Business and Career Opportunities DOD Awarded Contracts

November 19, 2012

Business / Career

DOD Awarded Contracts

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded an $804,426,634 firm-fixed-price contract.  The award will provide for the modification of an existing contract to provide for the procurement of UH-60M and HH-60M helicopters and to fund associated engineering, program management, provisioning, technical publications, logistics support and related funding.  Work will be performed in Stratford, with an estimated completion date of June 30, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

            AAI Corp., Hunt Valley, Md., was awarded a $203,568,826 cost-plus-incentive-fee contract.  The award will provide for the modification of an existing contract to procure logistics, operations and sustainment support for the Shadow Tactical Unmanned Aircraft Systems.  Work will be performed in Hunt Valley and Afghanistan, with an estimated completion date of Oct. 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0011).

EADS North America, Herndon, Va., was awarded a $181,763,959 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure UH-72A aircraft.  Work will be performed in Columbus, Miss., with an estimated completion date of Aug. 31, 2014.  Five bids were solicited, with three bids received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

            HRCI/MPSC PASS L.L.C., Antioch, Tenn., was awarded a $100,000,000 firm-fixed-price contract.  The award will provide for the general administrative support services to the National Guard.  Work location will be determined with each order, with an estimated completion date of Dec. 2, 2017.  The bid was solicited through the Internet, with 27 bids received.  The National Guard Bureau, Lansing, Mich., is the contracting activity (W912JB-12-D-4000).

DynCorp International, Falls Church, Va., was awarded an $80,000,000 cost-plus-fixed-fee contract.  The award will provide for the mentoring and training of the Afghanistan National Army.  Work will be performed in Afghanistan, with an estimated completion date of Oct. 31, 2013.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W91CRB-10-C-0030).

The Boeing Co., Mesa, Ariz., was awarded a $59,569,990 firm-fixed-price contract.  The award will provide for the modification of an existing contract to exercise option year two for Army aviation missile command material/labor for service of the Apache D Unique components on the Performance Based Logistics contract.  Work will be performed in Mesa, with an estimated completion date of Oct. 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-C-0025).

The Boeing Co., Mesa, Ariz., was awarded a $49,550,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure services in support of the H47 Component Material and H47 Over-and-Above Airframe.  Work will be performed in Corpus Christi, Texas, with an estimated completion date of Oct. 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 (W58RGZ-10-D-0027).

GTRI, Atlanta, Ga., was awarded a $48,465,456 cost-plus-fixed-fee contract.  The award will provide for the services in support of the U.S. Army Research Development and Engineering Center.  Work location will be determined with each order, with an estimated completion date of Nov. 7, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-D-0007).

Northrop Grumman Technical Services, Sierra Vista, Ariz., was awarded a $36,504,506 cost-plus-fixed-fee contract.  The award will provide for the services in support of the Hunter Unmanned Aircraft System.  Work will be performed in Sierra Vista, with an estimated completion date of Oct. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0010).

The Boeing Co., Mesa, Ariz., was awarded a $34,125,819 cost-plus-incentive-fee contract.  The award will provide for the funding of AH-64 Apache Block III System Development and Demonstration Phase.  Work will be performed in Mesa, with an estimated completion date of Sept. 30, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0001).

Northrop Grumman Enterprise Management Services,Herndon, Va., was awarded a $33,205,857 firm-fixed-price contract.  The award will provide for the

procurement of base operations support on Fort Polk, La.  Work will be performed in Fort Polk, with an estimated completion date of Nov. 9, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Fort Polk, La., is the contracting activity (W911SE-07-D-0016).

Honeywell International Inc., Tempe, Ariz., was awarded a $31,701,481 firm-fixed-price contract.  The award will provide for the procurement of services in support of overhaul and repair activities for the entire T-55 family of engines and components.  Work will be performed in Corpus Christi, Texas, with an estimated completion date of Oct. 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-C-0039).

Skanska USA Builders Inc., Rockville, Md., was awarded a $30,761,850 firm-fixed-price contract.  The award will provide for the construction of the Asymmetric Warfare Group Brigade Complex.  Work will be performed in Fort Meade, Md., with an estimated completion date of Oct. 30, 2014.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0002).

Northcon Inc., Hayden, Idaho, was awarded a $25,000,000 firm-fixed-price contract.  The award will provide for the construction services.  Work location will be determined with each order, with an estimated completion date of Oct. 31, 2017.  The bid was solicited through the Internet, with 10 bids received.  The U.S. Army Contracting Command, Fort Gordon, Ga., is the contracting activity (W91249-13-D-0001).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $20,580,000 fixed-price-incentive contract.  The award will provide for the engineering change proposal in support of software development.  Work will be performed in Poway, with an estimated completion date of Nov. 15, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0068).

Raytheon, Andover, Mass., was awarded a $19,151,325 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure phased array tracking to intercept of target capability in support of foreign military sales.  Work will be performed in Andover, with an estimated completion date of Oct. 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0001).

Six3 Intelligence Solutions Inc., Lorton, Va., was awarded an $18,840,000 labor-hour contract.  The award will provide for the necessary services in support of U.S. Army Europe.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2015.  The bid was solicited through the Internet, with 11 bids received.  The U.S. Army Contracting Command, Kaiserslautern, Germany, is the contracting activity (W564KV-13-D-0002).

            Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded a $17,060,332 firm-fixed-price contract.  The award will provide for the Vehicle and Dismount Exploitation Radar Systems and associated equipment and services.  Work will be performed in Linthicum Heights, with an estimated completion date of Feb. 6, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-C-C103).

Weeks Marine Inc., Covington, La., was awarded a $15,350,000 firm-fixed-price contract.  The award will provide for the re-nourishment of a beach berm at Sandbridge Beach.  Work will be performed in Virginia Beach, Va., with an estimated completion date of May 15, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-13-C-0013).

Sierra Nevada Corp., Sparks, Nev., was awarded a $14,975,798 firm-fixed-price contract. The award will provide for the procurement of the Hawker Beechcraft B300 aircraft equipped with extended range package and integrated avionics system.  Work will be performed in Sparks, with an estimated completion date of May 2, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0017).

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $14,519,335 firm-fixed-price contract.  The award will provide for the modification of an existing contract to produce the Precision Guidance Kit.  Work will be performed in Plymouth, with an estimated completion date of Aug. 15, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, Ala., is the contracting activity (W15QKN-06-C-0130).

Navistar Defense L.L.C., Lisle, Ill., was awarded a $10,912,846 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procurement of field service representatives in support of the mine resistant ambush protected maxxpro survivability upgrade integration.  Work will be performed in Afghanistan, with an estimated completion date of Sept. 14, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0404).

Laibe Corp., Inc., Indianapolis, Ind., was awarded a $10,619,010 firm-fixed-price contract.  The award will provide for procurement of water well completion kits and ancillary consumable items.  Work location will be determined with each order, with an estimated completion date of Nov. 13, 2015.  The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-D-0003).

            Sabre Global Services, Wharton, N.J., (W15QKN-13-D-0011); Intelligence, Communications and Engineering Inc., Sierra Vista, Ariz., (W15QKN-13-D-0012); and Millennium Corporation, Arlington, Va., (W15QKN-13-D-0010); were awarded a $9,900,000 firm-fixed-price contract.  The award will provide for the engineering services in support of the M153 Common Remote Weapon System Program.  Work location will be determined with each order, with an estimated completion date of Nov. 13, 2017.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

AM General L.L.C., South Bend, Ind., was awarded an $8,740,727 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure high mobility multi-purpose wheeled vehicles in support of Foreign Military Sales.  Work will be performed in Mishawaka, Ind., with an estimated completion date of May 6, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0405).

Daimler Trucks of North America L.L.C., Portland, Ore., was awarded an $8,589,566 firm-fixed-price contract.  The award will provide for the procurement of trucks and trailers in support of Foreign Military Sales.  Work will be performed in Egypt, with an estimated completion date of Nov. 5, 2013.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-13-C-0001).

Jupiter Systems, Hayward, Calif., was awarded a $7,776,600 firm-fixed-price contract. The award will provide for the procurement of Vizion Plus II Wall Processors.  Work will be performed in Hayward, with an estimated completion date of Feb. 15, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Tobyhanna, Penn., is the contracting activity (W25G1V-13-C-0001).

AM General, Mishawaka, Ind., was awarded a $7,198,410 firm-fixed-price contract.  The award will provide for the procurement of power packs used in high mobility multi-purpose wheeled vehicles.  Work will be performed in Mishawaka, with an estimated completion date of Nov. 14, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Chambersburg, Penn., is the contracting activity (W911N2-12-D-0003).

MISSILE DEFENSE AGENCY

            deciBel Research, Inc. Huntsville, Ala., was awarded an indefinite delivery/indefinite quantity fixed price incentive firm-target contract under contract HQ0147-13-D-0001.  The total ceiling award value is $120,000,000.  Under this new IDIQ contract, the contractor efforts include the development and testing of upgraded early warning radars and the Cobra Dane radar that provide acquisition and tracking of ballistic missiles launched against the United States, deployed forces, friendly nations, and allies.  The effort encompasses the execution of the Ballistic Missile Defense System (BMDS) test related activities that include planning, integrating, executing, and analyzing UEWR and CD BMDS flight tests, ground tests (including MDA benchmark integration testing), and element tests for each test event defined in the BMDS Integrated Master Test Plan.  The radars include UEWRs at Beale Air Force Base in Calif., Royal Air Force Fylingdales in the United Kingdom, Thule Air Base, Greenland and CD radar located at Eareckson Air Station on Shemya Island, Alaska.  The work will be performed in Huntsville, Ala.  The ordering period is from contract award to five years from date of award.  This contract was competitively procured via publication on the Federal Business Opportunities website with six proposals received.  Fiscal 2013 research, development, test and evaluation funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147).

NAVY

Electric Boat Corp., Groton, Conn. is being awarded an $88,828,706 modification to previously awarded contract (N00024-10-C-2118) for development studies and design efforts related to Virginia-class submarines.  The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks and prototypes and Engineering Development Models (EDMs) required to fully evaluate new technologies to be inserted in succeeding Virginia-class submarines.  Work will be performed in Groton, Conn. (87 percent); Quonset Point, R.I. (9 percent); Newport, R.I. (2 percent), and Newport News, Va. (2 percent), and is expected to be completed by November 2013. Contract funds in the amount of $6,300,000 will be obligated at contract award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Aliron International Inc.*, Bethesda, Md. (N62645-13-D-5000); The Arora Group Inc.*, Gaithersburg, Md., (N62645-13-D-5001); Coastal Clinical Management Services Inc.*, Rosemont, Pa. (N62645-13-D-5002); Medtrust L.L.C.*, San Antonio, Texas (N62645-13-D-5003), Platinum Business Corp.*, Laurel, Md. (N62645-13-D-5004); and Saratoga Medical Center Inc.*, Fairfax, Va. (N62645-13-D-5005), are each being awarded a 60-month, firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award task order contract for various nursing services.  These services include, but are not limited to, registered nurses, licensed practical nurses, and nurse practitioners.  The aggregate not-to-exceed amount for these multiple award contracts combined is $84,473,938 and each of the companies will have the opportunity to bid on individual task order.  Work will be performed at Naval Military Treatment Facilities and their associated branch clinics in the western United States to include: Naval Hospital Lemoore, Calif. (28 percent); Naval Hospital Camp Pendleton, Calif. (25 percent); Naval Medical Center San Diego, Calif. (25 percent); Naval Hospital Twentynine Palms, Calif. (17 percent); Naval Branch Health Clinic Yuma, Ariz. (2 percent); and Naval Branch Health Clinic Fallon, Nev. (3 percent), and work is expected to be completed by Feb. 28, 2019.  Minimum contract funding in the amount of $30,000 will be obligated at time of award with funds expected to expire at the end of this current fiscal year.  Funding is predominantly from the Defense Health Program; however, other funding initiatives such as Psychological Health/Traumatic Brain Injury, Overseas Contingency Operations and Wounded, Ill, and Injured may be used.  These are all one-year funding types.  These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside, with 30 offers received.  The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

Vigor Marine L.L.C., Shipbuilding, Portland, Ore., is being awarded a $34,848,589 firm-fixed-price contract for the detail design, construction, installation and systems verification for the mobile landing platform core capabilities set enabling the transfer vehicles and equipment at-sea froma legacy large, medium-speed, roll-on/roll-off ship and interface with surface connectors, to include landing craft air-cushion craft, todeliver the vehicles andequipment ashore.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,000,813.  Work will be performed in Portland, Ore. (98.5 percent), and Oakland, Calif. (1.5 percent), and is expected to be completed by November 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one proposal solicited and three offers received.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Raytheon Co., Space and Airborne Systems, Goleta, Calif., is being awarded a $23,183,614 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0052) for the procurement of 26 additional AN/ALR-67(V)3 radar warning receivers for the U.S. Navy, and four countermeasure signal processor weapons replacement assemblies for the of Switzerland.  Work will be performed in Forest, Miss. (32 percent); Goleta, Calif. (20 percent); San Diego, Calif. (14 percent); Chatsworth, Calif. (11 percent); Sydney, Australia (11 percent); Lansdale, Pa. (8 percent); and McKinney, Texas (4 percent), and is expected to be completed in June 2015.  Contract funds in the amount of 23,183,614 will be obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($22,141,132; 95.5 percent) and the Government of Switzerland ($1,042,482; 4.5 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

            Insitu Inc., Bingen, Wash., is being awarded a $12,075,793 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) to procure additional flight hours for pre and post deployment operations and servicesin support of the ScanEagle Unmanned Aerial Systems (UAS).  These services will provide electro-optical/infra red and mid-wave infra red imagery in support of land-based operations in Operation Enduring Freedom to provide real-time imagery and data.  Work will be performed in Bingen, Wash., and is expected to be completed in January 2013.  Contract funds in the amount of $12,075,793 will expire at the end of the current fiscal year.  Contract funds in the amount of $12,075,793 will be obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hess Corp., Woodbridge, N.J., was awarded contract SPE600-13-D-8008.  The award is a firm-fixed-price contract with a maximum $80,378,365 for electricity.  Other locations of performance are Maryland and District of Columbia.  Using military service is Navy, Air Force, Marine Corps, and federal civilian agencies.  There were one hundred and nine solicitations with twelve responses.  Type of appropriation is fiscal 2013 through fiscal 2015 service funds. The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Produce Source Partners, Inc., Ashland, Va.*, was issued a modification exercising the third option year on contract SPM300-08-D-P037/P00011.  The modification is a fixed price with economic price adjustment, indefinite quantity contract with a maximum $42,300,000 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 through fiscal 2014 Defense Working Capital Funds.  The date of performance completion is May 20, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Northrop Grumman Systems Corp., Bethpage, N.Y., was awarded contract SPM4AX-12-D-9401.  The award is a firm-fixed-price, sole source contract with a maximum $30,498,907 for the procurement of outer wing panels.  There are no other locations of performance.  Using military service is Navy.  There was one solicitation with one response.  Type of appropriation is fiscal 2015 Navy Funds.  The date of performance completion is Jan. 31, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

            Infrastructure Defense Technologies, Belvidere, Ill.*, was issued a modification exercising the second option year on contract SPM8EG-11-D-0003/P00006.  The modification is a fixed price with economic price adjustment contract with a maximum $28,267,656 for facilities maintenance.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 defense working capital funds.  The date of performance completion is Dec. 28, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MidAmerican Energy Co., Urbandale, Iowa, was awarded contract SPE600-13-D-8011.  The award is a firm-fixed-price contract with a maximum $21,136,796 for electricity.  Other location of performance is Maryland.  Using military service is Army and federal civilian agencies.  There were one hundred and nine solicitations with twelve responses.  Type of appropriation is fiscal 2013 through fiscal 2015 service funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Washington Gas Energy Services, Inc., Herndon, Va., was awarded contract SPE600-13-D-8013.  The award is a firm-fixed-price contract with a maximum $20,397,579 for electricity.  Other location of performance is Md.  Using military services are Army, Navy and federal civilian agencies.  There were one hundred and nine solicitations with twelve responses.  Type of appropriation is fiscal 2013 through fiscal 2015 service funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Constellation NewEnergy Inc., Baltimore, Md., was awarded contract SPE600-13-D-8007.  The award is a firm fixed price contract with a maximum $11,069,854 for electricity.  Other locations of performance are Ohio and District of Columbia.  Using military service is Army and federal civilian agencies.  There were one hundred and nine solicitations with 12 responses.  Type of appropriation is fiscal 2013 through fiscal 2015 Service Funds. The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Hess Corp., Woodbridge, N.J., was awarded contract SPE600-13-D-8003.  The award is a firm-fixed-price contract with a maximum $12,138,420 for electricity.  Other location of performance is Maryland.  Using military service is Navy.  There were one hundred and ten solicitations with seven responses.  Type of appropriation is fiscal 2012 through fiscal 2014 Navy Funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Direct Energy Business L.L.C., Pittsburgh, Pa., was awarded contract SPE600-13-D-8005.  The award is a firm-fixed-price contract with a maximum $11,091,581 for electricity.  Other location of performance is Illinois.  Using military service is Navy.  There were one hundred and ten solicitations with seven responses.  Type of appropriation is fiscal 2012 through fiscal 2014 Navy Funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

GDF Suez Energy Resources NA, Inc., Houston, Texas, was awarded contract SPE600-13-D-8000.  The award is a firm-fixed-price contract with a maximum $8,737,548 for electricity.  Other location of performance is New York.  Using military service is Air Force and federal civilian agencies.  There were seventy-seven solicitations with eight responses.  Type of appropriation is fiscal 2013 through fiscal 2015 Air Force Funds.  The date of performance completion is December 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

PPL Energy Plus, Allentown, Pa., was awarded contract SPE600-13-D-8012.  The award is a firm-fixed-price contract with a maximum $8,425,454 for electricity.  Other locations of performance are Md., and N.J.  Using military service is Army, Air Force, and federal civilian agencies.  There were one hundred and nine solicitations with twelve responses.  Type of appropriation is fiscal 2013 through fiscal 2015 Service Funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

AIR FORCE

            Northrop Grumman Systems Corp., Linthicum, Md., (FA8808-05-C-0001, P00127) is being awarded a $36,289,617 contract modification  to support the Re-phased Launch Schedule for the Defense Meteorological Satellite Program for Flights 19 and 20.  The location of the performance is Linthicum, Md.  Work is expected to be completed by Nov. 30, 2014.  The contracting activity is SMC/DWSD, Los Angeles Air Force Base, Calif.

            Kratos Technology and Training Solutions Inc., San Diego, Calif., (FA8808-13-C-0002) is being awarded a $17,506,869 fixed price incentive firm and cost-plus-fixed fee contract for command and control system consolidated production and sustainment for current and future military satellite communications satellites.  The location of the performance is Colorado Springs, Colo.  Work is expected to be completed by Dec. 31, 2018.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

Lockheed Martin Corp., Marietta, Ga., (FA8525-13-D-0002) is being awarded a $10,690,220 firm-fixed-price, time and materials contract for the C-5 Aileron Hinge Bracket Repair.  The location of the performance is Marietta, Ga.  Work is expected to be completed by Nov. 16, 2012.  The contracting activity is AFLCMC/WLKB, Robins Air Force Base, Ga.

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pa., is being awarded a $355,877,746 cost-plus-fixed-fee contract for naval nuclear propulsion components.  Work will be performed in Monroeville, Pa. (68.75 percent), and Schenectady, N.Y. (31.25 percent).  Contract funds will not expire at the end of the current fiscal year.  No completion date or additional information is provided on naval nuclear propulsion program contracts.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2121).

Booz Allen Hamilton, McLean, Va. (N65236-13-D-4856); CACI Technologies Inc., Chantilly, Va. (N65236-13-D-4857); Centurum Inc., Marlton, N.J. (N65236-13-D-4858); L-3 Services Inc., Mount Laurel, N.J. (N65236-13-D-4859); Lockheed Martin Corp. IS&GS, Herndon, Va. (N65236-13-D-4860); SAIC Inc., McLean, Va. (N65236-13-D-4861); and Scientific Research Corp., Atlanta, Ga. (N65236-13-D-4862) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract for the procurement of battle-space awareness support services including 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 $179,912,000.  These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $899,560,000.  Work will be performed worldwide.  Work is expected to be completed by November 2013.  If all options are exercised, work could continue until November 2017.  Contract funds in the amount of $25,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The multiple award contractswere competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with nine offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

The Boeing Co., Huntington Beach, Calif., is being awarded a $30,428,237 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide fiscal 2013 and fiscal 2014 U.S. and U.K. TRIDENT II (D5) navigation subsystem requirements.  Specific efforts include:  (1) engineering support services and problem investigations for U.S. and U.K. owned Electrostatically Supported Gyro Navigator (ESGN) navigation inertial instruments and equipment and fleet documentation; (2) modification, refurbishment, and repair of U.S. and U.K. ESGN instruments and equipment; (3) U.S. and U.K. refurbishment of stable platform housing (SPH) and SPH support items including overhaul kits; (4) common missile compartment support; and (5) Ohio Class SSBN engineered refueling overhauls.  No funding will be obligated at time of award.  Work will be performed in Huntington Beach, Calif. (71.9 percent), and Heath, Ohio (28.1 percent), and work is expected to be completed March 30, 2015.  If all options are exercised the work will continue through Sept. 30, 2015.  Contract funds in the amount of $21,252,052 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1.  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0002).

ManTech Systems Engineering Corp., Fairfax, Va., is being awarded a $23,383,027 indefinite-delivery/indefinite-quantity contract for the procurement of warfare analysis and assessments, modeling and simulation, advanced concept development/design and acquisition analysis software development, and analytic program support for the Naval Air Systems Command’s Warfare Analysis and Integration Department.  Work will be performed in Patuxent River, Md., and is expected to be completed in November 2013.  No funds will be obligated on this contract at time of award.  This contract was competitively procured under an electronic request for proposals, with one offer received.  The Naval Air Warfare Center Aircraft Division Command is the contracting activity (N00421-13-D-0002).

Marvin Engineering Co., Inc., Inglewood, Calif., is being awarded a $17,929,710 firm-fixed-price contract for the procurement of 420 BRU-32 B/A Bomb Racks for the F/A-18E/F and EA-18G aircraft.  Work will be performed in Inglewood, Calif., and is expected to be completed in December 2015.  Contract funds in the amount of $17,929,710 will be obligated on this award, none of which will expire at the end of the fiscal year.  This contract was competitively procured via an electronic request for proposals.  Two offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-13-C-0002).

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $10,947,863 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure  up to a maximum of 41 ARC-243 High Frequency Radio System including 200 hours of associated engineering support.  The ARC-243 HF radio system includes the receiver exciter, antenna coupler, power supply and associated mounts.  The work will be performed in Cedar Rapids, Iowa, and is expected to be completed in August 2016.   Contract funds in the amount of $2,827,278 will be obligated on this award, none of which 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 Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0003).

ERAPSCO Inc., Columbia City, Ind., is being awarded a $9,693,000 modification to a previously awarded firm-fixed-price contract (N00421-12-C-0047) to exercise an option for 1,800 AN/SSQ-101A sonobuoys in support of Navy antisubmarine forces for the mission of detection, classification and localization of adversary submarines during peacetime and combat operations.  Work will be performed in Columbia City, Ind. (53 percent) and DeLeon Springs, Fla. (47 percent), and is expected to be completed in November 2014.  Contract funds in the amount of $9,693,000 will be obligated on this award, $414,645 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sterling Foods L.L.C., San Antonio, Texas, was issued a modification exercising the first option year on contract SPM3S1-12-D-Z100/P00003.  The modification is a firm fixed price contract with a maximum $32,464,406 for bakery components used in the Meal-Ready-to-Eat Program.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were five solicitations with five responses.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Raytheon Co., Missile Systems Division, Tucson, Ariz. (FA8675-12-C-0001, P00004), is being awarded an $18,391,146 contract modification for the high-speed, anti-radiation Missile Targeting System R7 contractor logistics support services.  The location of the performance is Tucson, Ariz.  Work is expected to be completed by Nov. 30, 2013.  The contracting activity is AFLCMC/EBAK, Eglin Air Force Base, Fla.

 

DEFENSE LOGISTICS AGENCY

Allan Baker Inc., Louisville, Ky.*, was issued a modification exercising the second option year on contract SPM2DE-11-D-7546/P00004.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $22,205,376 for the purchase of optical lenses.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Nov. 30, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Bremen-Bowdon Investments, Bowdon, Ga.*, was issued a modification exercising the second option year on contract SPM1C1-10-D-1090/P00005.  The modification is a firm-fixed-price contract with a maximum $12,799,800 for men’s Army blue dress coats.  There are no other locations of performance.  Using military services are Army.  There were five responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Nov. 13, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Northrop Grumman Technical Services Inc., Herndon, Va., was awarded contract SPM4A1-11-G-0004-0059.  The award is a firm-fixed-price, sole source contract with a maximum $8,979,997 for horizontal stabilizers.  Other location of performance is California.  Using military service is Air Force. There was one solicitation with one response.  Type of appropriation is fiscal 2018 Defense Working Capital Funds. The date of performance completion is Sept. 14, 2017.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Md., is being awarded a $19,364,649 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-1058) for services in support of the Naval Air Warfare Center Aircraft Division’s Integrated Communication and Information Systems Division.  Services provided will support the design, integration, testing, installation, training, and certification of shipboard command,control, communications, computers, and intelligence (C4I) electronic communication systems; the design and integration of like systems at shore sites associated with the deployment of fleet support to surface combatants; and the design, testing, installation, training and certification of mobile and airborne C4I electronic communication systems designed to interface with the C4I electronic architecture of surface ships.  Work will be performed in St. Inigoes, Md., and is expected to be completed in March 2017.  Contract funds in the amount of $6,253,000 will be obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Reed and Reed Inc., Woolwich, Maine, is being awarded a $13,232,500 firm-fixed-price contract for structural stabilization and repairs at Berth 1, 2A and 2B at Portsmouth Naval Shipyard.  Stabilization of the existing 1,100 linear feet of granite block quaywall will be accomplished by construction of a steel H-pile supported reinforced concrete relieving platform located landside of the existing granite quaywall, and compaction grouting behind and through the quaywall.  The project will also remove approximately 1,100 linear feet of abandoned railroad track.  The contract also contains seven unexercised options, which if exercised would increase cumulative contract value to $16,052,500.  Work will be performed in Kittery, Maine, and is expected to be completed by October 2014.  Contract funds in the amount of $13,232,500 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-13-C-3502).

Emcor Government Services, Inc., Arlington, Va., is being awarded an $11,794,661 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract to exercise option year two for regional base operations support services at Naval Facilities Engineering Command Washington.  The work to be performed provides for facility support which includes facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow removal.  The total contract amount after exercise of this option will be $99,755,590 ($74,952,462 firm-fixed-price and $24,803,128 IDIQ).  Work will be performed in Anacostia, D.C. (80 percent); Charlottesville, Va. (19 percent); and McLean, Va. (1 percent) and work for this option period is expected to be completed September 2013.  Contract funds in the amount of $11,794,661 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, D.C, is the contracting activity (N40080-10-D-0464).

AIR FORCE

Battlespace Flight Services L.L.C., Arlington, Va. (FA4890-13-D-0001), is being awarded a $950,000,000 indefinite delivery/indefinite quantity contract for organizational level maintenance support of remotely piloted aircraft.  The program supports Air Combat Command, the Air National Guard, and other major command and combatant command customers to sustain the combat and training capability at tasked locations worldwide.  The location of the performance is Newport News, Va.  Work is expected to be completed by March 31, 2014.  The contracting activity is ACC AMIC/PKCA, Newport News, Va.

DEFENSE LOGISTICS AGENCY

Harvard Drug Group, Livonia, Mich.*, was issued a modification exercising the first option year on contract SPM2D0-11-D-0010/P00011.  The modification is a firm-fixed-price, indefinite delivery and indefinite quantity contract with a maximum $53,514,684 for various pharmaceutical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three responses to the Web solicitation.  Type of appropriation is fiscal 2013 Warstopper Funds.  The date of performance completion is Nov. 15, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tyco Healthcare Group L.P., (dba Covidien), Mansfield, Mass., was issued a modification exercising the first option year on contract SPM2D0-11-D-0012/P00005.  The modification is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $42,198,451 for various medical surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were 17 responses to the Web solicitation.  Type of appropriation is fiscal 2013 Warstopper Funds.  The date of performance completion is Nov. 16, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Labatt Food Service, San Antonio, Texas, was awarded contract SPM300-13-D3615.  The award is a fixed price with economic price adjustment, indefinite quantity sole source contract with a maximum $22,950,000 for prime vendor full line food distribution.  Other locations of performance are Dallas, Texas and Albuquerque, N.M.  Using military services are Army, Air Force, and federal civilian agencies.  There was one solicitation with one response.  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.

Shamrock Foods Co., Phoenix, Ariz., was awarded contract SPM300-13-D-3609.  The award is a fixed price with economic price adjustment, indefinite quantity sole source contract with a maximum $8,700,000 for Prime Vendor full line food distribution.  There are no other locations of performance.  Using military services are Army, Air Force, and federal civilian agencies.  There was one solicitation with one response.  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.

WASHINGTON HEADQUARTERS SERVICES

Grunley Construction Co., Inc., Rockville, Md., is being awarded a $44,854,000 firm-fixed-price contract (HQ0034-13-C-0005) to provide construction services, including designing and building, to modernization the west power plant at Raven Rock Mountain Complex in order to meet redundancy requirements.  Work will be performed in Fairfield, Pa., with an estimated completion date of Sept. 31, 2015.  The bid was solicited through the Internet with four bids received. Washington Headquarters Service is the contracting activity.

NAVY

URS Federal Technical Services Inc., Germantown Md., is being awarded a maximum value $7,893,315 fixed-price, indefinite-delivery/indefinite-quantity contract with for engineering, technical, and programmatic support for the Spectrum Electronic Warfare Department of Naval Surface Warfare Center, Crane, Ind.  Spectrum Electronic Warfare Department’s primary focus areas are in direct support of airborne electronic defense, airborne electronic attack, maritime, and expeditionary divisions.  This contract is a continuation of current services, pending the competitive award of follow-on support.  Contract support tasks include:  R&D support; system engineering and process engineering; modeling, simulation, and analysis; prototyping, pre-production, model-making and fabrication support; system design documentation and technical data support; software engineering, development, programming and network support; reliability, maintainability and availability; human factors, performance and usability engineering; system safety engineering; configuration management; quality assurance; interoperability, test & evaluation, trials; logistics; supply and provisioning; training; and program support.  Work will be performed in Crane, Ind., and is expected to be completed by May 2013.  Contract funds in the amount of $100,000 will be obligated at contract award and will not expire at the end of the current fiscal year.  The contract is limited to a maximum six month performance and was conducted on a sole-source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-WS66).

DEFENSE LOGISTICS AGENCY

Pierce Manufacturing, Inc., Appleton, Wis., was awarded contract SPM8EC-13-D-0002.  The award is a fixed price with economic price adjustment contract with a maximum $382,500,000 for commercial type fire and emergency vehicles.  Other location of performance is Fla.  Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies.  There were twenty-four solicitations with twenty-four responses.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital Funds.  The date of performance completion is Nov. 8, 2017. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Greenstone Limited, Peapack, N.J.*, was issued a modification exercising the sixth option year on contract SPM200-06-D-7703/P00016.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $8,006,556 for various pharmaceutical products.  Other location of performance is Tenn.  Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies.  There were twenty-three responses to the Web solicitation.  Type of appropriation is fiscal 2013 Warstopper Funds.  The date of performance completion is Nov. 12, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Harris Corp. Government Communications Systems, Palm Bay, Fla., (FA8819-08-C-0001, P00119) is being awarded a $36,329,490.00 cost plus award fee, cost plus fixed fee and firm fixed price contract to provide upgrades for the five Counter Communication Systems (CCS) Block 10 systems to the CCS B10.1 baseline and critical and depot system spares to meet operational reliability requirements.  The location of the performance is Palm Bay, Fla.  Work is expected to be completed by Feb. 7, 2014.  The contracting activity is SMC/SY, Los Angeles Air Force Base, Calif.

Northrop Grumman Systems Corp., San Diego, Calif., (F33657-01-C-4600, P00485) is being awarded a $22,917,927 cost plus incentive fee contract for the software maintenance and flight test portion of the engineering and manufacturing development (EMD) Block Load effort, which provides for the necessary tasks that allow the contractor to participate in planning, provisioning, conducting, analyzing and documenting an integrated Global Hawk combined developmental and operational flight test program.  The location of the performance is San Diego, Calif.  Work is expected to be completed by May 15, 2013.  The contracting activity is AFLCMC/WIGK, Wright-Patterson Air Force Base, Ohio.

Northrop Grumman Systems Corp., San Diego, Calif., (F33657-01-C-4600, P00486) is being awarded a $14,757,964.50 firm fixed price contract for the infrastructure portion of the ngineering and manufacturing development (EMD) Block Load effort, which provides for the necessary tasks that allows the contractor to manage the day-to-day EMD contract operations for the Global Hawk Weapon System including Air Vehicle, Ground Segment and Support Segment.  The location of the performance is San Diego, Calif.  Work is expected to be completed by May 15, 2013.  The contracting activity is AFLCMC/WIGK, Wright-Patterson Air Force Base, Ohio.

NAVY

The Boeing Co., St. Louis, Mo., is being awarded a $34,729,544cost-plus-fixed-fee contract for the design, development and test of the Harpoon and SLAM-ER Weapons Systems Joint Common Test Station.  This contract combines purchases for the Government of Saudi Arabia ($15,000,000; 57.7 percent) and the Government of Australia ($11,000,000; 42.3 percent) under the Foreign Military Sales Program.  Work will be performed in St. Louis, Mo., and is expected to be completed in March 2016.  Contract funds in the amount of $26,000,000 will be obligated on this award, none of which 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 Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-2022).

Huntington Ingalls Inc., Newport News, Va., is being awarded a $26,000,000 modification to previously awarded contract (N00024-09-C-2107) for planned supplemental work for the Refueling Complex Overhaul of USS Theodore Roosevelt (CVN 71).  This effort shall provide for completion of planned supplemental work during the accomplishment of the overhaul, modernization, repair, maintenance, and refueling.  No funding will be obligated at time of contract award.  Work will be performed in Newport News, Va., and is expected to complete by February 2013.  Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded an $18,999,471 modification to previously awarded contract (N00024-05-C-5346) to exercise an option for class services engineering efforts for the Zumwalt-class destroyer program.  These efforts include participation in the joint test team in accordance with the design build process specification and maintaining engineering support and stage testing documentation assigned to the contractor, in accordance with the stage scope and post-delivery mission systems activation approach.  Work will be performed in Portsmouth, R.I. (50 percent); Andover, Mass. (15 percent); Moorestown, N.J. (10 percent); Sudbury, Mass. (10 percent); Tewksbury, Mass. (10 percent); and San Diego, Calif. (5 percent); and is expected to be completed by December 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DG21 LLC, Dallas, Texas, is being awarded a $15,874,723 modification under a previously awarded firm-fixed-price, plus-award-fee, indefinite-delivery-indefinite-quantity (IDIQ) contract to extend an additional four months of the second award option period for base operating support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for all management, labor, administration, supervision, materials, supplies, and equipment to provide integrated base operating services.  The total contract amount after exercise of this extended option will be $467,393,946 ($271,683,165 firm-fixed-price, plus award fee plus phase out and $195,710,781 estimated IDIQ).  Work will be performed in Diego Garcia, British Indian Ocean Territory.  This extension period is from December 2012 to March 2013.  Contract funds in the amount of $9,855,876 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-06-D-4501).

Raytheon Co., Tucson, Ariz., is being awarded an $11,335,676 modification to previously awarded contract (N00024-10-C-5432) to exercise options for the accomplishment of fiscal year 2013 design agent engineering services for the MK-31 Rolling Airframe Missile guided-missile weapon system and support.  This contract will support work being conducted under a memorandum of understanding with Germany.  Work will be performed in Tucson, Ariz., and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Offshore Service Vessels, LLC,* Cut Off, La. is being awarded a $7,264,728 firm- fixed-price contract for a 324-calendar day time charter of U.S.-built, U.S.-flagged, contractor-owned and operated maritime support vessel MV C-Champion.  This vessel will be used to support up to 30 military personnel for 30 days without resupply for U.S. Navy missions.  MV C-Champion will be used as a platform for launching and recovering small boats; refueling and provisioning small boats; and assisting with limited maintenance for small boats.  The vessel with also provide support to Maritime Security Operations.  The contractor will operate and maintain the vessel for the duration of the charter.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $43,168,496.  Services of the chartered vessel will be provided worldwide, and work is expected to be completed September 2013.  Contract funds in the amount of $7,264,728 will expire at the end of the current fiscal year.  This contract was competitively procured, via the Federal Business Opportunities website and MSC’s E-commerce website, with more than 100 small businesses solicited and one offer received.  The U.S. Navy’s Military Sealift Command, Washington, S.C., is the contracting activity (N00033-13-C-2001).

Raytheon Co.,Missile Systems, Tucson, Ariz., (FA8675-10-C-0011, P00005) is being awarded a $12,278,400.00 contract modification for the delivery of modified control sections for the High-Speed Anti-Radiation Missile (AGM-88).  The location of the performance is Tucson, Ariz.  Work is expected to be completed by Sep. 9, 2014.  The contracting activity is AFLCMC/EBAS, Eglin Air Force Base, Fla.

Alliant Techsystems Operations L.L.C., Clearwater, Fla., is being awarded a $31,279,117 firm-fixed-price contract to procure various AN/AAR-47 Missile Warning System weapons replaceable assemblies.  These newly manufactured assemblies include 155 A(V)2 and 621 B(V)2 integrated optical sensor convertors; 55 A(V)2 and 159 B(V)2 computer processors; 79 countermeasure signal simulators; A(V)2 to B(V)2 retrofits for the Air Force assets; repair of hardware to ready for issue condition and technical and cost data submissions.  These systems are for installation on Navy, Marine Corps, Air Force, other services and various foreign military helicopters, rotorcraft, and low/slow fixed wing aircraft.  Work will be performed in Clearwater, Fla. (72 percent); Austin, Texas (18 percent); Natanya, Israel (2 percent); Iwata City, Japan (2 percent); Loveland, Colo. (2 percent); Northvale, N.J. (1 percent) and various locations throughout the United States (3 percent) and is expected to be completed in January 2015.  Contract funds in the amount of $19,903,313 will be obligated at time of award, of which $430,953 will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($9,050,013; 28.9 percent); Air Force ($10,853,300; 34.7 percent); and the governments of Australia ($4,191,526; 13.4 percent); India ($2,089,024; 6.7 percent); Italy ($1,631,107; 5.2 percent); Iraq ($1,209,929; 3.9 percent); Spain ($1,183,172; 3.8 percent); Oman ($898,199; 2.9 percent) and United Kingdom ($172,847; 0.5 percent) under the Foreign Military Sales Program.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0009).

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., was issued a modification on contract SPM4AX-12-D-9402/P00029.  The award is a firm fixed price, sole source contract with a maximum $11,404,048 for aircraft platform spare parts.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2012.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

Huchinson Industries Inc., Trenton, N.J., was awarded contract SPRDL1-13-D-0007.  The award is a firm-fixed-price, indefinite delivery and indefinite quantity, sole source contract with a maximum $7,284,898 for tire assemblies.  There are no other locations of performance.  Using military services is Army.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is Nov. 7, 2015.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

AIR FORCE

General Atomics Aeronautical Systems, Poway, Calif., (FA8650-13-C-1543) is being awarded a $7,034,404.00 cost-plus-fixed fee, research and development contract for the continuous look/attack management for the Predator software updates.  The location of the performance is Poway, Calif.  Work is expected to be completed by Nov. 7, 2016.  The contracting activity is AFRL/RQKSR, Wright-Patterson Air Force Base, Ohio.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: