DOD Awarded Contracts
Refinery Associates of Texas Inc.*, New Braunfels, Texas, was awarded contract SP0600-13-D-0453. The award is a fixed-price with economic price adjustment contract with a maximum $1,300,265,002 for fuel. Other locations of performance are United Arab Emirates and Singapore. There were fourteen responses to the solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The date of performance completion is Jan. 30, 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-8018. The award is a firm-fixed-price contract with a maximum $69,429,670 for electricity. Other location of performance is Texas. The using military services are Army, Navy, Air Force, and federal civilian agencies. There were one hundred and twenty-three solicitations with six responses. Type of appropriation is fiscal 2013 Service funds. The date of performance completion is Jan. 31, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Gexa Energy L.P., Houston, Texas, was awarded contract SPE600-13-D-8016. The award is a firm-fixed-price contract with a maximum $14,596,107 for electricity. There are no other locations of performance. The using military services are Department of Defense, federal civilian agencies, and Army and Air Force Exchange Services (AAFES). There were one hundred and twenty-three solicitations with six responses. Type of appropriation is fiscal 2013 Service funds. The date of performance completion is Jan. 31, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
GE Aviation Mechanical Systems, Santa Ana, Calif., was awarded contract SPRPA1-13-C-X008. The award is a firm-fixed-price, sole source contract with a maximum $12,896,520 for fuel. There are no other locations of performance. Using military service is Navy. There was one solicitation with one response. Type of appropriation is fiscal 2013 Navy Working Capital funds. The date of performance completion is June 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir,Va.
AIR FORCE
Raytheon Co., Sudbury, Mass., (FA8730-13-C-0003) is being awarded a $289,458,942 cost-plus-fixed-fee, firm-fixed-price, cost reimbursement contract for follow-on sustainment support of the Taiwan Surveillance Radar Program. The location of the performance is Taiwan. Work is expected to be completed by Nov. 8, 2017. The
contracting activity is AFLCMC/HBNA, Hanscom Air Force Base, Mass. Contract involves foreign military sales to Taiwan.
Northrop Grumman Information Systems, Herndon, Va., (FA8750-13-D-0091) is being awarded a $49,618,000 cost plus fixed fee, indefinite delivery/indefinite quantity contract for information processing for data to decision making in support of the functions and customers of the Air Force Command and Control Integration Center and the 35th Information Squadron. The location of the performance is Herndon, Va. and Bellevue, Neb. Work is expected to be completed by Jan. 6, 2020. The contracting activity is AFRL/RIKD, Rome, N.Y.
Science Applications International Corp., El Segundo, Calif., (FA8807-12-C-0010) is being awarded a $14,249,115 contract modification for system engineering and integration services for the Global Positioning System. The location of the performance is El Segundo, Calif. Work is expected to be completed by Mar. 7, 2013. The contracting activity is SMC/GPS, Los Angeles Air Force Base, Calif.
Huntington Ingalls Industries, Pascagoula, Miss., is being awarded a $54,485,474 modification to previously awarded contract (N00024-10-C-2203) to exercise the third option for Life Cycle Engineering and support services on the LPD 17-class Amphibious Transport Dock Ship program. Contract funds in the amount of $12,904,398 will be obligated at contract award. The total value of this contract is $157,918,243. Work will be performed in Pascagoula, Miss., and is expected to be completed by December 2013. Contract funds in the amount of $204,315 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.
L-3 KEO, Northampton, Mass., is being awarded a $27,473,565 firm-fixed-price and cost-plus-fixed fee contract for production of 16 Universal Modular Masts (UMM) and 142,000 hours of engineering services. The UMM is a non-hull penetrating mast that is installed on Virginia-class submarines that serves as a lifting mechanism for five different sensors including the Photonics Mast Program, High Data Rate Mast, Multi-Functional Mast, Multi-Functional Modular Mast and Integrated Electronic Signal Monitoring Mast. Each sensor is mounted on a UMM. This contract includes options which, if exercised, would bring the cumulative value of this contract to $54,936,636. No funds will be obligated at the time of award. Work will be performed in Bologna, Italy (74 percent) and Northampton, Mass. (26 percent), and is expected to be completed by August 2015. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured in accordance with 10. U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6265).
Maersk Line Ltd., Norfolk, Va., is being awarded $13,994,111 modification under a previously awarded firm-fixed-price contract (N0003-11-C-5400) to exercise a one-year option period for the worldwide charter of one U.S. flagged, ice-class certified, double-hulled product tanker. The ship provides worldwide bulk fuel support to the Department of Defense, including an annual delivery to Antarctica for the National Science Foundation and an annual delivery to Greenland for the Department of Defense, Defense Logistics Agency-Energy. Work will be performed at sea worldwide, and is expected to be completed by December 2013. Contract funds in the amount of $11,310,309 are obligated for fiscal year 2013. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-5400).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $386,694,924 modification to the previously awarded F-35 Lightning II Program Air System Low Rate Initial Production Lot 6 Advance Acquisition Contract (N00019-11-C-0083) to provide sustainment support for delivered air systems. This effort includes but is not limited to: ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; activities to provide and support pilot and maintainer initial training; and procurement of replenishment spares and depot level repairs in support of flight operations. Work will be performed in Eglin Air Force Base, Orlando, Fla. (35 percent); Ft. Worth, Texas (25 percent); El Segundo, Calif. (8 percent); Warton, United Kingdom (5 percent); and various locations throughout the United States (27 percent); and is expected to be completed in October 2013. Contract funds in the amount of $193,340,487 will be obligated at time of award, $58,378,517 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
CCI Solutions Inc.*, Augusta, Maine (N40085-13-D-8005); J.C.N. Construction Co., Inc.*, Manchester, N.H. (N40085-13-D-8006); Monument Construction L.L.C.*, Nashua, N.H. (N40085-13-D-8007); Richard Brady and Associates Inc.*, Virginia Beach, Va. (N40085-13-D-8008); and SMS Enterprises Inc.*, Lawrence, Mass. (N40085-13-D-8009), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Public Works Department Maine. The maximum dollar value including the base period and two option years for all five contracts combined is $50,000,000. No task orders are being issued at this time. The work to be performed provides for new construction, renovation, alteration and repair, demolition and repair work by design-build or by design-bid-build for various types of facilities. All work on these contracts will be performed primarily within the NAVFAC Mid-Atlantic Public Works Department Maine area of responsibility which includes Portsmouth Naval Shipyard, Kittery, Maine (60 percent); Naval Computer and Telecommunications Area Master Station, Atlantic Detachment, Cutler, Maine (10 percent); Naval Satellite Operations Command, Detachment ALFA, Prospect Harbor, Maine (5 percent); and Naval Operational Support Centers in White River Junction, Vt. (5 percent); Plainville, Conn. (5 percent); Bangor, Maine (5 percent); Quincy, Mass. (5 percent); and Bronx, N.Y. (5 percent) . The term of the contracts are not to exceed 36 months, with an expected completion date of December 2015. Contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. These contracts were competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
Kellogg Brown and Root Inc., Arlington, Va., is being awarded a $35,883,635 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services at Camp Lemonnier, Djibouti. The work to be performed provides for public safety (security operations, emergency management, and fire/emergency services), air operations, ordnance, supply operations, laundry services, morale welfare and recreation, galley (food services), housing (Bachelor Quarters), facility support (facilities investment, janitorial services, grounds maintenance, pest control, refuse collection, and roads), utilities (electrical generation, wastewater treatment, and water operations), base support vehicles equipment, and environmental services. The maximum dollar value including the base period and three option years is $127,582,035. Work will be performed in Djibouti, Africa (95 percent) and Manda Bay, Kenya (5 percent), and is expected to be completed by February 2013. If all options are exercised, work will continue through February 2017. Contract funds in the amount of $5,420,175 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, with 12 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-D-3008).
Raytheon Technical Services Co., Indianapolis, Ind., is being awarded $35,129,214 for delivery order #0054 under a previously awarded basic ordering agreement (N00383-07-G-008D) for the repair of 16 weapons repairable assemblies and 15 shop replaceable assemblies of the APG 65/73 radar system used in support of the F/A 18 aircraft. Work will be performed at Indianapolis, Ind. (62 percent); El Segundo, Calif. (25.3 percent); Forest Miss. (11 percent); and Andover, Mass. (1.7 percent), and all work will be completed by Dec. 6, 2014. Contract funds in the amount of $17,000,000 will be obligated at the time of award. The applicable 2013 Navy Working Capital funds will not expire at the end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
Exelis Inc., Roanoke, Va., is being awarded a $10,985,800 firm-fixed-price contract for high performance image intensifier tube assembly, 18mm micro-channel wafer (MX-10160 Series) and data. This equipment is used U.S. Special Operations Command for use in night vision devices. Work will be performed in Roanoke, Va., and is expected to be completed by December 2018. Contract funds in the amount of $22,900 will expire at the end of the current fiscal year and will be obligated at contract award. This contract was competitively procured and solicited via Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ13).
AIR FORCE
Lockheed Martin Aeronautics Co., Fort Worth, Texas, (FA8604-13-D-7951) is being awarded a $29,446,000 requirements contract for Engineering and Technical services for the F-16 and F-22 aircraft. The location of the performance is Bahrain, Chile, Egypt, Jordan, Morocco, Oman, Pakistan, Poland, Taiwan and Turkey. Work is expected to be completed by Dec. 31, 2014. The contracting activity is AFLCMC/PZIEB, Wright-Patterson Air Force Base, Ohio. Contract involves Foreign Military Sales.
Vision Systems International L.L.C., Fort Worth, Texas, (FA8522-09-D-0012, P00012) is being awarded a $12,054,090 contract modification for F-15/16 sustainment. The location of the performance is Wilsonville, Ore. and Talladega, Ala. Work is expected to be completed by Sept. 29, 2015. The contracting activity is AFSC/PZABA, Robins Air Force Base, Ga. Contract involves Foreign Military Sales.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, (FA8604-13-D-7950) is being awarded an $11,415,000 requirements contract for engineering and technical services for the F-16 and F-22 aircraft. The location of the performance is Air Combat Command; Air Force Material Command; National Guard Bureau and Pacific Air Force bases. Work is expected to be completed by Dec. 31, 2014. The contracting activity is AFLCMC/PZIEB, Wright-Patterson Air Force Base, Ohio.
Intergraph Government Solutions, Madison, Ala., (FA8525-13-C-0002) is being awarded a $9,999,459 firm-fixed-price contract for C-5 engineering requirements review support. The location of the performance is Robins Air Force Base, Ga. Work is expected to be completed by Jan. 7, 2016. The contracting activity is AFLCMC/WLKB, Wright-Patterson Air Force Base, Ohio.
U.S. TRANSPORTATION COMMAND
Miami Air Contractor Team, Miami, Fla., is being awarded a contract modification that increases the estimated value of the firm-fixed-price contract to $29,202,212, with a minimum guarantee of $596,095. The contract provides for international airlift services. Team members include: Alaska Airlines Inc., Seattle, Wash.; and Miami Air Inc., Miami, Fla. Work will be performed at worldwide locations, and is expected to be completed September 2013. Contract funds will expire at the end of the current fiscal year. There were twenty-eight proposals received. The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-13-D-CC03).
BAE Systems, Phoenix, Ariz., was awarded contract SPM8EG-13-D-0002. The award is a firm-fixed-price, sole source contract with a maximum $13,840,389 for life preservers and component parts. There are no other locations of performance. There was one solicitation with one response. Type of appropriation is fiscal 2013 Defense Working Capital funds. The date of performance completion is Dec. 5, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
C.R. Bard Inc., Murray Hill, N.J., was issued a modification exercising the first option year on contract SPM2D0-11-D-0013/P00005. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $4,667,390,341 for medical and surgical products. There are no other locations of performance. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2013 Warstopper funds. The date of performance completion is Dec. 5, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Story Distributing Co.*, Bozeman, Mont., was awarded contract SP0600-13-D-4500. The award is a fixed-price with economic-price adjustment contract with a maximum $7,041,490 for the acquisition of red dyed ultra-low sulfur diesel. Other location of performance is Wyoming. There were forty-two responses to the FedBizOPps solicitation. Type of appropriation is fiscal 2013 federal civilian agency funds. The date of performance completion is May 31, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
WASHINGTON HEADQUARTERS SERVICE
Trinity Protection Services, Upper Marlboro, Md., has been awarded a $22,179,195 modification to the firm-fixed-price contract (HHQ0034-11-C-0027) to acquire contract security guards at various locations within the national capital region. Work will be performed in Falls Church, Va.; Alexandria, Va.; Fort Washington, Md.; Mclean, Va.; Arlington, Va.; with an estimated completion date of Nov. 30, 2015.
NAVY
DLT Solutions L.L.C., Herndon, Va., is being awarded $18,271,464 for call #NS04 under a previously awarded firm-fixed-price, blanket purchase agreement (W91QUZ-06-A-0002) for the acquisition of Department of Navy Oracle Enterprise Ashore and Ashore Database Software Maintenance. Work will be performed in Herndon, Va., and is expected to be completed by Nov. 1, 2013. Contract funds in the amount of $11,000,000 will be obligated and will expire at the end of the current fiscal year. This contract was competitively procured with four proposals solicited and four offers received. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.
L-3 Services Inc., Mount Laurel, N.J., is being awarded a $12,932,304 modification to a previously awarded contract (N61331-11-C-0005) to exercise options for field service representatives to perform maintenance and repair of the U.S. Marine Corps (USMC) mine roller systems. Support will provide scheduled and unscheduled maintenance, including repair, of USMC mine roller systems to ensure operational levels meet in-theater needs. Work will be performed in Afghanistan, and is expected to be completed by December 2013. Contract funds in the amount of $963,751 will be obligated at contract award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.
ERAPSCO, Columbia City, Ind., is being awarded a $71,192,115 modification to a previously awarded firm-fixed-price contract (N00421-11-C-0030) to exercise an option for the procurement of 76,000 AN/SSQ-53F sonobuoys and 7,500 AN/SSQ-62E sonobouys for the U.S. Navy. Work will be performed in Columbia City, Ind. (59 percent) and DeLeon Springs, Fla. (41 percent), and is expected to be completed in January 2015. Contract funds in the amount of $71,192,115 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.
General Dynamics Bath Iron Works, Bath, Maine, is being awarded $70,491,916 modification under a previously awarded contract (N00024-12-C-4311) to exercise option year 1 for DDG 51 and FFG 7 class integrated planning yard services. Bath Iron Works will provide expert design, planning and material support services for both maintenance and modernization. Contract funds in the amount of $678,931 will be obligated at time of award. Work will be performed in Bath, Maine, and is expected to complete by December 2013. Contract funds in the amount of $678,931 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
The Hana Group, Inc., Honolulu, Hawaii, was awarded a $6,525,434 modification to cost-plus-fixed-fee task order #EH02 under previously awarded contract (N00178-07-5082) on Nov. 30, 2012, to exercise the second option period for range and business and financial services. The modification increases the value of the basic task order to a new total value of $20,293,317. Contract funds in the amount of $2,318,270 will be obligated at the time of award. Work will be performed at the Pacific Missile Range Facility, Kauai, Hawaii, and work is expected to be completed Dec. 1, 2013. If all options are exercised, the contract completion date will be Dec. 1, 2015. The solicitation was posted on the Navy SeaPort-e procurement portal, with four offers received in response to the solicitation. The Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.
UNITED STATES TRANSPORTATION COMMAND
Alaska Marine Lines, Seattle, Wash. (HTC711-11-D-R009, HTC711-11-D-W001); Crimson Shipping Co., Chickasaw, Ala. (HTC711-11-D-R010; HTC711-11-D-W002); Crowley Liner Service, Jacksonville, Fla. (HTC711-11-D-R011, HTC711-11-D-W003); Horizon Lines, Charlotte, N.C. (HTC711-11-D-R012, HTC711-11-D-W004); Matson Navigation Co., Oakland, Calif. (HTC711-11-D-R013, HTC711-11-D-W005); National Shipping, Mobile, Ala. (HTC711-11-D-R014); Northland Shipping Services, Seattle, Wash. (HTC711-11-D-R015, HTC711-11-D-W006); Pasha Hawaii Transport Lines, Corte Madera, Calif. (HTC711-11-D-R016, HTC711-11-D-W007); Sea Star Lines, Jacksonville, Fla. (HTC711-11-D-R017, HTC711-11-D-W008); Totem Ocean Trailer Express, Federal Way, Wash. (HTC711-11-D-R018, HTC711-11-D-W009); Trailer Bridge, Jacksonville, Fla. (HTC711-11-D-R019, HTC711-11-D-W010); and Young Brothers Ltd., Honolulu, Hawaii (HTC711-11-D-W011), have received option-year modifications for two multiple-award firm-fixed-price contracts for sealift transportation services for delivering Defense Transportation System cargo to/from the Continental United States, Alaska, Puerto Rico, the Virgin Islands and Hawaii. The option year will start Dec. 1, 2012 and is to be completed by Nov. 30, 2013. This contract was a competitive acquisition. The contracting activity is U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. The estimated program value for all HTC711-11-D-R009 through HTC711-11-D-R019 contracts is $65,000,000, and the estimated program value for all HTC711-11-D-W001 through HTC711-11-D-W011 is $30,331,000. Contract funds will not expire at the end of the current year.
Gilmore Construction Corp., Denver, Colo., (FA7000-13-C-0009) is being awarded a $14,095,625 firm-fixed-price construction contract for the cadat gymnasium Phase 4 and 5 project. The location of the performance is U.S. Air Force Academy, Colo. Work is expected to be completed by Nov. 30, 2013. The contracting activity is 10 CONS/LGC, U.S. Air Force Academy, Colo.
DEFENSE LOGISTICS AGENCY
Bethel Industries Inc.*, Jersey City, N.J., was awarded contract SPM1C1-13-D-1015. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $13,743,442 for Marine Corps combat utility uniforms. Other location of performance is Mississippi. There were thirteen responses to the solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds. The date of performance completion is Dec. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Short Bark Industries**, Vonore, Tenn., was awarded contract SPM1C1-13-D-1005. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $10,704,334 for Marine Corps combat utility uniforms. Other locations of performance are Puerto Rico and Mississippi. There were nine responses to the solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds. The date of performance completion is Dec. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Kandor Manufacturing Inc.*, Arecibo, Puerto Rico, was awarded contract SPM1C1-13-D-1014. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $6,618,235 for Marine Corps combat utility uniforms. Other location of performance is Mississippi. There were fifteen responses to the solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds. The date of performance completion is Dec. 3, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Lockheed Martin Corp., Bethesda, Md. (FA8818-13-D-0002); Oribital Sciences Corp., Dulles, Va. (FA8818-13-D-0004); and Space Exploration Technologies Inc., Hawthorne, Calif. (FA8818-13-D-0003), is being awarded a $900,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the U.S. Air Force Rocket Systems Launch Program. Contract supports space launch services for space missions for the Department of Defense and other government agencies. The location of the performance is Magna, Utah, Chandler, Ariz., and Hawthorne, Calif. Work is expected to be completed by Nov. 29, 2017. The contracting activity is SMC/SDK, Kirtland Air Forve Base, N.M.
Harris Corp., Rochester, N.Y., (FA8726-13-D-0001) is being awarded an $85,000,000 indefinite-delivery/indefinite-quantity contract for AN/PRC-117G Falcon III Manpack radio. The location of the performance is Rochester, N.Y. Work is expected to be completed by December 2017. The contracting activity is AFLCMC/HNAK, Hanscom Air Force Base, Mass.
Honeywell International Inc., Clearwater, Fla., (FA8204-10-C-0010, P00007) is being awarded a $7,945,373 contract modification for the Pendulous Integrating Gyroscopic Accelerometer. The location of the performance is Clearwater, Fla. Work is expected to be completed by Dec. 31, 2014. The contracting activity is AFNWC/PZBF, Hill Air Force Base, Utah.
Alliant Techsystems Operations L.L.C., Keyser, W.Va., (FA8213-13-C-0001) is being awarded a $7,097,212 cost-plus-fixed-fee, firm-fixed-price contract for procurement of 500 AIM 9P rocket motors for the AIM-9 Guided Missile. The location of the performance is Keyser, W.Va. Work is expected to be completed by July 10, 2015. The contracting activity is AFLCMC/EBHKB, Hill Air Force Base. Contract involves 100 percent Foreign Military Sales.
NAVY
General Electric, Lynn Mass., is being awarded a $265,000,000 three year performance based logistics requirements contract to provide repair, replacement and program support of 35 F404 engine (F/A 18 A-D) aircraft components. Work will be performed at the Fleet Readiness Center Southeast, Jacksonville, Fla., and is expected to be completed by Dec. 31, 2015. The applicable Navy Working Capital Funds will not expire at the end of the current fiscal year. No funds will be obligated at the time of award. This contract was competitively procured with six offers solicited, and one offer received from the solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-001M).
Oshkosh Defense, Oshkosh, Wis., is being awarded $13,897,265 for fixed-price delivery order #0018 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-12-D-0209). This delivery order is issued for the purchase of fiscal 2013 medium tactical vehicle replacement engineering change proposal kits, reducible height armor kits, and 300 Amp Alternators for the Navy Seabees. Contract funds in the amount of $13,879,265 will be obligated at the time of award. Work will be performed in Oshkosh, Wis. (89 percent) and Israel (11 percent), and work for this delivery order is expected to be completed by Oct. 31, 2013. Contract funds in the amount of $2,246,112 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.
BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded an $11,110,646 modification to previously awarded contract (N00024-10-C-2204) to exercise options for the USS Arlington (LPD) fitting-out availability. Specific efforts include program management, planning, engineering, design, liaison, scheduling, labor and procurement of incidental material in support of fitting-out availability and post shakedown availability. Work will be performed in Norfolk, Va. (90.53 percent), and Chesapeake, Va., (9.47 percent), and is expected to be completed by May 2013. Contract funds in the amount of $2,810,239 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via FedBizOpps with four proposals received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Technical Services Co., L.L.C., Norfolk, Va., is being awarded a $7,168,813 firm-fixed-price basic ordering agreement for engineering services, overhaul, repair and upgrade in support of the MK57 Mod 13, NATO Seasparrow surface missile system units for CVN 72, equipment and other associated test, ancillary and support equipment. Work will be performed in Norfolk, Va. (90 percent), and Chula Vista, Calif. (10 percent), and is expected to be completed by September 2014. Contract funds in the amount of $7,168,813 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in pursuant to 10 U.S.C. 2304(c)(1). Raytheon is the only responsible source capable of satisfying the Navy’s requirements. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity (N00024-09-G-5422).
UNITED STATES TRANSPORTATION COMMAND
AAR Airlift Group Inc., Palm Bay, Fla., is being awarded a $143,668,332 option year modification 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 will start Dec. 1, 2012, to be completed by Nov. 30, 2013. Contract funds will expire at the end of the current fiscal year. This contract was a competitive acquisition. The contracting activity in U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill. (HTC711-09-D-0021).
Canadian Commercial Corp., / Canadian Helicopters Ltd., Ottawa, Ontario, Canada, is being awarded a $37,103,792 option year modification 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 will start Dec. 1, 2012, to be completed by Nov. 30, 2013. Contract funds will expire at the end of the current fiscal year. This contract was a competitive acquisition. The contracting activity in U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-09-D-0022).
TRAX International L.L.C., White Sands Missile Range, N.M., was awarded an $87,540,223 cost-plus-award-fee contract. The award will provide for the mission support services for WSMR. Work will be performed in WSMR, with an estimated completion date of Nov. 30, 2014. Three bids were solicited, with three bid received. The U.S. Army Contracting Command, WSMR, N.M., is the contracting activity (W9124Q-07-C-0504).
Rockwell Collins, Cedar Rapids, Iowa, was awarded a $79,999,747 cost-plus-fixed-fee contract. The award will provide for the UH-60 Aircraft Avionics and Training Device Support Services. Work location will be determined with each order, with an estimated completion date of Nov. 20, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0014).
INDUS Secure Network Solutions L.L.C., Vienna, Va., was awarded a $45,000,000 firm-fixed-price contract. The award will provide for the infrastructure support services and information technology services. Work location will be determined with each order, with an estimated completion date of Nov. 18, 2015. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Fort Detrick, Md., is the contracting activity (W904TE-13-D-0034).
General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $37,601,061 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure services in support of the M1A1 coproduction effort at the Egyptian Tank Plant in Cairo, Egypt. Work will be performed in Sterling Heights and Cairo, with an estimated completion date of Feb. 28, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-C-0488).
BAE Systems, Anniston, Ala., was awarded a $37,589,750 firm-fixed-price contract. The award will provide for the procurement of parts for route clearance vehicles. Work will be performed in Anniston, with an estimated completion date of Oct. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Chambersburg, Pa., is the contracting activity (W911N2-13-C-0011).
HWI Gear Inc., Ojai, Calif., was awarded a $35,637,825 firm-fixed-price contract. The award will provide for the procurement of army combat gloves. Work location will be determined with each order, with an estimated completion date of Oct. 24, 2017. The bid was solicited through the Internet, with eight bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-D-0001).
MDT Armor Corp., Auburn, Ala., was awarded a $30,800,000 firm-fixed-price contract. The award will provide for the procurement of 220 “David” urban light armored vehicles. Work will be performed in Auburn, with an estimated completion date of Dec. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0039).
Cherokee CRC L.L.C., Tulsa, Okla., was awarded a $20,000,000 firm-fixed-price contract. The award will provide for the construction services in U.S. Central Command Area of Responsibility. Work location will be determined with each order, with an estimated completion date of Nov. 13, 2015. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-13-D-0004).
Rockwell Collins, Cedar Rapids, Iowa, was awarded a $16,479,625 cost-plus-fixed-fee contract. The award will provide for the procurement of CH-47 software evolution support services. Work will be performed in Cedar Rapids, with an estimated completion date of Dec. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-03-D-0015).
Great Lakes Dock and Dredge, Oak Brook, Ill., was awarded a $15,449,350 firm-fixed-price contract. The award will provide for the maintenance dredging of the Savannah and Brunswick entrance channel. Work will be performed in Savannah and Brunswick, Ga., with an estimated completion date of June 28, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-C-0001).
Lockheed Martin GTL-Services, Huntsville, Ala., was awarded a $13,290,479 firm-fixed-price contract. The award will provide for the modification of an existing contract to on-site technical support for Saudi Arabia and Taiwan in support of Foreign Military Sales. Work will be performed in Huntsville, with an estimated completion date of Dec. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0240).
Schutt Industries, Clintonville, Wis., was awarded a $12,952,885 firm-fixed-price contract. The award will provide for the procurement of M1061A1 trailers. Work location will be determined with each order, with an estimated completion date of Nov. 16, 2018. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0007).
General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $10,870,443 cost-plus-fixed-fee contract. The award will provide for the contractor logistics support to maintain 140 Iraqi vehicles. Work location will be determined with each order, with an estimated completion date of March 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0015).
Record Steel and Construction Inc., Meridian, Idaho, was awarded a $9,474,720 firm-fixed-price contract. The award will provide for the construction of a munitions storage module at Malmstrom Air Force Base, Mont. Work will be performed in Malmstrom AFB, with an estimated completion date of Oct. 29, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0013).
Research Triangle Institute, Research Triangle Park, N.C., was awarded an $8,978,477 cost-plus-fixed-fee contract. The award will provide for the research services in support of the Defense Coastal/Estuarine Research Program. Work will be performed in Research Triangle Park, with an estimated completion date of Nov. 20, 2017. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Alexandria, Va., is the contracting activity (W912HQ-13-C-0004).
SOS International, Reston, Va., was awarded a $7,317,043 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure public affairs operations in support of U.S. Forces — Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of Nov. 26, 2013. Eight bids were solicited, with eight bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0058).
Oshkosh Corp., Oshkosh, Wis., was awarded a $6,814,832 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure family of medium tactical vehicles. Work will be performed in Oshkosh, with an estimated completion date of March 31, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).
DEFENSE LOGISTICS AGENCY
MWI Veterinary Supply, Boise, Idaho, was issued a modification exercising the first option year on contract SPM2D0-11-D-0011/P00007. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $43,535,929 for veterinary pharmaceutical products. There are no other locations of performance. Using 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 Dec. 5, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Merlin Petroleum Co., Inc.*, Westport Conn., was issued a modification on contract SP0600-12-D-4516/P00003. The modification is a fixed-price with economic-price adjustment contract with a maximum $7,657,912 for fuel products. Other locations of performance include federal civilian locations throughout Texas; Colorado; Iowa; Kansas; Minnesota; Nebraska; New Mexico; North Dakota; Oklahoma; and South Dakota. There were forty-two responses to the Web solicitation. Funds are provided by federal civilian agencies. The date of performance completion is May 31, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
TRICARE MANAGEMENT ACTIVITY
Delta Dental, San Francisco, Calif., is being awarded a fixed-price contract to provide TRICARE Retiree Dental Program (TRDP) coverage to all eligible personnel retired from the uniformed services, un-remarried surviving spouses, eligible dependents, former members of the armed forces who are Medal of Honor recipients and their eligible dependents. Enrollment in the TRDP is voluntary and all premium costs are paid by the enrollee, therefore, there are no Government funds obligated on this contract. The total estimated contract value, including the approximate 12-month base period and five one-year option periods for dental care, plus a transition-out period, is estimated at $2,551,743,226. The program offers worldwide coverage for dental services. The work to be performed includes management of provider networks, enrollment, claims processing, and customer service. This contract was competitively procured using the Best Value Tradeoff Source Selection process with three offers received. The TRICARE Management Activity, Aurora, Colo., is the contracting activity (HT9402-13-C-0006).
The Boeing Co., St. Louis, Mo., is being awarded a $687,611,825 ceiling-priced modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0019) for the production and delivery of 15 fiscal 2013 (LOT 37) F/A-18E aircraft in accordance with the aircraft variation in quantity clause. Work will be performed in St. Louis, Mo.(45.2 percent); El Segundo, Calif.(44.6 percent); Hazelwood, Mo.(3.4 percent); Cleveland, Ohio (1.7 percent); Torrance, Calif. (1.4 percent); Vandalia, Ohio (1.0 percent); Ajax, Canada (1.0 percent), and various other sites within the continental U. S. (1.7 percent), and is expected to be completed in July 2015. Contract funds in the amount of $645,495,600 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
General Electric Co., Lynn, Mass., is being awarded a $197,495,928 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an option for the procurement of 52 Lot 17 F414-GE-400 install engines and devices for the F/A-18E/F aircraft. Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in March 2015. Contract funds in the amount of $197,495,928 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Raytheon Missile Systems, Tucson, Ariz., is being awarded a $108,784,917 modification to previously awarded contract (N00024-11-C-5300) for fiscal 2011 Standard Missile-2 (SM-2) production, section level components and spares, shipping containers and associated data. Work will be performed in Tucson, Ariz. (43.5 percent); Camden, Ark. (22 percent); Andover, Mass. (16.7 percent); Netherlands (5.3 percent); Anniston, Ala. (2.6 percent); San Diego, Calif. (2.4 percent); Lebanon, N.H. (2.1 percent); San Jose, Calif. (1.9 percent); Joplin, Mo. (1.8 percent); El Segundo, Calif. (1.6 percent); and is expected to be completed by March 2014. This contract will support foreign military sales to Australia (39.8 percent), Korea (19.8 percent), Japan (17.5 percent), Canada (3.2 percent), Germany (0.4 percent), Taiwan (0.2 percent) and the Netherlands (0.1 percent). Contract funds in the amount of $8,525,429 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
BAE Systems Technology Solutions and Services Inc., Rockville, Md., is being awarded a $76,599,316 indefinite-delivery/indefinite-quantity contract for organizational, intermediate, depot level maintenance to support to support T-34 and T-44 aircraft. In addition this contract provides logistics support including labor, services, facilities, equipment, tools, related support equipment, and direct and indirect material to support 124 T-34, 55 T-44, 42 T-6A, and 141 T-6B aircraft based primarily at Naval Air Station (NAS) Corpus Christi, Texas, NAS Whiting Field, Fla., and NAS Pensacola, Fla. Work will be performed in Corpus Christi, Texas (50 percent), Whiting Field, Fla. (39 percent), Pensacola, Fla. (8 percent), and various sites within the continental U. S. (3 percent) including: NAS Lemoore, Calif.; Strike Fighter Weapons School, NAS Oceana, Va.; Marine Corp Air Station Miramar, Calif.; Naval Air Facility El Centro, Calif.; Fort Bragg, N.C.; Huntsville, Ala.; and NAS Fallon, Nev. Work is expected to be completed in September 2013. Contract funds will not be obligated at time of award. Funding will be obligated upon issuance of task orders. This contract was competitively procured via electronic request for proposals, with three offers received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0003).
Harper Construction Co., Inc., San Diego, Calif., is being awarded a $54,366,842 firm-fixed-price contract for the design and construction of The Basic School Student Officer Quarters Phases five and six at Marine Corps Base Quantico. The work to be performed provides for design and construction of four new facilities which will support billeting for Marine officers undergoing initial training at the basic school. This contract contains three options, which if exercised, would increase cumulative contract value to $112,543,303. Work will be performed in Quantico, Va., and is expected to be completed by October 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 28 proposals received. The Naval Facilities Engineering Command, Wash., Washington, D.C., is the contracting activity (N40080-13-C-0001).
The Navy originally awarded a contract under solicitation N40080-11-R-0004 (contract number N40080-12-C-0002) to Hensel Phelps Construction Co. On July 23, 2012, Harper Construction Co., Inc., (Harper) filed a Bid Protest with the Government Accountability Office(GAO), protesting the Department of Navy’s award to Hensel Phelps. A suspension of performance was issued to Hensel Phelps on July 24, 2012. GAO dismissed the protest from Harper on Aug. 16, 2012, as the Navy takes corrective action. As a result of the re-evaluation, the Source Selection Authority has determined that award be made to Harper Construction Co., Inc., and that the contract previously awarded to Hensel Phelps will be Terminated for Convenience.
Kings Bay Support Services L.L.C., Baton Rouge, La., , is being awarded a $34,000,576 modification under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7578) to exercise option one for base operations support services at Naval Submarine Base Kings Bay. The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, environmental, and vertical transportation equipment. The total contract amount after exercise of this option will be $69,702,968. Work will be performed in Kings Bay, Ga., (99 percent), and Shellman Bluff, Ga., (1 percent) and work is expected to be completed November 2013. Contract funds in the amount of $2,379,321 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $9,088,594 firm-fixed-price and cost-reimbursement modification to a previously issued delivery order placed against Basic Ordering Agreement N00019-09-G-0005 for additional Airborne Mine Countermeasures test support and system development efforts in support of the MH-60S aircraft. Work will be performed in Owego, N.Y., and is expected to be completed in May 2014. Contract funds in the amount of $2,080,998 will be obligated at time of award, $1,327,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Adaptive Methods Inc.*, Centreville, Va., is being awarded a $7,477,445 cost-plus-fixed-fee Phase II Small Business Innovation Research contract under topic N02-152, entitled “Environmental Mission Planner.” This effort shall upgrade the existing fleet product, FORCEnet ASPECT, from its current capabilities for the Improved Extended Echo Ranging System and the emerging Multistatic Active Coherent System. Work will be performed in Centreville, Va., and is expected to be completed in November 2015. Contract funds in the amount of $50,000 are being 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-C-0106).
Raytheon Co., Tucson, Ariz., is being awarded a $7,442,121 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0005) to exercise an option in support of the Program Executive Office, unmanned aviation and strike weapons, Direct and Time Sensitive Strike Program Office. This effort procures HARM AGM-88B/C guidance sections for a quantity of: Navy (30), Air Force (85), Government of Germany (10), Government of Turkey (5), and Government of South Korea (2); HARM AGM-88B/C control sections for a quantity of Air Force (15), Government of Germany (2), and Government of Turkey (1); and support technical data for the HARM AGM-88B/C Guidance Sections and AGM-88B/C control sections for the U.S. Navy, U.S. Air Force, Government of Germany, Government of Turkey, and the Government of South Korea under the Foreign Military Sales Program. Work will be performed in Tucson, Ariz., and is expected to be completed in May 2014. Contract funds in the amount of $4,948,885 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($4,948,885; 67 percent); the U.S. Navy ($1,480,170; 20 percent); the Government of Germany ($608,044; 8 percent); the Government of Turkey ($304,022; 4 percent); and the Government of South Korea ($101,000; 1 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
AIR FORCE
General Atomics Aeronautical Systems Inc., Poway, Calif., (FA8620-10-G-3038, DO 0013 02) is being awarded a $12,583,958 option exercise for the MQ-9 Reaper aircraft fiscal 2010/2011 retrofits. The location of the performance is Poway, Calif. Work is expected to be completed by Sept. 30, 2015. The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio.
CCI Group L.L.C., Shalimar, Fla., (FA2823-10-D-0001) is being awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements-maintenance, repair and minor construction efforts. The location of the performance is Eglin Air Force Base, Fla. Work is expected to be completed by Nov. 30, 2013. The contracting activity is AFTC/PZIO, Eglin Air Force Base, Fla.
Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6471, P00184) is being awarded a $9,046,477 contract modification for the C-5 reliability enhancement and re-engining program. The location of the performance is Marietta, Ga. Work is expected to be completed by July 31, 2015. The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio.
L-3 National Security Solutions Inc., Reston, Va. (FA8723-13-D-0001), is being awarded a $63,100,000 indefinite-quantity/indefinite-delivery contract for sustainment and modernization of the Mobile Consolidated Command Center. The locations of the performance is Colorado Springs, Colo.; Albuquerque, N.M.; and Cheyenne, Wyo. Work is expected to be completed by July 31, 2018. The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo.
TW Metals, Carol Stream, Ill., was issued a modification exercising the second option year on contract SPM8E5-10-D-0005/P00028. The modification is a fixed-price with economic- price-adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $78,988,148 for various carbon steel bar, sheet and plate materials. There are no other locations of performance. Using 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 Defense Working Capital Funds. The date of performance completion is March 1, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Metals USA, Fort Washington, Pa., was issued a modification exercising the second option year on contract SPM8E5-10-D-0004/P00023. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $71,229,055 for various carbon steel bar, sheet and plate materials. There are no other locations of performance. Using 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 Defense Working Capital Funds. The date of performance completion is Mar. 3, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Sopakco Packaging * Mullins, S.C., was awarded contract SPM3S1-12-D-Z108. The award is a firm-fixed price, indefinite-quantity contract with a maximum $59,202,500 for meal, ready-to-eat. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were three solicitations with three responses. Type of appropriation is fiscal 2013, 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.
AmeriQual Group L.L.C., Evansville, Ind., was awarded contract SPM3S1-12-D-Z107. The award is a firm-fixed price, indefinite-quantity contract with a maximum $59,106,250 for meal, ready-to-eat. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were three solicitations with three responses. Type of appropriation is fiscal 2013 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.
The Wornick Co., Cincinnati, Ohio, was awarded contract SPM3S1-12-D-Z109. The award is a firm-fixed price, indefinite-quantity contract with a maximum $52,477,500 for meal, ready-to-eat. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were three solicitations with three responses. Type of appropriation is fiscal 2013 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.
Admiral Metals Servicenter Inc.*, Woburn, Mass., was issued a modification exercising the second option year on contract SPM8E5-10-D-0001/P00026. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $47,853,764 for various stainless steel and alloy steel bar, sheet and plate materials. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were four responses to the Web solicitation. Type of appropriation is fiscal 2013, Defense Working Capital Funds. The date of performance completion is March 2, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Metals USA, Fort Washington, Pa., was issued a modification exercising the second option year on contract SPM8E5-10-D-0002/P00022. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $46,948,606 for various stainless steel and alloy steel bar, sheet, and plate materials. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were four responses to the Web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is March 2, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
TW Metals, Carol Stream, Ill., was issued a modification exercising the second option year on contract SPM8E5-10-D-0003/P00027. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $44,557,633 for various stainless steel and alloy steel bar, sheet, and plate materials. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were five responses to the Web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is March 3, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Charleston Aluminum L.L.C.*, Gaston, S.C., was issued a modification exercising the second option year on contract SPM8E5-10-D-0006/P00014. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $36,635,308 for various aluminum sheet and plate materials. There are no other locations of performance. Using 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 Defense Working Capital Funds. The date of performance completion is March 7, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
KPMG L.L.P., Mclean, Va., was awarded contract SP4703-11-A-0017-0022. The award is a firm-fixed price contract with a minimum $17,646,215 for management services. Other location of performance is Fort Belvoir, Va. Using service is federal civilian agencies. There were six responses to the solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is Dec. 2, 2013. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va.
Patterson Dental Supply Inc., Saint Paul, Minn., was issued a modification exercising the third option year on contract SPM2DE-10-D-7447/P00007. The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $15,041,348 for distribution of a wide range of general dental supplies. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were ten responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds. The date of performance completion is Dec. 13, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
U.S. SPECIAL OPERATIONS COMMAND
International Development and Resources, Centreville, Va., is being awarded a $250,000,000, indefinite-delivery indefinite-quantity contract to provide special operations aviation specialized support services in support of the U. S. Special Operations Command, Technology Applications Program Office (TAPO). The resulting contract will provide specialized support services to the 160th Special Operations Aviation Regiment. Services will be performed primarily at Fort Campbell, Ky; however, other duty locations may be needed. Maximum contract period of performance will end Dec. 31, 2022. Task Order 0001 is anticipated to be effective Jan. 1, 2013 and will be awarded in the amount of $952,395. The contracting authority is U. S. Special Operations Command, MacDill Air Force Base, Fla., (H92241-13-D-0001).
Lockheed Martin Corp., Marietta, Ga. (FA8525-13-D-0003), is being awarded a $56,688,000 cost-plus-fixed-fee, cost-reimbursement- no-fee, firm-fixed-price, time and materials contract for the C-5 sustaining engineering and technical support services. The location of the performance is Marietta, Ga. Work is expected to be completed by Nov. 30, 2012. The contracting activity is AFLCMC/WLKB, Robins Air Force Base, Ga.
Lockheed Martin Missiles and Fire Control, Orlando, Fla. (FA8540-13-C-0008), is being awarded a $31,937,699 firm-fixed-price, cost-plus-fixed-fee, time and material contract for Sniper Advanced Targeting Pods for the Iraq Air Force. The location of the performance is Orlando, Fla. Work is expected to be completed by July 2015. The contracting activity is AFLCMC/WNKCB, Robins Air Force Base, Ga. Contract involves foreign military sales to Iraq.
Pratt and Whitney, East Hartford, Conn. (FA8100-13-C-0004), is being awarded a $9,000,000 firm-fixed-price contract for hardware and services related to increasing the repair capacity of the F117-PW-100 Heavy Maintenance Center. The location of the performance is Tinker Air Force Base, Okla. Work is expected to be completed by March 29, 2014. The contracting activity is AFSC/PZIMA, Tinker AFB, Okla.
NAVY
Management Consulting Inc., Virginia Beach, Va., is being awarded a $40,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to provide commercial retail store services, including inventory and logistics distribution design, necessary to operate a full service walk-in retail store (Norfolk Super Servmart), operate a mobile store(s), provide a free delivery service, and participate in the Department of Defense E-Mall website for e-commerce ordering in Virginia’s Hampton Roads area. The contract shall provide a simple method for authorized U.S. government activities to acquire items such as office supplies/equipment, janitorial and sanitation items, industrial hardware, and galley, safety, tactical supplies and equipment. The contractor will be awarded a minimum amount of $50,000 at the time of award. This contract contains options, which if exercised will bring the contract value to $247,000,000. Work will be performed in Norfolk, Va., and work is expected to be completed December 2013. If all options are exercised, work will continue to Dec. 13, 2017. The applicable funding is Navy Working Capital Funds and will not expire before the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with three offers received in response to the solicitation. NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-13-D-0001).
Sensor and Antenna Systems, Lansdale Inc., Lansdale, Pa., is being awarded a $31,738,199 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0047) to exercise an option to procure 22 low band transmitters (LBT), 16 vertically polarized (VPOL) antennas, and 21 high band horizontally polarized (HPOL) antennas for the AN/ALQ-99 Tactical Jamming System for the U.S. Navy; and 11 LBTs, seven VPOL Antennas, six Band-2 B2AIA, and eight High Band HPOL antennas for the AN/ALQ-99 TJS for the Government of Australia under the Foreign Military Sales Program. Work will be performed in Lansdale, Pa., and is expected to be completed in May 2015. Contract funds in the amount of $31,738,199 will be obligated at time of award, $239,070 of which will expire at the end of the fiscal year. This contract combines purchases for the U.S. Navy ($21,118,359; 66.5 percent); the Government of Australia ($10,619,840; 33.5 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Northrop Grumman Systems Corp., Annapolis, Md., is being awarded a $25,126,188 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide program and configuration management, technical services, systems engineering, hardware and software development, material analysis, testing, repair, and installation services in support of projects for autonomous and non-autonomous systems, as well as, maritime intelligence, surveillance, and reconnaissance and information operations enabling technologies. This is one of a five multiple award contracts: all awardees will compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to $64,767,382. Work will be performed in Annapolis, Md. (70 percent) and San Diego, Calif. (30 percent), and is expected to be completed Nov. 28, 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Request for Proposal N66001-11-R-0036 published on the FedBizOpps website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with five offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0020).
DRS Technical Services Inc., Herndon Va., is being awarded a $24,571,235 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide program and configuration management, technical services, systems engineering, hardware and software development, material analysis, testing, repair, and installation services in support of projects for autonomous and non-autonomous systems, as well as, maritime intelligence, surveillance, and reconnaissance and information operations enabling technologies. This is one of five multiple award contracts; all awardees will compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to $63,032,636. Work will be performed in Herndon Va.(70 percent), and San Diego, Calif. (30 percent), and is expected to be completed Nov. 28, 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Request for Proposal N66001-11-R-0036 published on the FedBizOpps website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with five offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0018).
Booz Allen Hamilton Inc., San Diego, Calif.,is being awarded a $22,087,013 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide program and configuration management, technical services, systems engineering, hardware and software development, material analysis, testing, repair, and installation services in support of projects for autonomous and non-autonomous systems, as well as, maritime intelligence, surveillance, and reconnaissance and information operations enabling technologies. This is one of five multiple award contracts; all awardees will compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to $56,761,735. Work will be performed inSan Diego, Calif., and is expected to be completed Nov. 28, 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Request for Proposal N66001-11-R-0036 published on the FedBizOpps website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with five offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0017).
Science Applications International Corp.,San Diego, Calif., is being awarded a $21,442,850 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide program and configuration management, technical services, systems engineering, hardware and software development, material analysis, testing, repair, and installation services in support of projects for autonomous and non-autonomous systems, as well as, maritime intelligence, surveillance, and reconnaissance and information operations enabling technologies. This is one of five multiple award contracts; all awardees will compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to $54,806,120. Work will be performed inSan Diego, Calif.,and is expected to be completed Nov. 28, 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Request for Proposal N66001-11-R-0036 published on the FedBizOpps website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with five offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0021).
General Dynamics Information Technology Inc., Fairfax Va., is being awarded a $19,035,582 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide program and configuration management, technical services, systems engineering, hardware and software development, material analysis, testing, repair, and installation services in support of projects for autonomous and non-autonomous systems, as well as, maritime intelligence, surveillance, and reconnaissance and information operations enabling technologies. This is one of a five multiple award contracts: all awardees will compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to $48,420,344. Work will be performed in Fairfax, Va. (70 percent), and San Diego, Calif. (30 percent), and is expected to be completed Nov. 28, 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Request for Proposal N66001-11-R-0036 published on the FedBizOpps website, and the Space and Naval Warfare Systems Center e-Commerce Central website, with five offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0019).
Booz Allen Hamilton, McLean, Va., is being awarded a $15,888,620 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee contract for information technology (IT) governance; IT privacy and security; policy and planning; IT workforce and training; SharePoint development and deployment; IT information integration; project management; and administrative support of the Bureau of Medicine and Surgery Deputy Chief of Information Management/Information Technology/Chief Information Office. Work will be performed in Falls Church, Va. (85 percent), and McLean, Va. (15 percent), and the ordering period is expected to be completed Dec. 31, 2015. The performance periods will be specified on individual task orders and shall not exceed 12 months. A contract minimum of $1,000,000 will be obligated at the time of award. Funding will be issued at the task order level and is expected to be Defense Health Procurement fiscal 2013 Operations and Maintenance Navy funds for the first task order. The contract was competitively procured via Navy Electronic Commerce Online, with 12 offers received in response to this solicitation. The NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-13-D-Z002).
Bremcor, Arlington, Va., is being awarded a $12,211,512 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-06-D-4611) to exercise option six for base operation support services at Naval Station Guantanamo Bay. The work to be performed provides for base operation support services to include but not limited to: port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance, utilities, environmental, transportation, bachelor housing, fire alarms, wastewater, steam, and facility management. Work also provides for service calls consisting of repairs of base facilities, utilities, transportation, and fire alarm systems. The total contract amount after exercise of this option will be $135,791,278. Work will be performed in Guantanamo Bay, Cuba, and work for this option period is expected to be completed November 2013. Contract funds in the amount of $4,169,733 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
Engility Corp., Mount Laurel, N.J., is being awarded a $9,746,234 cost-plus-fixed-fee contract to provide technical and engineering support services in the areas of requirement specification, design, implementation, test, management, and maintenance of laboratory/information system and project/program related software in support of the VH Executive Transportation Program, the MH-53 program, the VXX program, and Avionics System Integration. Work will be performed in Patuxent River, Md. (95 percent), and Lexington Park, Md. (5 percent), and is expected to be completed in November 2013. Contract funds in the amount of $2,377,217 are being obligated on this award, all 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, Patuxent River, Md., is the contracting activity (N00421-13-C-0006).
General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $7,148,405 modification under a previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support research and development (R&D) of advanced submarine technologies for current and future submarine platforms. Advanced submarine R&D includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety and affordability. The program also supports near term insertion of Virginia-class technology; identification of Ohio-class replacement technology options; future submarine concepts; and core technologies. Contract funds in the amount of $1,192,000 will be obligated at the time of award. Work will be performed in Groton, Conn., and is expected to be completed by October 2013. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
The Missile Defense Agency (MDA)is announcing the award of a contract HQO147-13-C-0005 with Aerojet-General Corp. (Aerojet), Sacramento, Calif., with an award value of $34,917,336. Under this contract, Aerojet will develop and test Solid Divert and Attitude Control Systems technologies of interest to the MDA. This contract represents part of the MDA’s technology development strategy to improve performance and reduce risk for Ballistic Missile Defense interceptor divert and attitude control systems. This contract was a competitively awarded procurement and the work will be performed at Rancho Cordova, Calif., from December 2012 through November 2014. Fiscal 2013 research, development, test and evaluation funds in the amount of $3,700,000 will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sale acquisition. The MDA, Huntsville, Ala., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Ports Petroleum Co., Inc.*, Wooster, Ohio, was issued a modification on contract Sp0600-12-D-4521/P0004. The modification is a fixed-price with economic-price adjustment contract with a maximum $16,780,019 for various fuel products. There are no other locations of performance. Using services are federal civilian agencies. There were forty-two responses to the FedBizOpps website solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is June 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Allied Joint Venture, Hialeah, Fla.*, is being awarded a fixed-price with economic-price adjustment, sole-source contract (SPM2DE-13-D-7603) with a maximum $50,000,000 for delivery of medical and surgical items. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There was one solicitation with one response. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital Funds. The date of performance completion is Nov. 21, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
G4S Government Solutions, Palm Beach Gardens, Fla., is being awarded a $17,108,424 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N33191-11-D-0738) to exercise option one for base operating services at Naval Support Activity, Kingdom of Bahrain. The work provides for but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities investment, custodial, pest control, integrated solid waste management grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles and equipment. The total contract amount after exercise of this option will be $32,306,710. Work will be performed in the Kingdom of Bahrain, and work for the option period is expected to be completed November 2013. Contract funds in the amount of $15,677,295 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity.
Northrop Grumman Aerospace Systems, San Diego, Calif., is being awarded a $15,010,161 cost-plus-fixed-fee contract for operations and maintenance services in support of the MQ-8B Fire Scout. Work will be performed in Afghanistan (90 percent), and Patuxent River, Md. (10 percent), and is expected to be completed in November 2013. This contract was not competitively procured pursuant to FAR 6.302-1. Contract funds in the amount of $1,500,000 will be obligated at time of award and will expire at the end of the current fiscal year. The remaining funding will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0018).
SEDNA Digital Solutions L.L.C., Manassas, Va., is being awarded a $14,964,337 modification to exercise previously awarded options on contract (N00024-08-C-6203) for engineering and technical services to support development, integration, test, demonstration and certification of a high fidelity front end simulation for common processing systems. This effort includes exploring new approaches to highfidelity stimulation for testing sensor interfaces and processing, as well as developing new or augmenting existing capabilities as required to meet the acoustic processing needs for the Navy’s submarine sonar systems. These services will provide for the continued engineering, fabrication, test, installation, and training services for the analysis, design and, prototyping of components related to open architecture concepts for an improved capability for both legacy and future variants of Navy acoustic systems. Contract funds in the amount of $4,490,429 will be obligated at the time of award. Work will be performed in Manassas, Va., and is expected to be completed by June 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.
Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $12,522,539 modification to a previously awarded indefinite-delivery, requirements contract (N00019-11-D-0014) for additional logistics services and materials for organizational, intermediate, and depot level maintenance to support 179 T-34, 54 T-44 and 192 T-6 aircraft based primarily at Naval Air Station (NAS) Corpus Christi, Texas, NAS Whiting Field, Fla., and NAS Pensacola, Fla. Work will be performed in Corpus Christi, Texas (50 percent), Whiting Field, Fla. (39 percent), Pensacola, Fla. (8 percent), and various sites within the continental United States (3 percent) including NAS Lemoore, Calif.; NAS Patuxent River, Md.; Oceana, Va.; Marine Corp Air Station Miramar, Calif.; Naval Air Facility El Centro, Calif.; Fort Bragg, N.C.; Huntsville, Ala.; and NAS Fallon, Nev. Work is expected to be completed in January 2013. No funding will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
The Boeing Co., St. Louis, Mo., is being awarded a $7,595,267 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-11-G-0001) to provide additional integrated logistics and engineering services support for the Harpoon and Standoff Land Attack Missile Expanded Response, Missile System and Harpoon Launch Systems for the U.S. Navy and the governments of various foreign military sales customers. Work will be performed in St. Charles, Mo. (91.17 percent); St. Louis, Mo. (5.43 percent); Yorktown, Va. (2.64 percent); Point Mugu, Calif. (0.71 percent); and Oklahoma City, Okla. (0.05 percent); and is expected to be completed in November 2013. Contract funds in the amount of $7,595,267 will be obligated at the time of award, $2,765,989 of which will expire at the end of the current fiscal year. This order combines purchases for the U.S. Navy ($2,765,989; 36.41 percent) and the governments of Korea ($675,707; 8.90 percent); Taiwan ($641,647; 8.45 percent); Turkey ($565,969; 7.45 percent); Egypt ($375,905; 4.95 percent); Japan ($374,159; 4.93 percent); United Kingdom ($284,144; 3.74 percent); Pakistan ($251,725; 3.31 percent); Australia ($230,380; 3.03 percent); Chile ($208,507; 2.75 percent); Saudi Arabia ($199,017; 2.62 percent); Canada ($181,946; 2.4 percent); Israel ($146,506; 1.93 percent); Bahrain ($96,780; 1.27 percent); United Arab Emirates ($93,250; 1.23 percent); Germany ($81,773; 1.08 percent); Netherlands ($73,869; 0.97 percent); Kuwait ($68,289; 0.90 percent); Singapore ($64,002; 0.84 percent); Oman ($62,829; 0.83 percent); Portugal ($54,907; 0.72 percent); Thailand ($37,717; 0.50 percent); Denmark ($35,946; 0.47 percent); and Malaysia ($24,304; 0.32 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River Md., is the contracting activity.
Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $7,085,961 modification to a previously awarded cost-plus-fixed-fee contract (N00421-08-C-0025) for additional aircrew, engineering, operations, and scheduling services in support of the Naval Test Wing Atlantic and Naval Test Wing Pacific. Work will be performed in Patuxent River, Md., and is expected to be completed in March 2013. No funds are being obligated at time of award. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
AIR FORCE
Concurrent Technologies Corp.,Johnstown, Pa. (FA8650-09-D-5601, P00011), is being awarded a $15,000,000 contract modification to perform research, advanced development evaluation, implementation and technical transition on promising environmental and energy technologies in support of Air Force and other Department of Defense weapons systems and installations, including deployed locations. The location of the performance is Johnstown, Pa. Work is expected to be completed by September 2014. The contracting activity is AFRL/RQKMS, Wright-Patterson Air Force Base, Ohio.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
University of Pennsylvania, Linguistic Data Consortium, Philadelphia, Pa.,is being awarded an $8,122,014 modification to a cost contract (HR0011-11-C-0145). Option 1 is being exercised to continue research under the Broad Operational Language Translation program to address the compelling need to perform multi-turn communication with non-English speaking local populations of foreign countries and allies. Work will be performed in Philadelphia (61 percent); New York (2 percent); Waltham, Mass. (16 percent); Boulder, Colo. (12 percent); Cambridge, Mass. (6 percent); and Chatswood, Australia (3 percent). The work is expected to be completed by November 2015. The Defense Advanced Research Projects Agency, Arlington, Va is the contracting activity.
AIR FORCE
The Boeing Co.,St. Louis, Mo., (FA2103-13-C-0006) is being awarded a $178,575,114 cost-plus-incentive fee contract for Engineering and Manufacturing Development (EMD) Phase 1 of the B61-12 Tailkit Assembly. This contract also includes a priced option for (EMD) Phase 2 and price goals for the production phase. The location of the performance is St. Louis, Mo. Work is expected to be completed by October 2015. The contracting activity is AFLCMC/EBBC, Eglin Air Force Base, Fla.
DTS Aviation Services Inc., Fort Worth, Texas, (FA3002-05-C-0016, A00207) is being awarded a $15,962,261 contract modification for aircraft maintenance. The location of the performance is Columbus Air Force Base, Miss. Work is expected to be completed by March 31, 2013. The contracting activity is 14 CONS/LGC, Columbus Air Force Base, Miss.
Raytheon Co., Aurora, Colo., (FA8807-10-C-0001, P00079) is being awarded a $7,242,477 contract modification for support of the Global Positioning Systems, Next Generation Operational Control System. The location of the performance is Aurora, Colo. Work is expected to be completed by Dec. 31, 2013. The contracting activity is SMC/GPS, Los Angeles Air Force Base, Calif.
Tennant Inc., Minneapolis, Minn., is being awarded contract SPM8EC-13-D-0003. The award is a fixed-price with economic-price-adjustment contract with a maximum $157,500,000 for procurement of commercial type environmental equipment. Other location of performance is Michigan. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were twelve solicitations with twelve responses. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital Funds. The date of performance completion is Nov. 26, 2017. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Nutriom LLC, Lacey, Wash.*, was awarded contract SPM3S1-13-D-Z189. The award is a fixed-price with economic-price-adjustment contract with a maximum $32,946,000 for boil-in-bag dehydrated egg mix. There are no other locations of performance. Using services are Army and Marine Corps. There were two responses to the Web solicitations. Type of appropriation is fiscal year 2013 Defense Working Capital Funds. The date of performance completion is Jan. 9, 2018. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
NAVY
Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $53,768,655 firm-fixed-price contract for the manufacture and installation of three Block 1 modification aircraft kits and three Internet Protocol Bandwidth Expansion Phase 3 modification kits for the E-6B. In addition, this contract includes the manufacture of four very low frequency transmit terminal kits for the Block 1A engineering change proposal and one trainer upgrade on the mission avionics systems trainer. Work will be performed in Oklahoma City, Okla. (55 percent); Richardson, Texas (35 percent); and Patuxent River, Md.(10 percent), and is expected to be completed in February 2014. Contract funds in the amount of $51,407,457 are being 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-0004).
Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $52,267,510 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option for engine sustainment services for V-22 AE1107C engines in support of the U.S. Marine Corps and the U.S. Air Force. The services to be provided include low power repairs, turboshaft engine support and fleet site support. Work will be performed in Indianapolis, Ind. (80 percent), and Oakland, Calif. (20 percent), and is expected to be completed in November 2013. Contract funds in the amount of $52,267,510 will be obligated on this award of which $50,378,962 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $41,857,619 modification to previously awarded contract (N00024-10-C-2205) to exercise option year 4 for life cycle engineering and support services for Landing Platform Dock LPD-17 class Integrated Shipboard Electronic Systems. Work will be performed in San Diego, Calif. (98 percent), Norfolk, Va. (2 percent), and is expected to be completed by December 2013. Contract funds in the amount of $703,893 will expire at the end of the current fiscal year. Contract funds in the amount of $7,295,810 will be obligated at the time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
BAE Systems Information and Electronics, Nashua, N.H., is being awarded a $41,385,564 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0006) to exercise an option for 1,476 Advanced Precision Kill Weapon System (APKWS) II WGU-59/B Guidance Sections, shipping and storage containers, and support technical data. Work will be performed in Nashua, N.H. (70 percent), and Austin, Texas (30 percent), and is expected to be completed in September 2014. Contract funds in the amount of $41,385,564 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Global Training and Logistics, Orlando, Fla., is being awarded a not-to-exceed $26,619,869 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Undersea Warfare product support. This contract will cover procurement of Undersea Warfare product support. This includes integrated logistics, training, equipment alteration and installation, fleet support and life cycle support across Undersea Warfare system programs. The initial funding amount applied at contract award is $12,437,878. Work will be performed in California (8 percent); Florida (8 percent); Hawaii (22 percent); Maine (3 percent); Mississippi (3 percent); and Virginia (56 percent), and is expected to be completed by November 2013. Contract funds in the amount of $1,108,294 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-D-5250).
Overland Federal, LLC*, Ardmore, Okla., is being awarded $14,141,800 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N40192-10-D-2803) for infrastructure, wharf improvements, and utilities at Apra Harbor at Naval Base Guam. The work to be performed provides for wharf strengthening, mooring and berthing system, utilities and wharf storm drain systems, electrical and communication systems, demolition and reconstruction of a generator building, and site improvements. Work will be performed in Santa Rita, Guam, and is expected to be completed by June 2014. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.
Lockheed Martin Mission Systems and Sensors, Manassas, Va., is being awarded a $12,276,792 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6247) to exercise an option for engineering service support of the AN/BVY-1 Integrated Submarine Imaging System (ISIS). The AN/BVY-1 ISIS provides mission critical, all-weather, visual, and electronic search, digital image management, indication, warning and platform architecture interface capabilities for U.S. Navy submarines. Work will be performed in Manassas, Va. (53 percent); Northampton, Mass. (34 percent); Virginia Beach, Va. (5 percent); Newport, R.I. (3 percent); Arlington, Va. (3 percent); and Fairfax, Va. (2 percent); and is expected to be completed by September 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Co., Tucson, Ariz., is being awarded a $12,010,751 modification under a previously awarded cost-plus-fixed-fee contract (N00024-10-C-5432) to exercise an option for fiscal year 2013 Design Agent Engineering Services for the MK-31 Rolling Airframe Missile Guided Missile Weapon System, Guided Missile Launching System Support. Support services maintain current weapon system capability, as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance, and logistics engineering services. 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. Contract funds in the amount of $44,800 will be obligated at the time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES
Washington Metropolitan Area Transit has been awarded a $13,247,000 task order on the blanket-purchase-agreement (HQ0034-12-A-0001-0004) to provide funding for Department of Defense transportation benefits for its employees. Work will be performed in Washington, D.C. The blanket purchase agreement has an estimated completion date of Sept. 30, 2016. Washington Headquarters Service, Washington, D.C., is the contracting activity.
NAVY
Raytheon Co., Sudbury, Mass., is being awarded a five-year $75,700,000 firm-fixed-price performance based logistics requirements contract to support the AEGIS MK 99 fire control systems and the SPY-1 transmitter items. Contract funds in the amount of $16,143,340 will be obligated at the time of award. Work will be performed in Norfolk, Va. (92 percent), and Sudbury, Mass. (8 percent), and work is expected to be completed in/by? November 2017. The applicable Navy working capital funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C 2304(c)(1). The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-D-ZD00).
Lockheed Martin, Mission Systems and Sensors, Moorestown, N.J., is being awarded a $60,253,760 cost-plus-fixed-fee and cost-plus-award-fee modification to previously awarded contract (N00024-09-C-5103) to exercise options for fiscal 2013 Aegis platform systems engineering agent activities and Aegis modernization advanced capability build engineering. Contract funds in the amount of $60,253,760 will be obligated at time of award. Work will be performed in Moorestown, N.J., and is expected to be completed by September 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
The Boeing Co., Seattle, Wash., is being awarded a $26,257,174 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) to provide additional services for the development maintenance training curriculum in support of the P-8A multi-mission maritime aircraft. The curriculum will include computer-aided instruction for use in a classroom setting, interactive courseware for self-paced in-service training, and practical exercises to be used on various maintenance training devices. Work will be performed in St. Louis, Mo., and is expected to be completed in June 2015. Contract funds in the amount of $26,257,174 will be obligated on this award and will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.
AASKI Technology, Inc.*, Ocean, N.J.(N65236-13-D-5828); Advanced C4 Solutions, Inc.*, Tampa, Fla.(N65236-13-D-5829); Chugach Federal Solutions*, Anchorage, Alaska(N65236-13-D-5830); Dynamic Network Enterprises, Inc.*, Stafford, Va.(N65236-13-D-5831); Mercom Inc.*, Pawleys Island, S.C.(N65236-13-D-5832); NexGen Data Systems*, Goose Creek, S.C.(N65236-13-D-5833); Skylla Engineering Ltd.*, Humble, Texas(N65236-13-D-5834); and Syneren Technologies Corp.*, Lanham, Md. (N65236-13-D-5835), are each being awarded an indefinite delivery, indefinite quantity, cost-plus-fixed-fee, performance-based, multiple-award contract, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within the transport and computing infrastructure (TCI) portfolio to provide the full system life cycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable C5ISR, Information operations, enterprise information services (EIS) and space capabilities. The cumulative, estimated value of the base year is $19,752,000. Contract funds in the amount of $10,000 will be obligated at time of 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 eight contractors may compete for the task orders under the terms and conditions of the awarded contracts. The work will be performed worldwide, and is expected to be completed by 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. This contract wascompetitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with ten offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Hourigan Construction, Virginia Beach, Va., is being awarded a $15,866,000 firm-fixed-price task order 0002 under a multiple award construction contract for the design and construction of a Logistics Support Facility and Military Working Dog Facility at Naval Air Station, Oceana, Dam Neck Annex. The work to be performed provides for the construction of two facilities. The logistics support facility includes concrete masonry building with slab on grade and pile foundation, standing seam metal roof over steel framing, steel doors and frames, steel roll up doors, and gypsum board over metal stud interior partitions. Built-in equipment includes a passenger/freight elevator. Project also includes renovation in building 302. The Military Working Dog (Combat Assault Dog) Facility shall include kennel space for dogs, space for veterinary care, and associated administrative and storage space that is required to maintain and care for Military Working Dogs. The project also includes demolition of the existing Military Working Dog Facility. Work will be performed in Virginia Beach, Va., and is expected to be completed by July 2014. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (contract number N40085-08-D-9738).
Raytheon Co., Largo, Fla., is being awarded a $9,348,693 not-to-exceed, cost-plus-fixed-fee modification to previously awarded contract (N00024-08-C-5202) for design agent and engineering services in support of the cooperative engagement capabilities program. Work will be performed in St. Petersburg, Fla. (90 percent), and Largo, Fla. (10 percent), and is expected to be completed by March 2013. Contract funds in the amount of $1,517,890 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
BAE Systems Mayport, Jacksonville, Fla., is being awarded a $6,880,388 contract to perform maintenance and repair work including hull, machinery, electrical, electronics and piping repairs as required during selected restricted availability onboard the USS Taylor (FFG 50). Work will be performed in Jacksonville, Fla., and is expected to be completed by April 2013. Contract funds in the amount of $6,880,388 will expire at the end of the current fiscal year. The contract was competitively procured via FedBizOpps with two offers received. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity (N40027-13-C-0003).
Skookum Contract Services, Bremerton, Wash., is being awarded a $6,693,666 firm-fixed-price, indefinite-delivery requirements contract for firewatch, general laborer, and lead handler support services in support of Puget Sound Naval Shipyard and Intermediate Maintenance Facility. This contract contains four option years, which if exercised, will bring the contract value to $40,244,311. Work will be performed Bremerton, Wash., and work is expected to be completed in December 2013. If all options are exercised, the work will continue through December 2017. No funds will be obligated at time of award. Funds will be obligated as individual task orders are issued. This contract was not competitively procured in accordance with FAR 6.302-5, 10 U.S.C. 2304(c) (5). This action was procured under the AbilityOne Program as expressly authorized through Qualified Nonprofit Agencies for the Blind or other Severely Disabled — 41 U.S.C. 46-48c. The NAVSUP Fleet Logistics Center Puget Sound, Bremerton, Wash., is the contracting activity (N00406-13-D-3007).
Ziehm Imaging, Inc., Orlando, Fla.*, was issued a modification exercising the second option year on contract SPM2D1-11-D-8344/P00007. The award is a fixed-price-with- economicprice-adjustment contract with a maximum $23,580,919 for radiology systems, components, upgrades, installation and accessories. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were forty-eight responses to the Web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is Nov. 29, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
AIR FORCE
Raytheon Technical Services Co.,LLC, Sterling, Va., (FA7022-11-C-0010, P00010) is being awarded a $13,780,106 contract modification for radar operations and maintenance services. The location of the performance is Eareckson Air Station, Alaska. Work is expected to be completed by Dec. 31, 2015. The contracting activity is AFISRA/A7KR, Patrick Air Force Base, Fla.
ExxonMobil Fuels Marketing Co., Fairfax, Va., was awarded contract SP0600-13-D-0451. The award is a fixed-price with economic-price-adjustment, indefinite delivery and indefinite quantity contract with a maximum $28,237,121 for fuel. Other location of performance is Texas. Using service is Defense Logistics Agency Energy. There were twenty-seven responses to the Web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is Sept. 30, 2013. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
AIR FORCE
Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6471, P00161) is being awarded a $38,508,060 contract modification for procurement of the C-5 Reliability Enhancement and Re-engining Program two optional plus-up spare engines and engine kits effort. The location of the performance is Marietta, Ga. Work is expected to be completed by Dec. 15, 2014. The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio.
L-3 Communications Corp., Arlington, Texas, (FA8621-09-C-6292, P00072) is being awarded a $22,517,465 contract modification for one 4-ship F-16 block 40/50 MTC production unit, spares and installation set-up. The location of the performance is Arlington, Texas. Work is expected to be completed by March 20, 2014. The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.
BAE Systems San Francisco Ship Repair, San Francisco, Calif., is being awarded a $13,352,948 firm-fixed-price contract for a 53-calendar day regular overhaul and dry-docking of Military Sealift Command dry cargo and ammunition ship the USNS Richard E. Byrd (T-AKE 4). The ship’s primary mission is to provide fuel, ammunition and dry and refrigerated stores to support U.S. Navy ships at sea, enabling them to remain underway for extended periods. This availability is primarily for freeze chill decking structure support and repairs; installing a reverse-osmosis system to produce fresh water; inspecting the propeller shaft and stern tube; cleaning and painting of the underwater hull; and replacing the flight deck foam sprinkler piping. The contract includes options which, if exercised, would bring the total contract value to $15,083,062. Work will be performed in San Francisco, Calif., and is expected to be completed by Jan. 17, 2013. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via solicitation posted to the Federal Business Opportunities website, with one offer received. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N32205-13-C-3012).
Detyens Shipyard Inc.*, North Charleston, S.C., is being awarded a $13,017,486 firm-fixed-price contract for a 120-calendar day regular overhaul and dry-docking of Military Sealift Command cable laying/repair ship the USNS Zeus. The ship’s primary mission is to install and repair undersea cable systems. This availability is primarily for alteration work on the main propulsion motors and forward and stern thrusters; tank preservation; freeboard preservation; various pump overhauls; sea valves; and cleaning and painting the underwater hull. This contract includes options which, if exercised, would bring the cumulative value of this contract to $16,437,469. Work will be performed in North Charleston, S.C., and is expected to be completed by March 30, 2013. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a 100 percent small business set-a-side with two offers received. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N32205-13-C-5002).
The Boeing Co., St. Louis, Mo., is being awarded a $9,816,557 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-2010) for additional engineering analyses in support of the F/A-18A-D Service Life Extension Program. Work will be performed in St. Louis, Mo. (58 percent) and El Segundo, Calif. (42 percent), and is expected to be completed in September 2013. Contract funds in the amount of $9,816,557 are being obligated on this award, none 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
Husky Marketing and Supply Co., Dublin, Ohio, was awarded contract SP0600-13-D-0650. The award is a fixed-price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $277,460,860 for fuel. There are no other locations of performance. Using service is Defense Logistics Agency Energy. There were twenty-seven responses to the Web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is Sept. 30, 2013. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
DMS Pharmaceutical Group Inc.*, Park Ridge, Ill., was issued a modification exercising the first option year on contract SPM2D0-11-D-0005/8001. The award is a fixed-price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $47,327,999 for 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. 20, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
KPMG L.L.P., McLean, Va., was awarded contract SP4703-11-A-0017-0021. The award is a firm-fixed-price contract with a minimum $13,187,951 for the necessary services and personnel to assist with project management, expertise, and support of business management programs. Other location of performance is Fort Belvoir, Va. Using service is federal civilian agencies. There were six responses to the Government Services Agency solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is Nov. 19, 2013. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va.
DRS C3 and Aviation Co., Herndon, Va., is being awarded a $49,983,913 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0011) to exercise an option for logistics services in support of E-6B Mercury, E-6B SE, including common aircraft spares support for CNATT E-6B Mission Avionics System trainers (2 each), Integrated Avionics Trainer, VQ-7 Operational Flight Trainers (2 each), E-6B P2 Lab, and the E-6B SIL. In addition, this option provides limited services for residual spares from other 707 derivative programs, including VC-137, C-18. Work will be performed at Tinker Air Force Base (AFB), Okla. (70 percent); Naval Air Station, Patuxent River, Md. (10 percent); Travis AFB, Calif. (10 percent); and Offutt AFB, Neb. (10 percent), and is expected to be completed in November 2013. Contract funds in the amount of $15,088,995 will be obligated on this award and will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
BAE Systems, Land and Armaments L.P., U.S. Combat Systems, Minneapolis, Minn., is being awarded a $24,000,000 modification to previously awarded contract (N00024-12-C-5311) to exercise options for the Advanced Gun System (AGS) for DDG 1002. The AGS is a 155mm, vertically loaded, stabilized gun mount that is capable of storing, programming, and firing the Long Range Land Attack Projectile. It is a fully automated weapon system capable of firing 10 rounds per minute supplied via a fully automated magazine loading system. The gun’s primary mission is land attack. The Zumwalt-class destroyer will employ two AGS gun mounts and magazines in support of ground expeditionary forces. Work will be performed in Louisville, Ky. (37 percent); Cordova, Ala. (30 percent); Minneapolis, Minn. (28 percent); and Burlington, Vt. (5 percent), and is expected to be completed by January 2018. 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.
The Boeing Co., St. Louis, Mo., is being awarded a $23,280,000 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for non-recurring engineering services in support of Engineering Change Proposal 6421SOW “Generator Converter Unit Reliability Improvement” for the F/A-18 aircraft. Work will be performed in Vandalia, Ohio (72 percent); St. Louis, Mo. (20 percent); Grand Rapids, Mich. (5 percent); Cincinnati, Ohio (1 percent); Youngwood, Pa. (1 percent); and Morrow, Ohio (1 percent), and is expected to be completed in December 2015. Contract funds in the amount of $23,280,000 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Tactical Engineering and Analysis Inc., San Diego, Calif., is being awarded an $8,366,000 modification (P00007) to previously awarded cost-plus-fixed-fee contract (N66001-08-D-0055) to increase the ceiling amount. The contract will sustain existing test engineering, analysis, prototype development and evaluation tasks for the Multifunctional Information Distribution System, Joint Tactical Information Distribution System, Joint Tactical Radio System Waveform and Airborne Early Warning Ground Integration Segment Ballistic Missile Defense Systems and equipment, and evaluation of other applications for solving U.S. military tactical data link communications problems through the end of the contract period. The modification will bring the cumulative value of the contract to an estimated $72,547,020. Work will be performed in San Diego, Calif., and work is expected to be completed Sept. 22, 2013. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with open competition via the SPAWAR E-Commerce Central website and the Federal Business Opportunities website, with two offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity.
AIR FORCE
Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6471, P00160) is being awarded a $38,333,017 contract modification for support of the C-5 Reliability Enhancement and Re-engining Program (RERP) to procure two spare C-5 RERP RFI engines and RFI engine kits. The location of the performance is Marietta, Ga. Work is expected to be completed by May 30, 2014. The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio.
Raytheon Co., Tucson, Ariz., (FA8675-13-C-0052) is being awarded a $6,417,221 cost-plus fixed-fee contract to provide flight support for the Advanced Medium-Range Air-to-Air missile. The location of the performance is Tucson, Ariz. Work is expected to be completed by Sept. 30, 2013. The contracting activity is AFLCMC/EBAD, Eglin Air Force Base, Fla.
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
December 9, 2012
Business / Career