif. (2.5 percent); and Point Mugu, Calif. (2.5 percent), and is expected to be completed in May 2013. Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity(N00421-13-C-0005).

Northrop Grumman Guidance and Electronics Co., Inc., Woodland Hills, Calif., is being awarded a $9,282,864 firm-fixed-price modification to a delivery order issued previously against basic ordering agreement (N00019-11-G-0016).  This modification provides for the procurement of 54 GEN II mission computers and trays for the H-1 upgrades Lot 10 production aircraft.  Work will be performed in Salt Lake City, Utah, and is expected to be completed in January 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.

AIR FORCE

General Atomics Aeronautical Systems, Poway, Calif., (FA8620-10-G-3038, DO 0052) is being awarded a $125,487,106 contract for 10 MQ-9 modified Block 1 aircraft.  The location of the performance is Poway, Calif.  Work is expected to be completed by Nov. 28, 2014.  The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio.

The Boeing Co., Newark, Ohio, (F42610-99-D-0006-0069) is being awarded a $19,593,049 contract modification for delivery order for Minuteman III missile guidance repair.  The location of the performance is Newark, Ohio.  Work is expected to be completed by April 30, 2014.  The contracting activity is AFNWC/PZBE, Hill Air Force Base, Utah.

NAVY

The Boeing Co., St. Louis, Mo., is being awarded a $36,629,496 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0103) for the procurement of Harpoon Weapons System components.  Work will be performed in St. Louis, Mo., and is expected to be completed in April 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract combines purchases for the governments of Australia ($32,044,428; 87.48 percent); Japan ($1,464,478; 4.00 percent); Saudia Arabia ($786,992; 2.15 percent); Korea ($953,400; 2.60 percent); the Netherlands ($848,925; 2.32 percent); Egypt ($311,045; 0.85 percent); Taiwan ($87,710; 0.24 percent); Oman ($73,128; 0.20 percent) and the United Arab Emirates ($59,390; 0.16 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

L-3 Communications Vertex Aerospace L.L.C., Madison, Miss., is being awarded a $28,363,341 modification to a previously awarded firm-fixed-price contract (N00019-09-D-0007) to exercise an option for organizational, selected intermediate and limited depot level maintenance for F-16, F-18, H-60 and E-2C aircraft operated by the adversary squadrons based at Naval Air Station, Fallon, Nev.  Work will be performed in Fallon, Nev., and is expected to be completed in October 2013.  Contract funds in the amount of $28,363,341 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Boeing Co., Huntington Beach, Calif., is being awarded a $16,706,822 firm-fixed-price and time-and-material contract for the production of gigabit ethernet data multiplex systems for the DDG modernization program, new ship construction, Aegis Ashore Systems, additional hardware and the repair of units during installation and checkout.  Gigabit ethernet data multiplex systems are a mission-critical shipboard data transfer network for DDG 51 class destroyers.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $29,972,233.  Work will be performed in Camarillo, Calif. (57 percent), Smithfield, Pa. (33 percent), and Huntington Beach, Calf. (10 percent), and is expected to be completed by May 2015.  Contract funds in the amount of $475,975 will expire by the end of the current fiscal year. This contract was procured on a limited competition basis via the Federal Business Opportunities and Navy Electronic Commerce Online websites with two proposals solicited and two offers received.  The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-13-C-2000).

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,449,608 firm-fixed-price modification to a delivery order issued previously against a basic ordering agreement (N00019-07-G-0008).  This modification provides for the procurement of 51 central de-dce Distributor retrofit kits and 29 nacelle ice protection controller unit retrofit kits for the V-22 Ice Protection System.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 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.

Simmonds Precision Products, dba Goodrich Corp. — Sensors and Integrated Systems, Vergennes, Vt., is being awarded an $8,247,823 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2015) to exercise an option for the procurement of integrated mechanical diagnostic System production, retrofit and troy kits in support of the MH-60R/S helicopters.  These kits include 37 production kits, 19 troy kits, and 9 retrofit kits.  This effort also provides for 37 integrated vehicle health management units/data transfer units in support of the MH-60R/S helicopters.  Work will be performed in Vergennes, Vt., and is expected to be completed in March 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.

DEFENSE LOGISTICS AGENCY

US Foodservice Baltimore/Washington Division, Severn, Md., was awarded contract SPM300-13-D-3582.  The award is a firm-fixed-price with economic price adjustment, sole source, bridge contract with a maximum $13,799,658 for full line food service distribution.  Other locations of performance are throughout the mid-Atlantic North Region.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard and Job Corps.  There was one response to the web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Nov. 9, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE COMMISARY AGENCY

Dairy Maid Dairy, Frederick, Md., is being awarded an indefinite-delivery, requirements-type contract to provide fresh fluid milk products for resale at multiple delivery locations throughout Defense Commissary Agency’s East Area commissaries to include Maryland and Virginia.  The estimated award amount is $6,760,202.  Contractor will deliver fresh fluid milk products to the store locations as needed.  The contract is for a 12-month base period beginning Dec. 1, 2012 through Nov. 30, 2013.  One 12-month option period is available.  If the 12-month option period is exercised, the contract will be completed Nov. 30, 2014.  Contract funds will not expire at the end of the current fiscal year.  Nineteen firms were solicited and eleven offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Directorate, Resale Commodities Division, Fort Lee, Va.

AIR FORCE

The Boeing Co., St. Louis, Mo., (FA8505-12-C-0001, P00002) is being awarded a $3,999,660,000 firm-fixed-price, cost-plus-fixed-fee and cost reimbursable no fee contract modification for Country Standard Time Compliance Techical Order (CSTCTO) development, CSTCTO integration and testing, fabrication of trial kits to support validation and verification activities.  Procurement of 68 F-15s to SA conversion kits and the procurement and installation of four base stand-up kits.  Work is expected to be completed by Dec. 31, 2019.  The contracting activity is AFLCMC/WWKA, Robins Air Force Base, Ga.  This is a Foreign Military Sales requirement for the Kingdom of Saudi Arabia.

Exelis Systems Corp., Systems Division, Patrick Air Force Base, Fla., (F04701-01-C-0001, P00859) is being awarded a $78,385,270 contract modification for providing launch and test range system support functions to the Eastern and Western Range.  The location of the performance is Patrick Air Force Base, Fla.  Work is expected to be completed by Oct. 31. 2013.  The contracting activity is SMC/PKL, Peterson Air Force Base, Colo.

AHNTECH Inc., San Diego, Calif., (FA4890-13-C-0005) is being awarded a $68,664,620 firm fixed price with cost reimbursable contract for the Air Combat Command’s primary training ranges service requirement.  The location of the performance is Dare County Range, Seymour Johnson Air Force Base, N.C.; Poinsett Range, Shaw Air Force Base, S.C.; Grand Bay Range, Moody Air Force Base, Ga.; Avon Park Range, Moody Air Force Base, Ga.; Snyder Range, Dyess Air Force Base, Texas; Belle Fourche Range, Ellsworth Air Force Base, S.D.; Holloman Ranges, Holloman Air Force Base, N.M.; Mountain Home Range, Mountain Home Air Force Base, Idaho and the Nevada Test and Training Range in Nevada.  Work is expected to be completed by Dec. 31, 2017.  The contracting activity is AMIC/PKC, Langley Air Force Base, Va.

Northrop Grumman Space Technology, Clearfield, Utah, (F42610-98-C-0001, P03732) is being awarded a $10,000,000 cost plus incentive fee contract for intercontinential ballistic missile reentry field support equipment Engineering Management and Development Program.  The location of the performance is Clearfield, Utah and King Prusssia, Pa.   Work is expected to be completed by Mar. 24, 2015.  The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah.

Northrop Grumman Electronic Systems, Azusa, Calif., (FA8814-11-C-0007, P00008) is being awarded a $6,999,999 cost plus fixed fee contract modification for the integration and fusion of data from the commericially hosted infrared payload, overhead persistent infrared  wide field of view staring sensor at the Advanced Fusion Center and the Algorithm Development Laboratory.  The location of the performance is Azusa, Calif. and Colorado Springs, Colo.  Work is expected to be completed by Dec. 1, 2014.  The contracting activity is SMC/XRC, Los Angeles Air Force Base, Calif.

UNITED STATES TRANSPORTATION COMMAND

Canadian Commercial Corp./Canadian Helicopters Ltd., Ottawa, Ontario, Canada, $72,393,145 (HTC711-10-D-R025); AAR Airlift Group Inc., Palm Bay, Fla., $161,544,147; (HTC711-10-D-R026 TO 0001 and 0002); Vertical de Aviacion Ltd., Bogota, Columbia, $214,259,924 (HTC711-10-D-R027 TO 0001 and TO 0002); Evergreen Helicopters Inc., McMinnville, Ore.,

$24,628,600 (HTC711-10-D-R028); Columbia Helicopters Inc., Aurora, Ore., $97,795,019, (HTC711-11-D-R021 TO 0002 and 0003); and Construction Helicopters Inc., Howell, Mich., $31,772,273, (HTC711-11-D-R022) have received option year modifications for a multiple-award firm, fixed-price contract for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services.  Work will be performed in Afghanistan, and the option year will start Nov. 1, 2012, to be completed by Oct. 31, 2013.  This contract was a competitive acquisition.  The contracting activity is U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.

DEFENSE LOGISTICS AGENCY

Sysco Seattle Inc., Kent, Wash., was awarded contract SPM300-13-D-3590. The award is an indefinite quantity and indefinite delivery, sole source, bridge extension contract with a maximum $17,699,109 for full line food service distribution. There are no other locations of performance.  Using military services are Army, Navy, Air Force and Marine Corps.  There was one response to the web solicitation.  Type of appropriation is fiscal 2013 Manual Funding. The date of performance completion is Nov. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sysco Seattle Inc., Kent, Wash., was awarded contract SPM300-13-D-3592.  The award is an indefinite quantity and indefinite delivery, sole source, bridge extension contract with a maximum $55,373,492 for 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 Funding.  The date of performance completion is Nov. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE COMMISARY AGENCY

Envision Inc., Wichita, Kan., is being awarded an indefinite-delivery, requirements-type contract to provide plastic t-shirt shopping bags for all commissary stores in the Continential United States (CONUS), Alaska, Hawaii, and Puerto Rico.  The estimated award amount is $47,296,200.  Contractor will deliver through frequent delivery system distributors to the store locations as needed.  The contract is for a base period beginning Nov. 2, 2012, through Aug. 31, 2013.  Four 1-year option periods are available.  If all option periods are exercised, the contract will be completed Aug. 31, 2017.  Funding will be provided for each semimonthly roll-up period; therefore, funding will not expire at the end of the current fiscal year.  One firm was solicited and one offer was received.  The acquisition was completed under FAR 6.302-5, “Authorized or Required by Statute.”  Items purchased are on the AbilityOne mandatory procurement list to be purchased from the designated AbilityOne work center.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Supplies, Revenue, and Headquarters Support Branch, Fort Lee, Va.

NAVY

Coastal Marine Services Inc.*, San Diego, Calif., is being awarded a $29,544,960 indefinite-delivery, indefinite-quantity, five-year, firm-fixed price contract to provide pipe lagging services onboard Navy ships homeported or visiting San Diego, Calif.  Contractor will provide all personnel, management, administrative and production services, material, tools, equipment and required support to accomplish pipe lagging services onboard Navy ships within a 50 mile radius of San Diego, which may include Oceanside, Calif.  Further the contractor must be familiar with and conform to all prescribed procedures set forth in applicable instructions, directives and publications.  Contract funds in the amount of $3,000 will be obligated at time of contract award. Work will be performed in San Diego, Calif., and is expected to completed by August 2017. Contract funds in the amount of $3,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N55236-13-D-0003).

General Dynamics NASSCO Earl Industries, Norfolk, Va., is being awarded a $25,072,533 modification to a previously awarded contract (N00024-11-C-4303) for USS Enterprise (CVN 65) Ship Terminal Operation Program in support of the deactivation of the ship.  Work will be performed in Norfolk, Va., and is expected to be completed by June 2013.  Contract funds in the amount of $25,072,533 will expire at the end of the current fiscal year.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Northrop Grumman Systems Corp. Information Systems, Network Communication Systems, San Diego, Calif., is being awarded a $20,578,917 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0096) to exercise and option for ancillary equipment, hardware, and software changes to integrate the Multi-Role Tactical Common Data Link (MR-TCDL) into the E6-B aircraft.  The MR-TCDL includes two Ku line-of-sight channels and one Ka satellite communications channel.  Ancillary equipment includes power conditioning, cooling, electrical and network distribution, and any other integration hardware required to interface Block II B kits into the existing E6-B architecture.  Ancillary software changes are those changes to existing software necessary to accommodate the new data flows and data interfaces.  Work will be performed in San Diego, Calif. (75 percent), Waco, Texas (20 percent), and Patuxent River, Md. (5 percent),  and is expected to be completed in October 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Management Services Group, Inc. dba Global Technical Systems*, Virginia Beach, Va. (N65236-13-D-5810); Sentek Consulting Inc. dba Sentek Global*, San Diego (N65236-13-D-5811); Skylla Engineering Ltd.*, Humble, Texas (N65236-13-D-5812); and UEC Electronics*, Hanahan, S.C. (N65236-13-D-5813), 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 battle space awareness services including the integration and test of systems of systems focused on the delivery of battlespace awareness, and intelligence capabilities and systems as well as the integrated employment of information operations (IO) capabilities, and also the development, integration, and test of intelligence, battlespace awareness, and information operations applications and dedicated hardware.  The cumulative, estimated value of the base year is $19,750,000.  Contract funds in the amount of $10,000 will be obligated on this award.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,760,000.  These four contractors may compete for the task orders under the terms and conditions of the awarded contracts.  Work will be performed worldwide, and is expected to be completed by November 2013.  If all options are exercised, work could continue until November 2017.  Contract funds will not expire at the end of the current fiscal year.  These contracts were competitively procured via full and open competition after exclusion of sources (8(a) set-aside) with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with seven offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

SRA International Inc., Fairfax, Va., was awarded on Oct. 30, 2012, a $17,444,077 indefinite-delivery requirements contract with firm-fixed-price task orders for the afloat network operations center, backup afloat network operations center, infrastructure support, and afloat information technology training support services worldwide in support of MSC’s Command, Control, Communications, and Computer Systems Directorate (N6).  SRA will provide engineering, technical, and programmatic support services for the Afloat Operations Program.  Work will be performed worldwide and is expected to be completed by June 2013.  Contract funds will not expire at the end of each fiscal year.  This is a non-competitive procurement under the statutory authority of 10 U.S.C.  § 2304(c)(2) as prescribed by FAR 6.302-2, “Unusual and Compelling Urgency.”  Military Sealift Command, Washington, DC, is the contracting activity (N00033-13-D-6009).

Sikorsky Support Services Inc., Stratford, Conn., is being awarded a $14,445,433 cost-plus-fixed-fee indefinite-delivery, indefinite-quantity contract for contractor field services (CFS) in support of the contractor engineering technical services program for H-53, H-60 helicopters and associated systems.  CFS technical services will provide aviation core disciplines including:  Airframe, Electrical, and Logistics Support Representatives.  Services will include on-and- off-site proficiency training, technical guidance and advice to resolve unusually complex technical problems.  Work will be performed at Norfolk, Va. (22 percent); Cherry Pt., N.C., (11 percent); Maguire Air Force, N.J. (11 percent); Miramar, Calif. (11 percent); New River, N.C. (11 percent); North Island, Calif. (11 percent); Atsugi, Japan (6 percent); Futenma, Japan (6 percent); Mayport, Fla. (5.5 percent); and Kaneohe Bay, Hawaii (5.5 percent), and is expected to be completed in October 2015.  Contract funds in the amount of $3,010,137 will 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 Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0002).

BAE Systems, Mayport, Jacksonville, Fla., is being awarded a $9,691,713 not-to-exceed  modification to previously awarded multi-ship, multi-option, cost-plus, award and incentive-fee contract (N40024-10-C-4406) to perform dry docking, ship alterations, maintenance and repair work during the emergent dry docking availability onboard the USS San Jacinto (CG 56).  Work will be performed in Jacksonville, Fla., and is expected to be completed by February 2013.  Contract funds in the amount of $9,691,713 will expire at the end of the current fiscal year.  The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded a firm fixed-price contract in the amount of $8,030,158 for a full range of ordnance handling and management services including labor, materials, equipment, inventory management, transportation, supervision and management to receive inspect, store, issue, transport, load, and manage all types of ammunition, explosives, expendable and technical ordnance material and weapons.  Additionally, the contractor shall perform all tasks related to peacetime and wartime munitions operations.  This contract includes four, one-year options which, if exercised, would bring the cumulative value of this contract to an estimated $43,564,921.  The base year total is $8,030,158, Option I is $8,713,225, Option II is $8,871,218, Option III is $8,944,840, Option IV is $9,005,478.  Work will be performed at Ewa Beach, Hawaii, and if all options are exercised work is expected to be completed by Sept. 30, 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce website, with two proposals received.  Navy Supply Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-13-C-3000).

AIR FORCE

DynCorp International L.L.C., Fort Worth, Texas, (FA8617-12-C-6208, P00004) is being awarded a $72,828,838 contract modification for contractor operated and maintained base supply services for the Joint Primary Aircraft Training System T-6A/B Texan II aircraft.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Oct. 31. 2013.  The contracting activity is AFLCMC/WLZJC, Wright-Patterson Air Force Base, Ohio.

Northrop Grumman Systems Corp., Herndon, Va., (FA8726-13-C-0001) is being awarded a $48,176,543 firm-fixed-price contract for E-11A platform maintenance for the Battlefield Airborne Communications Node Program.  The location of the performance is Kandahar Air Base, Afghanistan.  Work is expected to be completed by February 2018.  The contracting activity is AFLCMC/HNAK, Hanscom Air Force Base, Mass.

BAE Systems Information and Electronics, Nashua, N.H., (FA8232-13-C-0003) is being awarded a $35,463,587 firm-fixed-price contract for F-16 support equipment and support equipment spares.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Jan. 31, 2014.  The contracting activity is AFLCMC/WWMKB, Hill Air Force Base, Utah.  Contract involves Foreign Military Sales to Iraq.

L3 Communications Corp., Systems Field Support, Madison, Miss., (FA8106-11-D-0002, P00005 and Order 0003) is being awarded a $21,543,373 firm-fixed-price and cost reimburseable — no fee contract for contractor logistics support for the C-12 aircraft for Pacific Air Force, Air Force Material Command, Defense Intelligence Agency and Defense Security Cooperation Agency.  The location of the performance is Madison, Miss.  Work is expected to be completed by Oct. 31. 2013.  The contracting activity is AFLCMC/WLKLC, Tinker Air Force Base, Okla.

Raytheon Co., Tucson, Ariz., (FA8681-12-C-0196) is being awarded an $18,306,962 cost plus incentive fee and firm fixed price contract for integration and weapon verification support.  The location of the performance is Tucson, Ariz.  Work is expected to be completed by December 2016.  The contracting activity is AFLCMC/EBDK, Eglin Air Force Base, Fla.  Contract involves foreign military sales to Saudi Arabia.

General Dynamics C4 Systems, Inc., Scottsdale, Ariz., (FA8307-06-C-0010, P00045) is being awarded a $15,480,494 firm fixed price contract for 24 end cryptographic units including two embeddable solutions, one special test equipment and accessory kit with 20 key fill adapters manuals, training and provisioning related to end cryptographic equipment.  The location of the performance is Scottsdale, Ariz.  Work is expected to be completed by April 30, 2016.  The contracting activity is AFLCMC/HNCK, Lackland AFB, Texas.

Chenega Integrated Mission Support, Alexandria, Va., (FA9401-13-C-0001) is being awarded a $12,500,000 firm fixed price with cost reimbursable contract for base maintenance services.  The location of the performance is Kirtland Air Force Base, N.M.  Work is expected to be completed by Nov. 30, 2017.  The contracting activity is AFNWC/PZI, Kirtland AFB, N.M.

ARMY

The Boeing Co., Mesa, Ariz., was awarded a $66,107,478 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure Apache Block III aircraft and related support.  Work will be performed in Mesa, with an estimated completion date of Oct. 31, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0147).

Sierra Nevada Corp., Sparks, Nev., was awarded a $56,566,107 firm-fixed-price contract.  The award will provide for the procurement of individual counter radio control improvised explosive device electronic warfare systems.  Work will be performed in Folsom, Calif., with an estimated completion date of May 31, 2013.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-C-C001).

The Boeing Co., Colorado Springs, Colo., was awarded a $49,400,000 firm-fixed-price contract.  The award will provide for the Global Satellite Configuration control element sustainment support services.  Work will be performed in Colorado Springs, with an estimated completion date of Oct. 28, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-D-0088).

Short Bark Industries Inc., Vonore, Tenn., was awarded a $33,973,290 firm-fixed-price contract.  The award will provide for the procurement of a maximum of 142,857 concealable body armor vests.  Work location will be determined with each order, with an estimated completion date of Sept. 9, 2015.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0001).

Bell Helicopter Textron Inc., Hurst, Texas, was awarded a $33,410,210 firm-fixed-price contract.  The award will provide for the procurement of Bell Helicopter Huey II Aircraft and related support services.  Work will be performed in Hurst, with an estimated completion date of Dec. 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-G-0011).

National Conferencing Inc., Dumfries, Va., was awarded a $29,808,728 firm-fixed-price contract.  The award will provide for the services in support of the office of the Chief of Chaplains.  Work will be performed in Fort Belvoir, Va., with an estimated completion date of April 27, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Washington, DC, is the contracting activity (W91WAW-13-C-0002).

General Dynamics Armament and Technical Products Inc., Williston, Vt., was awarded a $28,273,560 firm-fixed-price contract.  The award will provide for the procurement of a maximum 12,000 M2A1 Quick Change Barrel Kits.  Work will be performed in Saco, Maine, with an estimated completion date of Dec. 31, 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-13-C-0027).

High Desert Support Services L.L.C., Baton Rouge, La., was awarded a $21,901,801 cost-plus-fixed-fee contract.  The award will provide for the installation support services at Fort Irwin, Calif.  Work will be performed in Fort Irwin, with an estimated completion date of Oct. 31, 2017.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Contracting Command, Yuma, Ariz., is the contracting activity (W9124R-13-C-0001).

Dutra Dredging Co., San Rafael, Calif., was awarded an $18,454,044 firm-fixed-price contract.  The award will provide for the dredging and other support services on the Delaware River Main Channel.  Work will be performed in Salem, N.J., and Philadelphia, Penn., with an estimated completion date of May 24, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-13-C-0001).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded an $18,343,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure modernized target acquisition designation sight/pilot night vision sensor.  Work will be performed in Orlando, with an estimated completion date of Oct. 22, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0120).

Bradbury Stamm Construction Inc., Albuquerque, N.M., was awarded an $18,027,728 firm-fixed-price contract.  The award will provide for the construction of two administration facilities at Cannon Air Force Base, N.M.  Work will be performed in Cannon Air Force Base, with an estimated completion date of Feb. 28, 2014.   The bid was solicited through the Internet, with eight bids received.  The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-13-C-0002).

L-3 Communications Applied Signal and Image Technology, Linthicum Heights, Md., was awarded a $16,249,870 firm-fixed-price contract.  The award will provide for the procurement of 245 RoadMaster 3.75 systems, spare parts, and support services.  Work will be performed in Linthicum Heights, with an estimated completion date of June 30, 2013.  One bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-C-C101).

Dell, Round Rock, Texas, was awarded a $9,963,494 firm-fixed-price contract. The award will provide for the procurement of tablets, laptops and desktops.  Work will be performed in Round Rock, with an estimated completion date of Dec. 31, 2012. Five bids were solicited, with three bids received. The U.S. Army Contracting Command, Tobyhanna, Penn., is the contracting activity (W91QUZ-06-D-0002).

Raytheon Co., Marlborough, Mass., was awarded an $8,941,124 firm-fixed-price contract.  The award will provide for the modification of an existing contract to add additional option year two hardware quantities.  Work will be performed in Marlborough, with an estimated completion date of March 31, 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 (W31P4Q-11-C-0177).

EMCOR Government Services Inc., Arlington, Va., was awarded an $8,254,374 firm-fixed-price contract.  The award will provide for the services in support of the Directorate of Public Works at Fort Huachuca, Ariz.  Work will be performed in Fort Huachuca, with an estimated completion date of Oct. 31, 2017.  The bid was solicited through the Internet, with 12 bids received.  The U.S. Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity (W9124A-13-C-0002).

BPSI-MPSC L.L.C., Severna Park, Md., was awarded an $8,000,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure administrative support services to the National Guard.  Work will be performed in Severna Park, with an estimated completion date of Dec. 15, 2013.  One bid was solicited, with one bid received.  The National Guard Bureau, Lansing, Mich., is the contracting activity (W912JB-12-D-4000).

R.L. Persons Construction Inc., Poplar Bluff, Mo., was awarded a $7,817,151 firm-fixed-price contract.  The award will provide for the construction of two landside berms.  Work will be performed in Cairo, Ill., with an estimated completion date of Nov. 28, 2014.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-13-C-0001).

CIRCLE L.L.C., Belle Chasse, La., was awarded a $7,343,144 firm-fixed-price contract.  The award will provide for the flood control services on the Mississippi River.  Work will be performed in Redwood, Miss., with an estimated completion date of March 31, 2014.  The bid was solicited through the Internet, with 10 bids received.  The U.S. Army Corps of Engineers, Vicksburg, Miss, is the contracting activity (W912EE-13-C-0001).

Sikorsky Aircraft, Stratford, Conn., was awarded a $7,309,923 firm-fixed-price contract.  The award will provide for the procurement of parts for the Black Hawk System.  Work location will be determined with each order, with an estimated completion date of Oct. 31, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0003).

NAVY

Stanley Associates Inc., Fairfax, Va., is being awarded a $65,000,000.00 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00039-13-D-0001) for the acquisition of system integration, development, support and maintenance of various information technology systems supporting the Navy Recruiting Command.  Work will be performed in Fairfax, Va., and is expected to be completed by November 2017.  Contract funds in the amount of $2,500 will be obligated and will expire at the end of the year.  No funding will be obligated at time of award.  Funding will be obligated on individual task orders as they are issued.  This contract was competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with four offers received.  The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-13-D-0001).

San Diego Gas and Electric Co., San Diego, Calif. is being awarded a $7,515,877 firm-fixed-price stand-alone sole source utility contract, to construct an electrical backup service feeder for the new hospital at Marine Corp Base Camp Pendleton. The work to be performed provides for the construction of the electrical 12KV backup service feeder from San Diego Gas and Electric’s (SDG&E’s) Stuart Mesa Substation to the new hospital at Marine Corp Base Camp Pendleton in accordance with SDG&E’s design.  Work will be performed in Oceanside, Calif., and is expected to be completed by January 2014. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009.  Contract funds will not expire at the end of the current fiscal year. This contract was issued as a sole source stand-alone utility contract pursuant to FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (contract number N62473-12-C-3804).

DEFENSE LOGISTICS AGENCY

Cobra Systems Inc., Bloomington, N.Y.*, was issued a modification exercising the third option year on contract SPM8E6-10-D-0002/P00007.  The modification is a fixed price with economic price adjustment, long term indefinite quantity contract for $45,728,168 for concertina wire.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were two responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Capital Revolving Funds.  The date of performance completion is Nov. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Allied Tube and Conduit Corp., Harvey, Ill., was issued a modification exercising the third option year on contract SPM8E6-10-D-0001/P00005.  The modification is a fixed price with economic price adjustment, long term indefinite quantity contract for $31,712,035 for concertina wire.  Other locations of performance are Ohio.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were two responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Capital Revolving Funds.  The date of performance completion is Nov. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Meggitt Aircraft Braking Systems Co., Akron, Ohio, was issued a modification exercising the first option year on contract SPRHA1-11-C-0014/P00004.  The modification is a firm fixed price contract for $9,457,579 for wheel assembly brakes and static displays.  There are no other locations of performance.  Using military service is Air Force.  There were three solicitations with four responses.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is Feb. 28, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah.

John Deere Construction Retail Sales, Moline, Ill., was awarded contract SPM8EC-13-D-0004.  The award is a fixed price with economic price adjustment contract with a maximum $776,000,000 for procurement of commercial type construction equipment.  Other locations of performance are in Iowa and N.C.  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 2013 through fiscal 2018 Defense Working Capital Funds.  The date of performance completion is Oct. 30, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Vision Systems International L.L.C., Fort Worth, Texas, was awarded contract SPRWA1-11-D-0007-0004.  The award is a firm fixed price; sole source contract with a maximum $10,995,883 for new aircraft installs, spares and support equipment.  Other locations of performance are in Oregan and Israel.  Using services are Navy, Iraq and Finland.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 and fiscal 2014 Navy appropriated funds and Foreign Military Sales.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

X-Gen Pharmaceuticals, Horseheads, N.Y.*, was issued a modification exercising the third option year on contract SPM2D0-09-D-0010/P00020.  The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity, clause type contract with a maximum $10,040,895 for various pharmaceutical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were twenty-three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Warstopper Funds.  The date of performance completion is Nov. 2, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE THREAT REDUCTION AGENCY

University of New Mexico, Health Sciences Center, Albuquerque, N.M., is being awarded a $8,357,735 Cost type contract for research into a high throughput screening/sequencing discovery platform for the Defense Threat Reduction Agency in support of the Research and Development Enterprise.  Bids were solicited via BAA and many proposals were received.  The contracting activity is Defense Threat Reduction Agency, Ft Belvoir, Va., (HDTRA1-13-C-0005).  Work will be performed at Albuquerque, N.M., and is expected to be completed November 2016.

VIRGINIA CONTRACTING ACTIVITY

BAE Systems Information Solutions (McLean, Va.), Battelle Memorial Institute (Columbus, Ohio), Booz Allen & Hamilton (McLean, Va.), Cyberspace Solutions L.L.C. (Reston, Va.), Intrepid Solutions Services Inc. (Falls Church, Va.), Prescient Edge Corp. (Falls Church, Va.), SAIC (McLean, Va.), Six 3 Intelligence Solutions (McLean, Va.), and SRA (Fairfax, Va.) were awarded contracts HHM402-13-D-0002, HHM402-13-D-0010, HHM402-13-D-0003, HHM402-13-D-0004, HHM402-13-D-0005, HHM402-13-D-0006, HHM402-13-D-0007, HHM402-13-D-0008, and HHM402-13-D-0009, respectively on Oct. 26, 2012.  The award is a multiple-award, indefinite delivery indefinite quantity contract with a combined maximum ceiling of $750,000,000 over a five-year period ending Nov. 30, 2017.  The contract fulfills a full scope of intelligence training requirements, with work to be performed in Washington, DC; Quantico, Va.; Norfolk, Va.; Ft. Huachuca, Ariz.; Ft. Jackson, S.C.; Willow Grove, Pa.; Oak Ridge, Tenn.; West Davis Monthan AFB, Ariz.; and elsewhere as required.  The original synopsis was announced on Jan. 9, 2012, and interested parties received a classified briefing and an unclassified Request for Proposal (RFP) on March 27, 2012.  The bid period closed on May 2, 2012.  24 proposals were submitted, and nine companies received awards.  The contracting activity is the Virginia Contracting Activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6471, P00140) is being awarded a $489,413,280 contract modification for the C-5 Reliability Enhancement and Re-engining Program Lot 6 material and fabrication effort.  The location of the performance is Marietta, Ga.  Work is expected to be completed by July 17, 2015.  The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio.

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.

R3 Strategic Support Group, Inc., (FA4452-13-D-0001) is being awarded a $79,000,000 firm fixed price, indefinite delivery and indefinite quantity contract for explosive ordnance disposal support services to the Air Force enterprise.  The location of the performance is Air Force wide installation support (CONUS and OCONUS).  Work is expected to be completed by Dec. 31, 2017.  The contracting activity is HQ AMC/A7KQA, Scott Air Force Base, Ill.

BAE Systems Information and Electronics, Nashua, N.H., (FA8232-13-C-0003) is being awarded a $35,463,587 firm fixed price contract for F-16 support equipment and support equipment spares to support aircraft deliveries.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Jan. 31, 2014.  The contracting activity is AFLCMC/WWMKB, Hill Air Force Base, Utah.  Contract involves Foreign Military Sales to Iraq.

BAE Systems Information and Electronics, Nashua, N.H., (FA8232-13-C-0004) is being awarded a $27,168,437 firm fixed price contract for F-16 support equipment and support equipment spares to support aircraft deliveries.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Feb. 14, 2014.  The contracting activity is AFLCMC/WWMKB, Hill Air Force Base, Utah.  Contract involves Foreign Military Sales to Indonesia.

NAVY

Manhattan Hunt A. Joint Venture, Tulsa, Okla., is being awarded a $214,801,112 firm-fixed-price contract for construction of the Ambulatory Care Center and Dental Clinic at Joint Base Andrews Naval Air Facility Washington.  This is a phased construction project where existing facilities will continue to operate during the construction of the new facility.  The contract is incrementally funded with the first increment of $148,371,366 being allocated at the time of award.  The second increment will be funded in fiscal year 2014 at $66,429,746.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $214,871,112.  Work will be performed in Camp Springs, Md., and is expected to be completed by May 2016.  Contract funds in the amount of $148,371,366 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Washington, Washington, DC, is the contracting activity (N40080-13-C-0151).

L-3 Communications Corp., D/B/A L-3 Communications Integrated Systems – Waco Platform Integration Div., Waco, Texas, is being awarded a $109,147,531 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0017) to exercise an option for services in support of the P-3, EP-3 and NP-3 Sustainment Modification and Installation Program.  This effort includes planned maintenance interval, structural replacement and fabrication efforts pertaining to special structural inspection kits, center wing assemblies, Zone 5 kits, and outer wing installations and refurbishments.  No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  Work will be performed in Waco, Texas, and is expected to be completed in October 2013.  Contract will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Commissioning Solutions Global L.L.C.*, Mandeville, La., (N55236-13-D-0001) and Oilkleen Inc.*, Ruskin, Fla. (N55236-13-D-0002), are both being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide lubricating oil flushing services onboard U.S. Navy ships.  The maximum dollar value, including the base year and four option years, for both contracts combined is $100,729,000.   Each contractor shall provide all the personnel, management, administrative and production services, material, tools, equipment, and required support to accomplish lubricating oil flushing services onboard U.S. naval ships.  Further, the contractor must be familiar with and conform to all prescribed procedures set forth in applicable instructions, directives, publications, etc. issued by the Department of Defense, Secretary of the Navy, Chief of Naval Operations, and other DOD-related activities.  Work will be completed within a 50-mile radius of San Diego, Calif., which may include Oceanside, Calif., and is expected to be completed by October 2017.  Contract funds in the amount of $6,000 ($3,000 minimum obligation for each contract) will expire at the end of the current fiscal year. This requirement was competitively procured via the Federal Business Opportunities web site with six proposals solicited and five offers received.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Cultural Resource Analysts Inc.*, Lexington, Ky. (N62470-13-D-8000); ASM Affiliates Inc.*, Carlsbad, Calif. (N62470-13-D-8001); and Hardy Heck Moore*, Austin, Texas, (N62470-13-D-8002) are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for archaeological and architectural services for the survey, inventory, identification, evaluation, study, protection, preservation, conservation and interpretation of prehistoric and historical archaeological and architectural resources  at sites located within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR) which includes the continental U.S., and areas outside of the continental U.S. (OCONUS).  OCONUS areas include the Caribbean and areas within NAVFAC Europe Africa Southwest Asia (Northern Africa, Europe, and Bahrain); and NAVFAC Pacific AOR.  The services provided under this contract may be used on a case by case basis in support of various other Department of Defense commands and installations worldwide.  The maximum dollar value including the base period and two option years for all three contracts combined is $10,000,000.  No task orders are being issued at this time.  Work will be performed in Washington (20 percent); Va. (15 percent); N.C. (15 percent); Europe (15 percent); Ill. (10 percent); Ind. (10 percent); Hawaii (6 percent); Fla. (5 percent); and Calif. (4 percent).  The term of the contract is not to exceed 36 months, with an expected completion date of October 2015.  Contract funds in the amount of $15,000 are obligated on this award and will expire at the end of the current fiscal year.   This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received.  Three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

LC Industries, Durham, N.C., is being awarded an estimated $17,000,000 fixed-price requirements contract for the consignment of office supplies for the Consolidated Material Service Center (CMSC), Marine Corps Base (MCB), Camp Pendleton, Calif.  The scope of this contract is to provide office supplies to the CMSC “serv-mart” store.  This contract includes one option year, which if exercised, would bring the contract value to an estimated $34,000,000.  Work will be performed at Camp Pendleton, Calif., and work is expected to be completed by Oct. 31, 2013.  If the option is exercised, work will continue through Oct. 31, 2014.  This contract was competitively procured via the Navy Electronic Commerce Online website, with one offer received.  Contract funds in the amount of $750,000 are obligated on this award.  The contract will be funded through quarterly delivery orders that begin on Nov. 1, 2012.  Contract funds in an estimated amount of $17,000,000 will expire at the end of the current fiscal year.  The Regional Contracting Office-Marine Corps Installation West, MCB, Camp Pendleton, Calif., is the contracting activity (M00681-13-D-0001).

UNITED STATES TRANSPORTATION COMMAND

This multi-award program originally announced Aug. 1, 2012, has been amended to include Farrell Lines Inc., Norfolk, Va. (HTC711-13-D-R001), in addition to the following awardees World Airways, Inc., Peachtree City, Ga. (HTC711-12-D-R007), Liberty Global Logistics L.L.C.,  Lake Success, N.Y. (HTC711-12-D-R008), American President Lines Ltd., Inc., Scottsdale, Ariz. (HTC711-12-D-R009), and National Air Cargo Group Inc., Yspilanti, Mich. (HTC711-12-D-R010) are each being awarded an indefinite delivery/indefinite quantity fixed-price contract award for international commercial multimodal transportation service. Transportation services include the time-definite, door to door/port to door pick-up and delivery, electronic data interchange, customs processing and clearance of containerized and breakbulk cargo.  Work will be performed between various continental U.S. and outside the continental U.S. points and ports.  The performance period for the base year is Aug. 1, 2012 to July 31, 2013, with two one-year option periods from Aug. 1, 2013 to July 31, 2015. The first year overall estimated program value is $365,700,000 ($2,500 minimum award guarantee per awardee).  This program has an overall three-year maximum ceiling value of $1,640,000,000. Nine proposals were received.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities DOD Awarded Contracts | beenetworknews - November 19, 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: