Business and Career Opportunities DOD Awarded Contracts

December 31, 2012

Business / Career

Department of Defense

DOD Awarded Contracts

600px-US-DeptOfNavy-Seal.svgNAVY

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $3,677,916,910 undefinitized modification to the previously awarded F-35 Lightning II low rate initial production lot 6 advance acquisition contract (N00019-11-C-0083) for the procurement of 18 conventional take-off and landing aircraft for the Air Force; six short take-off vertical landing aircraft for the Marine Corps; and seven Carrier Variant aircraft for the Navy.  In addition, this modification provides for all associated ancillary mission equipment.  Work will be performed in Fort Worth, Texas (35percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in February 2015.  Contract funds in the amount of $1,838,590,663 will be obligated at time of 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.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $1,405,744,559modification to the previously awarded V-22 lot 17 advance acquisition contract (N00019-12-C-2001) for 17 fiscal 2013 MV-22 Tiltrotor aircraft for the Marine Corps and four fiscal 2013 CV-22 Tiltrotor aircraft for the Air Force.  In addition, this modification provides funding for long lead components required for the manufacture and delivery of 19 fiscal 2014 lot 18 MV-22 Tiltrotor aircraft for the Marine Corps and three fiscal 2014 lot 18 CV-22 Tiltrotor aircraft for the Air Force.  Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pa. (19.2 percent); Amarillo, Texas (10.4 percent); Dallas, Texas (4.3 percent); East Aurora, N.Y. (2.5 percent); Park City, Utah (1.7 percent); El Segundo, Calif. (1.3 percent); Endicott, N.Y. (1.0 percent); Ontario, Canada (0.9 percent); Tempe, Ariz. (.8 percent); Rome, N.Y. (0.7 percent); Torrance, Calif. (0.7 percent); Luton, United Kingdom (0.6 percent); Clifton, N.J. (0.6 percent); Salisbury, Md. (0.6 percent); Los Angeles, Calif. (0.6 percent); Cobham, United Kingdom (0.6 percent); Irvine, Calif. (0.6 percent); San Diego, Calif. (0.5 percent); Yakima, Wash. (0.5 percent); Brea, Calif. (0.5 percent); Rockmart, Ga. (0.5 percent); McKinney, Texas (0.4 percent); Albuquerque, N.M. (0.4 percent); Whitehall, Mich. (0.4 percent); Wolverhampton, United Kingdom (0.4 percent); Tuczon, Ariz. (0.4 percent); Erie, Pa. (0.3 percent); Vergennes, Vt. (0.3 percent); Kilgore, Texas (0.3 percent); Shelby, N.C. (0.3 percent); Avon, Ohio (0.2 percent); Santa Clarita, Calif. (0.2 percent); Garden City, N.Y. (0.2 percent); El Cajon, Calif. (0.2 percent); Corinth, Texas (0.2 percent); Sylmar, Calif. (0.2 percent); Westbury, N.Y. (0.1 percent); and other locations, each below .25 percent (21.8 percent), and is expected to be completed in September 2016.  Contract funds in the amount of $1,043,576,404 will be obligated at time of 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 Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $753,420,000 undefinitized modification to the previously awarded F-35 Lightning II low rate initial production lot 6 advance acquisition contract (N00019-11-C-0083) to provide non-recurring sustainment and logistics support for delivered and projected air systems.  This modification includes site stand-up and depot activation activities and the procurement of Autonomic Logistics Information System hardware and software; training systems; support equipment and spares.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in December 2015.  Contract funds in the amount of $375,160,000 will be obligated at time of 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 Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $374,495,232 undefinitized modification to the previously awarded F-35 Lightning II low rate initial production lot 6 advance acquisition contract (N00019-11-C-0083) the manufacture and delivery of initial air vehicle spares in support of 60 low rate initial production lot VI and VII air vehicles (37 Air Force conventional take-off and landing (CTOL) aircraft; 12 Marine Corps short take-off vertical landing aircraft; and 11 Navy Carrier Variant aircraft.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in November 2015.  Contract funds in the amount of $374,495,232 will be obligated at time of 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.

Electric Boat Corp., Groton, Conn., is being awarded a $307,878,000 undefinitized contract action as a modification to previously awarded contract (N00024-12-C-2115) for additional long-lead-time material associated with the fiscal 2014 Virginia-class submarine SSN 792 and the initiation of long-lead-time material for the fiscal 2015 Virginia-class submarines SSN 793 and SSN 794.  Work will be performed in Groton, Conn., Quonset Point, R.I. (6 percent); Newport News, Va. (6 percent); Sunnyvale, Calif. (35 percent); Coatesville, Pa. (10 percent); Florence N.J. (10 percent); Tucson, Ariz. (4 percent); Milwaukee, Wis. (3 percent); Jackson, Miss. (2 percent); Warren, Mass. (2 percent); Salem, Ohio (2 percent); Baltimore, Md. (2 percent), and at various sites throughout the United States each below 1 percent (18 percent).  Work is expected to be complete by December 2013.  Contract funds in the amount $307,878,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a not-to-exceed $169,011,085 modification to previously awarded fixed-price incentive, cost-plus-fixed-fee contract (N00024-10-C-5126) for deferred mission systems equipment for DDG 1000 and DDG 1001, scheduled critical DDG 1002 non-hatchable mission systems equipment, and non-recurring engineering applicable to mission system equipment design and development.  Work will be performed in Moorestown, N.J. (37 percent); Largo, Fla. (14 percent); Marlborough, Mass. (14 percent); Portsmouth, R.I. (13.2 percent); Cordova, Ala. (10 percent); Andover, Mass. (7 percent); Tewksbury, Mass. (2 percent); Sudbury, Mass. (1.5 percent); San Diego, Calif. (1 percent), and Aberdeen, Md. (0.3 percent), and is expected to be completed by May 2018.  Funding in the amount of $117,027,689 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $81,749,570 modification to a previously awarded firm-fixed-price delivery order contract (N00383-06-D-001J) for integrated logistics support and sustaining engineering services for the F/A-18 A-D, F/A-18 E/F, and EA-18 G aircraft.  These services will support the in-service engineering, information systems, automated maintenance environment, technical data updates, support equipment engineering, training and software integration support.  Work will be performed in St. Louis, Mo. (70 percent); El Segundo, Calif. (15 percent); Oklahoma City, Okla. (6 percent); Bethpage, N.Y. (5 percent); and San Diego, Calif. (4 percent), and is expected to be completed in December 2013.  This contract combines purchases for the Navy ($69,506,018; 85 percent); and the Governments of Australia ($8,973,600; 10.98 percent); Canada ($544,992; .67 percent); Finland ($544,992; .67 percent); Kuwait ($544,992; .67 percent); Malaysia ($544,992; .67 percent) Spain ($544,992; .67 percent), and Switzerland ($544,992; .67 percent) under the Foreign Military Sales Program.  Contract funds in the amount of $81,740,742 are being obligated on this award, $342,372 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 $67,141,518 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an option for the procurement of 18 lot 17 F414-GE-400 install engines and 24 devices for the EA-18G 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 $67,141,518 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 Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $48,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00019-13-D-0005) to perform engineering, programmatic, and logistics tasks supporting investigations or studies to determine the feasibility, practicality, desirability, or supportability of various F-35 Lightning II air systems.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2015.  Contract funds in the amount of $7,200,000 will be obligated at the time of 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.

Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a $34,263,096 firm-fixed-price delivery order against a previously issued basic order agreement (N00019-10-G-0004) for obsolescent component redesign for the mission computer and displays, integrated navigation and control display system, and network file system systems in support of the E-2D Advanced Hawkeye aircraft.  Work will be performed in Bethpage, N.Y. (49 percent); Woodland Hills, Calif. (20 percent); Marlborough, Mass. (21 percent); Redwood City, Calif. (8 percent), and at various locations within the United States (2 percent), and is expected to be completed in December 2014.  Contract funds in the amount of $34,263,096 will be obligated at time of award; $8,484,541 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $33,555,001 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-12-G-0006).  This order provides for engineering and technical support for V-22 flight control system and on-aircraft avionics software, flight test planning and coordination of changed avionics and flight control configurations; upgrade planning of avionics and flight controls, including performance of qualification testing; and integration testing on software products.  Work will be performed at Philadelphia, Pa., (90 percent) and Fort Worth, Texas (10 percent), and is expected to be completed in December 2013.  Contract funds in the amount of $33,259,427 will be obligated on this award, $10,879,869 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Sikorsky Aerospace Maintenance, Stratford, Conn., is being awarded a $23,298,409 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by adversary squadrons.  Work will be performed at the Naval Air Station, Key West, Fla. (40 percent); NAS Fallon, Nev. (30 percent); and the Marine Corp Air Station, Yuma, Ariz. (30 percent), and is expected to be completed in December 2013.  Contract funds in the amount of $10,360,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Computer Sciences Corp., San Diego, Calif., is being awarded a $19,990,044 cost-plus-fixed-fee bridge contract (M00264-13-C-0004) for information technology services to support the technology services organizations (TSO) requirements and its role as an enterprise business systems integrator for the Marine Corps.  This organization constitutes the requiring activity for the contract.  Services required are in support of highly complex government designed and owned Marine Corps business systems that have no parallel in other sectors of the government or private industry.  Software engineering design, programming, testing, and integration to be performed under this contract will involve tasking that is so integrally related that it requires personnel with highly developed experiences with the specific systems supported by the TSO.  The TSO supports a number of business mission areas across the Marine Corps, including the deputy commandant program and resources, deputy commandant manpower and reserve affairs, and the deputy commandant installation and logistics.  Contract funds in the amount of $11,000,000 will be obligated at the time of the award.  This bridge contract includes options which, if exercised, would bring the cumulative value of this contract to $26,769,058.  Work will be performed in Kansas City, Miss. (96 percent), and Indianapolis, Ind. (4 percent), and work is expected to be completed by June 28, 2013.  If all options are exercised, the work will continue through Aug. 28, 2013.  Contract funds in the amount of $26,769,058 will expire at the end of the current fiscal year.  This contract was a sole source award in accordance with 10 U.S.C. Section 2304 (c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1.  The Regional Contracting Office, National Capital Region, Marine Corps Base, Quantico, Va., is the contracting activity.

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $17,106,385 undefinitized modification to the previously awarded F-35 Lightning II low rate initial production lot 5 contract (N00019-10-C-0002).  This modification provides for the manufacture and delivery of initial air vehicle spares in support of F-35 Lightening III program LRIP lot 5 air vehicles for the Air Force.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in November 2015.  Contract funds in the amount of $17,106,385 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

         L-3 Communications Communication Systems, West, Salt Lake City, Utah, is being awarded a $16,920,823 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2024) for the manufacture, test, delivery and support of the Common Data Link Hawklink system, including 31 AN/ARQ-59 radio terminal sets for the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Ga.(14 percent); Mountain View, Calif.(6 percent); Exeter, N.H.(2 percent); and Phoenix, Ariz.; El Cajon, Calif.; Oxnard, Calif.; Salinas, Calif.; Sunnyvale, Calif.; Boise, Idaho; Derby, Kan.; Littleton, Mass.; Stow, Mass.; Minnetonka, Minn.; Skokie, Ill.; Dover, N.H.; Bohemia, N.Y.; York Haven, Pa.; Providence, R.I.; Cedar Park, Texas; Ft. Worth, Texas; Toronto, Canada (1 percent each), and is expected to be completed in March 2016.  Contract funds in the amount of $16,920,823 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.

Motorola Solutions Inc., Columbia, Md., is being awarded a $15,613,852 firm-fixed-price contract (N39430-13-C-1220) for global sustainment of enterprise land and mobile radio systems at 53 military installations worldwide.  The work to be performed provides for preventive and corrective maintenance to sustain the enterprise land and mobile radio system and associated equipment and information assurance vulnerability alert compliance/patch management.  This includes fixed, mobile and portable units, dispatching equipment and all associated equipment currently deployed as part of Naval Facilities Engineering Command’s worldwide enterprise land and mobile radio systems worldwide.  Responsibility of troubleshooting, removal, and replacing of the equipment for these units is also included as part of this requirement.  The maximum dollar value including the base period and two option years is $47,127,804.  Work will be performed at 53 military installations worldwide and is expected to be completed by December 2015.  Contract funds in the amount of $15,613,852 are obligated on this award and will expire at the end of the current fiscal year.  This contract is a sole source procurement pursuant to the Federal Acquisition Regulation Subpart 6.302-1, only one responsible source.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

ECC, Marlborough, Mass., is being awarded a $13,891,272 firm-fixed-price contract (N40085-13-C-3508) for energy improvements and repairs to the structural shop, building 92, at Portsmouth Naval Shipyard.  The work to be performed provides for repairs and modernization to support consolidation of structural shop facilities and reduce energy consumption and total ownership costs of the facility.  In order to reduce the future energy consumption of building 92, this project will include installation of a solar wall air heating system providing reliable and renewable energy, a weatherized building envelope, efficient heating, ventilation, and air conditioning and electrical systems, and smart metering technology.  The contract also contains 14 unexercised options, which if exercised would increase cumulative contract value to $16,539,465.  Work will be performed in Kittery, Maine, and is expected to be completed by October 2014.  Contract funds in the amount of $13,891,272 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website,with three proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Lockheed Martin Corp., Riviera Beach, Fla., is being awarded a $12,166,247 cost-plus-fixed-fee delivery order under previously awarded basic ordering agreement (N00024-10-G-6306) to perform maintenance, testing and integration of the Remote Minehunting System with Littoral Combat Ship (LCS) mission modules and LCS seaframe programs.  Work will be performed in Palm Beach, Fla. (87 percent), and Syracuse, N.Y. (13 percent), and is expected to be completed by May 2013.  Funding in the amount of $5,295,000 will be obligated at time of award.  Contract funds in the amount of $295,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

         Northrup Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $7,190,928 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0074)to exercise an option to procure 40 sensors, 20 upgrade processors and associated technical data in support of the advanced threat missile warning system, a subsystem of the large aircraft infrared countermeasures system.  Work will be performed in Rolling Meadows, Ill., and is expected to be completed in March 2015.  Contract funds in the amount of $7,190,928 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.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif., (FA8808-12-C-0010) is being awarded a $1,936,500,000 contract modification for space vehicle five and356px-Seal_of_the_US_Air_Force.svg six production launch operations.  The location of the performance is Sunnyvale and El Segundo, Calif.  Work is expected to be completed by Jan. 24, 2022.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

            The Boeing Co., Long Beach, Calif., (FA8614-13-D-2002, 0001) is being awarded a $895,000,000 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive-fee and cost-reimbursement contract for C-17 Globemaster III, operational enhancements to provide integrated software, hardware upgrades and development efforts to the C-17 weapon system.  The location of the performance is Long Beach, Calif.  Work is expected to be completed by Dec. 27, 2022.  The contracting activity is AFLCMC/WLMK, Wright-Patterson Air Force Base, Ohio.

PKL Services Inc., Poway, Calif., (FA3002-13-D-0003) is being awarded a $95,000,000 firm-fixed-price, indefinite delivery and indefinite quantity contract for Royal Saudi Air Force F-15C/D/S mircraft maintenance upgrade training.  The location of the performance is King Khalid Air Base, Khamis Mushayt and King Abdul Aziz Air Base, Dhahran.  Work is expected to be completed by Jan. 1, 2015.  Contract involves Foreign Military Sales.  The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas.

The Boeing Co.,Seal Beach, Calif., (FA8807-13-C-0001) is being awarded a $50,516,960 firm-fixed-price contract for GPS IIF Launch and on orbit support.  The location of the performance is El Segundo, Calif, Colorado Springs, Colo., and Cape Canaveral, Fla.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is Space and Missiles Command, Contracting Directorate, Los Angeles Air Force Base, Calif.

Science Applications International Corp., McLean, Va., (FA9451-13-D-0210) is being awarded a $24,525,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for high energy research and applications and high power microwave and plasma technologies.  The location of the performance is Kirtland Air Force Base, N.M.  Work is expected to be completed by Jan. 5, 2018.  The contracting activity is AFRL/RVKDP, Kirtland Air Force Base , N.M.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

            Bowhead Manufacturing Co., Inc., Huntsville, Ala.*, was awarded contract (SPRDL1-13-C-0044).  The award is a firm-fixed-price contract with a maximum $9,557,257 for fuel pumping assemblies.  Locations of performance are in Ala., and Texas with a Dec. 30, 2013 performance completion date.  Using military service is Army.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

NAVY

            Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $418,851,869 modification to a previously awarded advance acquisition contract (N00019-600px-US-DeptOfNavy-Seal.svg12-C-0009) to provide additional funding for the procurement of long lead parts and components required for the manufacture of 15 Lot 10 UH-1Y and 10 Lot 10 AH-1Z helicopters for the Marine Corps.  Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent) and is expected to be completed in March 2016.  Contract funds in the amount of $418,851,869 will be obligated at the time of 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 Co., Tucson, Ariz., is being awarded a $226,806,451 firm-fixed-price, multi-year contract (N00024-13-C-5409) for fiscal 2013, 2014 and 2015 Evolved Seasparrow Missiles production requirements.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $259,881,975.  This contract combines purchases for the Navy (83.47 percent); the Governments of Australia (1.13 percent); Denmark (1.42 percent); Canada (2.87 percent); Germany (2.36 percent); Norway (0.60 percent); Greece (1.37 percent); Netherlands (2.29 percent); Spain (0.04 percent); Turkey (0.84 percent); as part of the NATO Seasparrow Consortium; Japan (0.08 percent); and Thailand (3.53 percent) as Foreign Military Sales.  Work will be performed in Tucson, Ariz. (19 percent); Norway (13 percent); Germany (11 percent); Australia (10 percent); Canada (9 percent); Andover, Mass. (7 percent); The Netherlands (6 percent); San Jose, Calif. (4 percent); Spain (4 percent); Greece (3 percent); Camden, Ark. (3 percent); McKinney, Texas (3 percent); Turkey (2 percent); Beverly, Mass. (1 percent); Minneapolis, Minn. (1 percent); Reston, Va. (1 percent); Cincinnati, Ohio (1 percent); Cheshire, Conn. (1 percent); and Denmark (1 percent) and is expected to be complete by September 2016.  Funding in the amount of $45,200,942 will be obligated at the time of award.  Contract funds in the amount of $139,772 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $140,000,000 cost-plus-fixed-fee contract (N00024-13-C-5410) for calendar year 2013 Evolved Seasparrow Missile Design Agent, in-service support, technical engineering support services and Block 2 risk reduction support.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $237,000,000.  This contract combines purchases for Evolved Seasparrow Design Agent Services for the Navy (77 percent); the Governments of Australia (19 percent); Denmark (4 percent); ESSM Block II Risk Reduction Support for the Navy (25 percent); the Governments of Australia (33 percent); Canada (22 percent); Norway (20 percent); In-Service Support and Technical Engineering Support Services for the Navy (32 percent); the Governments of Australia (17 percent); Canada (15 percent); Germany (11 percent); The Netherlands (6 percent); Norway (5 percent); Turkey (5 percent); Denmark (3 percent); Greece (4 percent); and Spain (2 percent).  Work will be performed in Tucson, Ariz. (90.65 percent); Germany (2.55 percent); Norway (2.11 percent); Australia (1.53 percent); The Netherlands (1.36 percent); Canada (.68 percent); Spain (.42 percent); Turkey (.30 percent); Denmark (.28 percent); and Greece (.12 percent) and is expected to be complete by December 2013.  Funding in the total amount of $13,027,010 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

            Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a not-to-exceed $26,628,000 contract modification to previously awarded cost-plus-award-fee letter contract (N00024-05-C-5346) for the development and execution of Phase II CVN 78 dual band radar test and evaluation at the Raytheon Software Development Laboratory and Wallops Island Engineering Test Center, Land-Based Test Site; and Dual Band Radar Software Interface Development for Battle Force Tactical Trainer, Surface Electronic Warfare Improvement Program, and TPX-42 radar.  Work will be performed in Sudbury, Mass. (80 percent), and Tewksbury, Mass. (20 percent), and is expected to be completed by June 2014.  Funding in the amount of $13,322,500 will be obligated at time of award.  Contract funds in the amount of $4,135,000 will expire at the end of this fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

            IMECO Inc., Iron Mountain, Mich., is being awarded a $22,068,962 fixed-price with economic price adjustment contract (N00033-13-C-7506) for the installation of an intelligent heating, ventilating, air conditioning, and refrigeration system on board the Lewis and Clark ship class.  The system will reduce the operating cost for the class and is part of the Navy’s energy conservation program.  The Lewis and Clark class’s primary mission is to provide fuel, ammunition and dry and refrigerated stores to support Navy ships at sea, enabling them to remain underway for extended periods.  The contract includes options which, if exercised, would bring the total contract value to $44,741,935.  Work will be performed in Iron Mountain, Mich., and is expected to be completed by Dec. 31, 2017.  Contract funds in the amount of $22,068,962 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was sole-sourced in accordance with 10 U.S.C. 2304(c)(1).  The Navy’s Military Sealift Command is the contracting activity.

            Woodcrest Ace Hardware, Riverside, Calif., is being awarded an estimated $14,000,000 fixed-price requirements contract (M00681-13-D-0003) for the consignment of industrial supplies for the Consolidated Material Service Center (CMSC), Marine Corps Base (MCB), Camp Pendleton, Calif.  The scope of this contract is to provide industrial supplies to the CMSC “serv-mart” store.  This contract includes two option years, which if exercised, would bring the contract value to an estimated $42,000,000.  Work will be performed at Camp Pendleton, Calif., and work is expected to be completed by Dec. 31, 2013.  If the options are exercised, work will continue through Dec. 31, 2015.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two offers received.  Contract funds in the amount of $324,000 will be obligated on this award.  The contract will be funded through quarterly or monthly delivery orders that begin on Jan. 1, 2013.  Contract funds in an estimated amount of $14,000,000 will expire at the end of the current fiscal year.  The Regional Contracting Office-Marine Corps Installation West, MCB, Camp Pendleton, Calif., is the contracting activity.

            Straub-Martin Harris, A Joint Venture, Fallbrook, Calif., is being awarded an $8,658,743 modification under a previously awarded firm-fixed-price contract (N62473-10-C-5007) to increase the maximum dollar value for the purchase, delivery and installation of furniture, fixtures, and equipment/collateral equipment for three bachelor enlisted quarters and a dining facility at the Marine Corps Air Ground Combat Center at Twentynine Palms.  After award of this modification, the total cumulative contract value will be $138,977,808.  Work will be performed in Twentynine Palms, Calif., and is expected to be completed by July 2013.  Contract funds in the amount of $8,658,743 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

E-One Inc., Ocala, Fl., was awarded contract (SPE8EC-13-D-0005).  The award is a fixed-price with economic price adjustment contract with a maximum $382,500,000 for procurement of commercial type fire and emergency vehicles.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were twenty-four solicitations with twenty-four responses.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital Funds.  The date of performance completion is Dec. 26, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            CFM International Inc., Cincinnati, Ohio, was issued a modification exercising the first option year on contract (SPRTA1-12-D-0021) modification number P00001.  The modification is a firm-fixed-price, sole source contract with a maximum $125,054,394 for engine parts.  There are no other locations of performance.  Using services are Army, Navy, Air Force, and Marine Corps.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Oct. 31, 2013.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.

            KPMG LLP, McLean, Va., was awarded contract (SP4703-11-A-0017-0024).  The award is a firm-fixed-price contract with a minimum $21,923,960 for management services.  There are no other locations of performance.  Using service is federal civilian agencies.  There were six responses to the General Services Administration solicitation.  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 Contracting Services Office, Richmond, Va.

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, Calif., (FA8620-10-G-3038, 006) is being awarded a $28,282,516 cost-plus-fixed-fee contract for logistics356px-Seal_of_the_US_Air_Force.svg support for the MQ-1/MQ-9 Reaper Unmanned Aerial Systems program.  The location of the performance is El Mirage and China Lake, Calif.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio.

Rapid Runway Repair Inc., Delhi, La., (FA8630-13-C-5045) is being awarded a $13,207,769 firm-fixed-price, time and material contract to acquire fiberglass mat rapid runway repairs kits including all necessary support hardware kits.  The location of the performance is Delhi, La.  Work is expected to be completed by Jun. 30, 2014.  Contract involves foreign military sales to Taiwan Air Force.  AFLCMC/WFG, Wright-Patterson Air Force Base, Ohio is the contracting activity.

The John Hopkins University,Applied Physics Laboratory, Laurel, Md., (FA8808-13-C-0004) is being awarded a $9,403,639 cost-plus-fixed-fee contract for support to the Weather Satellite Follow-on Broad Agency announcement.  The location of the performance is Laurel, Md.  Work is expected to be completed by Dec. 19, 2013.  SMC/PKW, Los Angeles Air Force Base, Calif is the contracting activity.

600px-US-DefenseThreatReductionAgency-Seal.svgDEFENSE THREAT REDUCTION AGENCY

Ichor Medical Systems Inc., San Diego, Calif., (HDTRA1-13-C-0006) is being awarded a $3,559,589 cost-plus-fixed-fee research and development contract for the clinical assessment of a Multivalent Alphavirus DNA vaccine delivered by Electroporation.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $11,036,503.  Work will be performed at San Diego, Calif., and is expected to be completed by Dec. 19, 2016.  Solicitation was issued for full and open competition and 56 proposals were received.  Contract funds in the amount of $3,356,162 will be obligated at the time of award and contract funds will not expire at the end of the current fiscal year.  Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity.

AIR FORCE

CORRECTION

United Technologies Corp., Pratt and Whitney, East Hartford, Conn., (FA8611-08-C-2896) is being awarded a not to exceed $222,652,606 contract356px-Seal_of_the_US_Air_Force.svg modification contract for F119 engine sustainment.  The location of the performance is East Hartford, Conn., Edwards, Elmendorf, Hickam, Hill, Holloman, Langley, Nellis, Sheppard, Tinker, and Tyndall Air Force Bases.  Work is expected to be completed by Dec. 31, 2013.  AFLCMC/WWUK, Wright-Patterson AFB, Ohio is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Co., Goleta, Calif., is being awarded a $89,335,116 four year Performance-Based Logistics (PBL) contract (N00383-13-D-001D) for nine Weapons Replaceable Assemblies (WRA) used to support the AN/ALR-67(v) 3 for the F/A-18 A/B/C/D/E/F.  Work will be performed at Goleta, Calif. (40 percent); Jacksonville, Fla. (30 percent); Forest, Miss. (20 percent), and Tucson, Ariz. (10 percent), and is expected to be completed by Dec. 31, 2016.  The applicable fiscal 2013, 2014, 2015, and 2016 Navy Working Capital Funds will not expire before the end of the current fiscal year.  The first delivery order in the obligated amount of $19,692,960 will be released concurrently with this award, with a period of performance from January 2013 to December 2013.  This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c) (1).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, was awarded a $13,499,140 order under Basic Ordering Agreement (N00024-12-G-4330) for the accomplishment of the planning yard services in support of littoral combat ships LCS-2 and LCS-4.  General Dynamics Bath Iron Works will execute planning yard functions to ensure well-integrated and executed planned and emergent maintenance support, and in-service sustainment.  These services will include: vendor training and crew familiarization; in-service engineering support; trainer support; availability advanced planning; long lead time material planning and procurement; material warehousing; logistics product updates; and class sustainment management.  Work will be performed in Bath, Maine, and is expected to be completed by September 2013.  Contract funds in the amount of $9,435,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

            Rockwell Collins Network Enabling Software, Poway, Calif., is being awarded a $7,221,956 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00164-13-D-JS12) for software development, support, maintenance, product improvement, sustainment of ground and air interoperability and post-deployment support of the Air Force Tactical Air Control Party-Close Air Support System at Hanscom Air Force Base, Mass.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $9,867,366.  Work will be performed in Poway, Calif., and is expected to be completed by December 2013.  Contract funds in the amount of $843,950 will be obligated at the time of award and contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with the authority at 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a)(2)(ii)(A) and (B).  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

DEFENSE LOGISTIC AGENCY

The Boeing Co., Defense, Space and Security, St. Louis, Mo., was awarded contract (SPM4AX-11-D-9404 TH14).  The award is a firm-fixed-price, sole source, long-Defense_Logistics_Agencyterm contract with a maximum $34,700,000 for inner wings in support of the F/A-18 C/D.  Location of performance is St. Louis, Mo., and the performance completion date is May 2015.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2015 Navy Working Capital Funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

            Cyalume Technologies Inc., West Springfield, Mass.*, was issued a modification exercising the second option year on contract (SPM8E7-10-D-0001) modification number P00004.  The modification is a fixed-price contract with economic price adjustment with a maximum $33,042,682 for support of supply of various chemical light-sticks.  Location of performance is West Springfield, Mass., and the performance completion date is Jan. 21, 2013.  Using military services are Army, Navy, Air Force, and Marine Corps.  There was one response to a FedBizOpps solicitation.  Type of appropriation is fiscal 2012 Defense Capital Revolving Fund.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Direct Energy Business, Pittsburg, Pa., was awarded contract (SPE600-13-D-8014).  The award is a firm-fixed-price contract with a maximum $18,172,164 for electricity to Argonne National Laboratory.  Locations of performance are Pennsylvania and Illinois and the performance completion date is Jan. 31, 2015.  Using services are Federal Civilian Agencies.  There were one hundred and nine solicitations with twelve responses.  Type of appropriation is fiscal 2013 through fiscal 2015 Service Funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Rocky Brands Inc., Nelsonville, Ohio, was awarded contract (SPM1C1-13-D-1017).  The award is a firm-fixed-price contract with a maximum $14,940,278 for hot weather Army combat boots.  Locations of performance are Ohio and Puerto Rico and the performance completion date is Dec. 21, 2013.  Using military services are Navy and Marine Corps.  There were six responses to the Bidders List Solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Allison Transmission, Inc., Indianapolis, Ind., was awarded contract (SPRDL1-13-C-0036).  The award is a firm-fixed-price, sole source, undefinitized contract with a maximum $14,658,143 for overhaul kits.  Location of performance is Indianapolis, Ind., and the performance completion date is Dec. 31, 2013.  Using military services is Army.  There were two solicitations with four responses.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

            Altama Delta Corp., Atlanta, Ga., was awarded contract (SPM1C1-13-D-1018).  The award is a firm-fixed-price contract with a maximum $10,340,320 for hot weather Army combat boots.  Locations of performance are Ga., Puerto Rico, and Tenn., and the performance completion date is Dec. 21, 2013.  Using military services are Army and Marine Corps.  There were six responses to the Bidders Solicitation List.  Type of appropriation is fiscal 2013 Defense Working Capital.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Composite Engineering Inc., Sacramento, Calif., (FA8678-12-C-0202), modification number P00007 is being awarded a $32,834,295 contract modification for the Lot 9 Sustainment and Lot 10 Production in support of the Air Force sub-scale aerial target program.  The location of the performance is Sacramento, Calif.  Work is expected to be completed by Apr. 30, 2014.  The contracting activity is AFLCMC/EBYA, Eglin Air Force Base, Fla.

Boeing Aerospace Operations Inc., Oklahoma City, Okla., (FA8106-07-C-0001), modification number P00126 is being awarded a $32,520,000 firm-fixed-price time and material contract to provide engineering services support including sustaining and non-recurring engineering services for Boeing commericial derivative military use aircraft management by the Special Air Mission and Special Duty Division.  The location of the performance is Oklahoma, Okla.  Work is expected to be completed by Dec. 31, 2013.  Contract involves Foreign Military Sales with the Royal Netherlands Air Force.  The contracting activity is AFLCMC/WLKLA, Tinker Air Force Base, Okla

NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $1,848,606,051 cost-plus-fixed-fee with special incentives contract for design work and products for the new600px-US-DeptOfNavy-Seal.svg class of ballistic missile submarines.  This contract includes foreign military sales to the United Kingdom (U.K.) (8 percent).  This contract includes design work for the Ohio Replacement program and continues the design and development of the joint U.S. Navy/U.K. Common Missile Compartment; shipbuilder and vendor component and technology development; engineering integration; concept design studies; cost reduction initiatives using a design for affordability process; and full scale prototype manufacturing and assembly.  Additionally, this contract provides for engineering analysis, should-cost evaluations, and technology development and integration efforts.  Other efforts contemplated under this contract include the continued design and development of U.K. unique Common Missile Compartment efforts.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,995,831,561.  Work will be performed in Groton, Conn. (91 percent); Newport News, Va. (7 percent); Quonset, R.I. (1 percent); and Bath, Maine (1 percent), and is expected to be completed by September 2017. Contract funds in the amount of $183,105,349 will be obligated at the time of award. Contract funds in the amount of $7,966,000 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2128).

            Lockheed Martin Space Systems Co. (LMSSC), Sunnyvale, Calif., was awarded on Dec 20, 2012 a $592,204,426 modification (PZ0001) under a previously awarded fixed-price-incentive, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-12-C-0101) to perform additional work such as Trident II D5 Deployed Systems Support, D5 Life Extension Development and D5 Life Extension Production.  The contract includes options for Missile Production and additional Deployed Systems Support in the amount of $1,082,467,822.  Contract funds in the amount of $550,000,000 will be obligated at the time of award.  The work will be performed in Chandler, Ariz. (0.151 percent); Sunnyvale, Calif. (39.075 percent); El Segundo, Calif. (0.672 percent); Torrance, Calif. (0.322 percent); Camarillo, Calif. (0.245 percent); Santa Fe Springs, Calif. (0.240); San Jose, Calif. (0.174 percent); Modesto, Calif. (0.077 percent); Huntington Beach, Calif. (0.071 percent); Simi Valley, Calif. (0.041 percent); San Diego, Calif. (0.035 percent); Poway, Calif. (0.018 percent); Santa Ana, Calif. (0.014 percent); Santa Maria, Calif. (0.013 percent); North Hollywood, Calif. (0.013 percent); Santa Clara, Calif. (0.011 percent); Milpitas, Calif. (0.011 percent); Campbell, Calif. (0.009 percent); Upland, Calif. (0.004 percent); Pawcatuck, Conn. (0.117 percent); Simsbury, Conn. (0.049 percent); Cape Canaveral, Fla. (14.915 percent); Clearwater, Fla. (0.987 percent); Merritt Island, Fla. (0.044 percent); Titusville, Fla. (0.013 percent); Cocoa, Fla. (0.008 percent); St Mary’s, Ga. (12.246 percent); Atlanta, Ga. (0.049 percent); Rockford, Ill. (0.095 percent); Pittsfield, Mass. (2.466 percent); Elkton, Md. (0.407 percent); Jackson, Mich. (0.148 percent); Joplin, Mo. (0.150 percent); St. Charles, Mo. (0.120 percent); Las Vegas, Nev. (0.334 percent); East Aurora, N.Y. (0.079 percent); Miamisburg, Ohio (0.188 percent); Lancaster, Pa. (0.802 percent); Harrisburg, Pa. (0.082 percent); Bristol, Pa. (0.020 percent); Valencia, Pa. (0.015 percent); West Warwick, R.I. (0.002 percent); Kingsport, Tenn.  (1.247 percent); Oakridge, Tenn. (0.247 percent); Round Rock, Texas (0.022 percent); Brigham City, Utah (11.356 percent);  Salt Lake City, Utah (0.093 percent); Gainesville, Va. (3.544 percent); Fairfax, Va. (1.381 percent); Silverdale, Wash. (7.242 percent); Poulsbo, Wash. (0.169 percent); Wenatchee, Wash. (0.103 percent); and Arlington, Wash. (0.064 percent), and work is expected to be completed Dec. 30, 2017.  If all options are exercised, work will continue through April 30, 2018.  Contract funds in the amount of $291,117,645 will expire at the end of the current fiscal year.  The contract was not competitively procured in accordance with FAR 6.302-1 and 10 U.S.C. 2304(c)(1).  Strategic System Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a $57,336,086 modification to previously awarded contract (N00024-09-C-5110) for the production and integration of an Aegis Weapon System in support of DDG 116 and the purchase of material assemblies to support Aegis Ashore Missile Defense System Host Nation #1, Romania.  Work will be performed in Moorestown, N.J. (85 percent), Clearwater, Fla. (14 percent), and Akron, Ohio (1 percent), and is expected to be completed by January 2017.  Contract funds in the amount of $57,336,086 will be obligated at time of contract award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

G4S-SJC L.L.C.*, Fort Worth, Texas, is being awarded a $25,945,419 firm-fixed-price, design-build contract for Potable Water Plant Modernization at U.S. Naval Support Facility Diego Garcia.  The work to be performed provides for construction of a new water treatment facility in the Cantonment area replacing the existing water plants in Cantonment and Air Operations areas.  The new water treatment facility includes raw water filter system, pump system and electrical system, which will connect to existing water storage tanks.  Contract funds in the amount of $25,945,419 will be obligated at the time of award.  Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by July 2015.  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 four proposals received.  The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N40084-13-C-0001).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded $19,719,000 for firm-fixed-price delivery order #0020 under Basic Ordering Agreement (N00024-11-G-5116) for the procurement and fabrication of Stabile Master Oscillator ordnance alteration kits, Radio Frequency Coherent Combiner ordnance alteration kits and associated spares and material and installation services in support of the Aegis modernization effort on Navy ships and Aegis ashore units.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $22,937,540.  Work will be conducted in Norfolk, Va. (63 percent); Andover, Mass. (27 percent); and Burlington, Mass. (10 percent), and is expected to be completed by June 2015.  Contract funds in the amount of $19,719,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $19,632,136 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0091) to exercise an option for the procurement of two Block A to B 50 — 69 series upgrade installs and three Block A to B kits for the MV-22 aircraft.  Work will be performed in Philadelphia, Pa. (60 percent); Havelock, N.C. (20 percent); and Fort Worth, Texas (20 percent), and is expected to be completed in June 2016.  Contract funds in the amount of $19,632,136 will be obligated at time of 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.

            Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $9,736,031 modification to a previously awarded cost-plus-incentive-fee contract (N00019-07-C-0055) for Autonomous Aerial Refueling (AAR) demonstration activities in support of the Navy Unmanned Combat Air System program.  Services to be provided include completion of Delta Critical Design Review (DCDR), surrogate testing, preparation for the X-47B demonstration, travel, and support technical data for the AAR demonstration activities.  Work will be performed in Manhattan Beach, Calif. (70 percent) and Patuxent River, Md. (30 percent), and is expected to be completed in December 2013.  Contract funds in the amount of $9,736,031 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.

            Northrop Grumman Corp., Electronic Systems, Linthicum Heights, Md., is being awarded an $8,605,843 modification under a previously awarded cost-plus-incentive-fee contract (M67854-07-C-2072) to increase the estimated cost ceiling for the Ground/Air Task-Oriented Radar (G/ATOR) Engineering and Manufacturing Development (EMD) to reflect the anticipated cost overrun.  Contract funds in the amount of $2,100,000 will be obligated at the time of award.  Work will be performed in Linthicum Heights, Md. (75 percent) and Syracuse, N.Y. (11 percent); Wallop’s Island, Va. (11 percent) and Yuma, Ariz. (3 percent) and work is expected to be completed April 25, 2014.  Contract funds will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va. is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

            General Atomics Aeronautical Systems, Inc., Poway, Calif., (FA8528-13-C-0002) is being awarded a $337,143,633 firm-fixed-price, cost-plus-fixed-fee and time and material contract to procure logistics services for the MQ-1 and MQ-9 Predator/Reaper Remotely Piloted Vehicle program.  The location of the performance is Poway, Calif.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WIKBA, Robins Air Force Base, Ga.

Quantech Services Inc., Los Angeles, Calif., (FA8802-13-D-0001) and Tecolote Research Inc. Goleta, Calif., (FA8802-13-D-0002) are being awarded a $271,000,000 firm-fixed-price, indefinite-delivery and indefinite-quantity contract for Space and Missile Systems Center Acquisition and Financial Support Advisory and Assistance Services.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Dec. 2017.  The contracting activity is SMC/PK, Los Angeles Air Force Base, Calif.

The Boeing Co., St. Louis, Mo., (FA8681-13-C-0063) is being awarded a $118,049,122 firm-fixed-price contract to procure Lot 17 Guided Vehicle kits for the Joint Direct Attack Munition weapon system.  The location of the performance is St. Charles, Mo.  Work is expected to be completed by Mar. 31, 2015.  The contracting activity is AFLCMC/EBDK, Eglin Air Force Base, Fla.

FlightSafety International, Flushing, N.Y., (FA3002-13-D-0001) is being awarded a $10,000,000 firm-fixed-price, indefinite-delivery and indefinite-quantity contract for pilot training of the Israeli Air Force.  The locations of the performance are Daleville, Ala.; Wilmington, Del. and Savannah, Ga.  Work is expected to be completed by Dec. 31, 2016.  The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas.  Contract involves Foreign Military Sales.

The Boeing Co., Seal Beach, Calif., (FA8819-08-C-0006, P00055) is being awarded a $12,487,949 cost-plus-award-fee contract modification for maintanence and operations services for the development and delivery of the logisitics infrastruce for the Space Based Space Surveillance Block 10 System.  The location of the performance is Colorado Springs, Colo.  Work is expected to be completed by Jan. 1, 2013.  The contracting activity is SMC/SYK, Los Angeles Air Force Base, Calif.

The John Hopkins University-Applied Physics Laboratory, Laurel, Md., (FA8808-13-C-0004) is being awarded a $9,403,639 cost-plus-fixed-fee contract for support to the Weather Satellite Follow-on Broad Agency Announcement.  The location of the performance is Laurel, Md.  Work is expected to be completed by Dec. 19, 2013.  The contracting activity is SMC/PKW, Los Angeles Air Force Base, Calif.

DEFENSE LOGISTICS AGENCY

            Integrys Energy Services-Natural Gas L.L.C., De Pere, Wis., was awarded contract SPE600-13-D-7501.  The award is a fixed-price with economic-price-Defense_Logistics_Agencyadjustment contract with a maximum $34,092,197 for natural gas.  Other locations of performance are in Michigan and Illinois.  Using military services are Navy and federal civilian agencies.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2013 and fiscal 2015 Multiple Agency Funding.  The date of performance completion is Sept. 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Seminole Energy Services L.L.C.*, Tulsa, Okla.*, was awarded contract SPE600-13-D-7504.  The award is a fixed-price with economic-price-adjustment contract with a maximum $19,393,131 for natural gas.  Other locations of performance are in Kansas and Missouri.  Using military services are Army, Air Force, and federal civilian agencies.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2013 and fiscal 2015 Multiple Agency Funding.  The date of performance completion is Sept. 30, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va

Patten Co., Inc.*, Lake Worth, Fla., was issued a modification exercising the first option year on contract SPM8E1-11-D-0501/P00004.  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $16,043,660 for twenty-person life rafts.  There are no other locations of performance.  Using military services are Navy and Air Force.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Jan. 25, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Teradyne Inc., North Reading, Mass., was awarded contract SPRWA1-13-F-0003.  The award is a firm-fixed-price, sole-source contract with a maximum $8,700,268 for test station electronic components.  There are no other locations of performance.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Air Force Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

            Atmos Energy Marketing L.L.C., Houston, Texas, was awarded contract SPE600-13-D-7502.  The award is a fixed-price with economic-price-adjustment contract with a maximum $7,067,941 for natural gas.  Other locations of performance are in Kansas and Kentucky.  Using military services are Army and federal civilian agencies.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2013 and fiscal 2015 Multiple Agency Funding.  The date of performance completion is Sept. 30, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

DEFENSE HUMAN RESOURCES ACTIVITY

            Robert D. Niehaus Inc., Santa Barbara, Calif., is being awarded a firm-fixed-price requirements-type contract in the total estimated amount of $9,446,077 for the Defense Travel Management Office’s (DTMO) requirement of data collection and analysis support services. Work will be performed in Santa Barbara, Calif., and is expected to be completed in October 2017.  Fiscal 2013 Operations and Maintenance funds will be obligated for the base period of this contract. This requirement was solicited on the Federal Business Opportunities website and six offers were received.  The Defense Human Resources Activity Procurement Support Office, Alexandria, Va., is the contracting activity (H98210-13-D-0002)

Department of the ArmyARMY

Orion Marine Construction Inc., Tampa, Fla., (W912EP-13-D-0003); Cavache Inc., Fort Lauderdale, Fla., (W912EP-13-D-0004); Cashman Dredging and Marine Contracting Company L.L.C., Quincy, Mass., (W912EP-13-D-0005); Cottrell Contracting Corp., Chesapeake, Va., (W912EP-13-D-0006); Great Lakes Dredge and Dock Co., L.L.C., Oak Brook, Ill., (W912EP-13-D-0007); Dutra Dredging Co., San Rafael, Calif., (W912EP-13-D-0008); Marinex Construction Inc., Charleston, S.C., (W912EP-13-D-0009); Norfolk Dredging Co., Chesapeake, Va., (W912EP-13-D-0010); Mike Hooks Inc., Westlake, La., (W912EP-13-D-0011); Weeks Marine Inc., Covington, La., (W912EP-13-D-0012); Southern Dredging Co., Inc., Charleston, S.C., (W912EP-13-D-0013); and Manson Construction Co., Seattle, Wash., (W912EP-13-D-0014); were awarded a $500,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the services in support of miscellaneous dredging projects throughout the U.S. Army Corp of Engineers South Atlantic Division. Work location will be determined with each order, with an estimated completion date of Dec. 12, 2013. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity.

            Lockheed Martin Corp., Orlando, Fla., was awarded a $161,687,115 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Modernized Day Sensor Assembly Laser Kits and spare parts. Work will be performed in Orlando, with an estimated completion date of Aug. 31, 2016. One bid was solicited with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0120).

HELLFIRE System L.L.C., Orlando, Fla., was awarded a $114,085,200 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure HELLFIRE II tactical missiles in containers. Work will be performed in Orlando, with an estimated completion date of Feb. 28, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0242).

            Lockheed Martin Corp., Orlando, Fla., was awarded a $96,677,902 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure services in support of the Apache modernized targets acquisition designation sight/pilot’s night vision sensor equipment. Work will be performed in Orlando, with an estimated completion date of Dec. 31, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0009).

BAE Systems Land and Armaments L.P., Santa Clara, Calif., was awarded a $75,996,423 cost-plus-fixed-fee contract. The award will provide for the technical services in support of the Bradley vehicle. Work will be performed in Sterling Heights, Mich.; York, Pa.; and Santa Clara; with an estimated completion date of Dec. 18, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0018).

The Boeing Co., Mesa, Ariz., was awarded a $56,370,522 firm-fixed-price contract. The award will provide for the procurement of AH-64D Apache Longbow Helicopters for the Egyptian Air Force. Work will be performed in Mesa, with an estimated completion date of June 30, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0086).

Raytheon, Andover, Mass., was awarded a $46,700,000 firm-fixed-price contract. The award will provide for the modernization of the PATRIOT Advanced Capability missiles through the continuous technology refreshment program. Work will be performed in Andover, with an estimated completion date of Dec. 17, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0088).

American Contractor and Technology, Pensacola, Fla., was awarded a $46,000,000 firm-fixed-price contract. The award will provide for the services in support of construction projects. Work location will be determined with each order, with an estimated completion date of Dec. 10, 2017. The bid was solicited through the Internet, with 27 bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-13-D-0002).

BIC–SCC JV L.C.C., Birmingham, Ala., was awarded a $46,000,000 firm-fixed-price contract. The award will provide for the services in support of the Fort Rucker, Ala., construction program. Work will be performed in Fort Rucker, with an estimated completion date of Dec. 13, 2017. The bid was solicited through the Internet, with 41 bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-13-D-0003).

Applied Visual Technology Inc., Orlando, Fla., was awarded a $45,800,000 cost-plus-fixed-fee contract. The award will provide for the services in support of the Aviation Combined Arms Tactical Trainer Reconnaissance and Attack Concurrency Upgrade. Work location will be determined with each order, with an estimated completion date of Dec. 9, 2017. The bid was solicited through the Internet, with three bids received. The U.S. Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-D-0001).

Raytheon Co., Andover, Mass., was awarded a $41,537,998 firm-fixed-price contract. The award will provide for the Performance Based Logistics services. Work location will be determined with each order, 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 (W31P4Q-13-D-0001).

CACI-WGI Inc., Vienna, Va., was awarded a $39,560,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure operations support to the U.S. Army Asymmetric Warfare Group. Work location will be determined with each order, with an estimated completion date of Nov. 29, 2013. One bid was solicited, with one bid received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-06-D-0005).

            King Aerospace Inc., Addison, Texas, was awarded a $28,725,880 firm-fixed-price contract. The award will provide for the modification of an existing contract exercising an option through December 2013. Work will be performed in Addison, with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0302).

M7 Aerospace L.L.C., San Antonio, Texas, was awarded a $24,569,249 firm-fixed-price contract. The award will provide for the modification of an existing contract exercising an option through December 2013. Work will be performed in San Antonio, with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0124).

Honeywell International Inc., Phoenix, Ariz., was awarded a $24,121,500 cost-plus-fixed-fee contract. The award will provide for the engineering logistical support services for the T55A engine. Work location will be determined with each order, with an estimated completion date of Dec. 31, 2017. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0004).

            L-3, Cincinnati, Ohio, was awarded a $23,764,053 firm-fixed-price contract. The award will provide for the procurement of M734A1 and M783 fuzes. Work will be performed in Cincinnati, with an estimated completion date of Dec. 14, 2014. Two bids were solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-10-C-0015).

AAI Corp., Hunt Valley, Md., was awarded a $22,129,858 cost-plus-fixed-fee contract. The award will provide for the procurement of Contractor Logistics Support for the One System Remote Video Terminal. Work will be performed in Hunt Valley, with an estimated completion date of Dec. 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0016).

            DRS Sustainment Systems Inc., St. Louis, Mo., was awarded a $20,290,031 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure in-theater support services. Work will be performed in St. Louis and Afghanistan, with an estimated completion date of Dec. 9, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0010).

Mahaffey Tent and Awning Co., Inc., Memphis, Tenn., was awarded a $16,860,846 firm-fixed-price contract. The award will provide for the life-support services and equipment for training units at the Joint Readiness Training Center in Fort Polk, La. Work location will be determined with each order, with an estimated completion date of Dec. 14, 2013. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Contracting Command, Fort Polk, La., is the contracting activity (W9124J-11-D-0006).

Grimberg/Amatea GC JV, Leesburg, Va., was awarded a $14,307,650 firm-fixed-price contract. The award will provide for the construction services on FortDepartment of the Army Detrick, Md. Work will be performed in Fort Detrick, with an estimated completion date of June 20, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0007).

M7 Aerospace L.L.C., San Antonio, Texas, was awarded a $12,252,199 firm-fixed-price contract. The award will provide for the modification of an existing contract exercising an option through December 2013. Work will be performed in San Antonio, with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0207).

            Textron Inc., New Orleans, La., was awarded a $12,228,558 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to RESET M1117 Armored Security Vehicles. Work will be performed in New Orleans, with an estimated completion date of July 31, 2013. The bid was solicited through the Internet, with eight bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0418).

Advanced Technology Systems Co., McLean, Va., was awarded an $11,055,873 firm-fixed-price contract. The award will provide for the procurement of Huey major components and spares in support of Foreign Military Sales. Work will be performed in Lebanon, with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0014)

Republic Industries International, Louisville, Ky., (W912QR-13-D-0002); Kentucky Machine and Tool Co., Louisville, Ky., (W912QR-13-D-0003); The Chesapeake Machine Co., Baltimore, Md., (W912QR-13-D-0004); Industrial Maintenance Co., L.L.C., Gallatin, Tenn., (W912QR-13-D-0005); CEPEDA Associates, Louisville, Ky., (W912QR-13-D-0006); and Specialties Manufacturing Co., Inc., Talladega, Ala., (W912QR-13-D-0007); were awarded a $10,000,000 firm-fixed-price contract between six contractors. The award will provide for the fabrication of parts and refurbishment services. Work location will be determined with each order, with an estimated completion date of Dec. 13, 2017. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity.

AICI–ARCHIRODON JV, Arlington, Va., was awarded a $9,648,000 firm-fixed-price contract. The award will provide for the Synchrolift Safety Repair services in support of Foreign Military Sales. Work will be performed in Egypt, with an estimated completion date of Aug. 21, 2014. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-13-C-0005).

Koontz Electric Co., Morrilton, Ark., was awarded a $9,594,977 firm-fixed-price contract. The award will provide for the labor and equipment services in support of the Allatoona Powerhouse. Work will be performed in Cartersville, Ga., with an estimated completion date of May 15, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-13-C-0001).

Orion Marine Construction Inc., Tampa, Fla., was awarded a $9,003,000 firm-fixed-price contract. The award will provide for the maintenance dredging services. Work will be performed in Matagorda, Texas, with an estimated completion date of May 4, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-13-C-0003).

            Great Lakes Dredge and Dock Co., L.L.C., Oakbrook, Ill., was awarded a $7,919,250 firm-fixed-price contract. The award will provide for the Port Everglades Harbor Maintenance Dredging services. Work will be performed in Broward, Fla., with an estimated completion date of May 15, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0001).

Oshkosh Corp., Oshkosh, Wis., was awarded a $7,813,650 firm-fixed-price contract. The award will provide for the installation of the Underbody Improvement Kits for the Special Operations Marine All-Terrain Vehicle. Work will be performed in Afghanistan, with an estimated completion date of Dec. 17, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0281).

Chenega Logistics L.L.C., Sioux Falls, S.D., was awarded a $7,196,612 firm-fixed-price contract. The award will provide for the procurement of Installation Information Infrastructure Architecture compliant building entrances and termination points for buildings in Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of Dec. 1, 2013. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-13-C-0009).

Metro Production Government Services, Hampton, Va., was awarded a $6,752,287 fixed-price-award-fee contract. The award will provide for the modification of an existing contract to procure information technology services at Carlisle Barracks, Pa. Work will be performed in Carlisle, with an estimated completion date of Dec. 9, 2015. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-11-C-0001).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

            Intelligent Software Solutions, Colorado Springs, Colo., (FA8730-13-D-0001); BAE Systems, McLean, Va. (FA8730-13-D-0002); Charles River Analytics Inc., Cambridge, Mass. (FA8730-13-D-0003); Northrop Grumman Systems Corp., Herndon, Va. (FA8730-13-D-0004); Science Applications International Corp., McLean, Va. (FA8730-13-D-0005); Lockheed Martin Corp., Colorado Springs, Colo. (FA8730-13-D-0006), and Solers Inc., Arlington, Va. (FA8730-13-D-0007), is being awarded a $249,000,000 multiple award indefinite delivery/indefinite quantity for the development of Command and Control applications and information services for air, space and cyberspace domains.  The location of the performance will be determined during the award of each delivery order.  Work is expected to be completed by Dec. 19, 2018.  The contracting activity is AFLCMC/HBBK, Hanscom Air Force Base, Mass.

Raytheon Space and Airborne Systems, McKinney, Texas, (FA8528-13-C-0031) is being awarded a $150,291,636 firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable-no-fee contract for to procure MQ-1 (Predator) and MQ-9 (Reaper) sensor support and services.  The location of the performance is McKinney, Texas.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WIKBA, Robins Air Force Base, Ga.

General Atomics Aeronautical Systems Inc., Poway, Calif., (FA8620-10-G-3038 0080) is being awarded a $42,940,780 cost-plus-fixed-fee and firm-fixed-price contract for contractor logistics support for the United Kingdom Royal Air Force Phase 1 and 2 for MQ-9 operations.  The locations of the performance are Poway, Calif.; Creech Air Force Base, Nev.; Waddington, United Kingdom and Afghanistan.  Work is expected to be completed by March 31, 2015.  The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio.  Contract involves Foreign Military Sales to the United Kingdom.

Lockheed Martin Corp., Global Training and Logistics, Orlando, Fla., (FA8223-11-C-0001, P00034) is being awarded a $24,699,751 contract modification for three C-130 Aircrew Training Systems.  The location of the performance is Little Rock Air Force Base, Ark.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WNS, Wright-Patterson Air Force Base, Ohio.

            Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6473, P00035) is being awarded an $8,442,211 contract modification in support of the C-5 Large Aircraft Infrared Countermeasures Production Program.  The location of the performance is Greenville, S.C.  Work is expected to be completed by Aug. 29, 2014.  The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio.

Sierra Nevada Corp., Sparks, Nev., (FA8509-12-C-0001, P00006) is being awarded a $7,916,000 contract modification for logistics support of the Precision Strike Package on the AC-130W aircraft, Stinger II Program.  The location of the performance is Cannon Air Force Base, N.M.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WIKAA, Robins Air Force Base, Ga.

NAVY

Austal USA, Mobile, Ala., is being awarded a $166,881,824 modification to previously awarded contract (N00024-08-C-2217) to exercise the construction option 600px-US-DeptOfNavy-Seal.svgfor Joint High Speed Vessel 10.  Work will be performed in Mobile, Ala. (48 percent), Pittsfield, Mass. (9 percent), Franklin, Mass. (3 percent), Philadelphia, Pa. (3 percent), Henderson, Western Australia. (3 percent), Atlanta, Ga. (2 percent), Chicago, Ill. (2 percent), Gulfport, Miss. (2 percent), Slidell, La. (1 percent), Iron Mountain, Mich. (1 percent), Houston, Texas (1 percent), Dallas, Texas (1 percent), Chesapeake, Va. (1 percent), Milwaukee, Wis. (1 percent), Brookfield, Wis. (1 percent), and various sites inside and outside the United States each below one percent (21 percent), and is expected to be completed by June 2017. Contract funds in the amount of $166,881,824 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

            The Boeing Co., St. Louis, Mo., is being awarded a $164,000,000 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0086) to exercise an option for the procurement of 12 Airborne Electronic Attack Group B Kits and four Equivalent Ship-sets of spares for the Royal Australian Air Force.  This contract involves Foreign Military Sales to the Government of Australia (100 percent) under the Foreign Military Sales Program.  Work will be performed in Baltimore, Md. (41.1 percent); St. Louis, Mo. (36.3 percent); Bethpage,  N.Y. (19 percent); and Fort Wayne, Ind. (3.6 percent), and is expected to be completed in March 2015.  Contract funds in the amount of $164,000,000 will be obligated at time of 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 Co., Integrated Defense Systems, Portsmouth, R.I., is being awarded a $158,571,809 firm-fixed-price contract for the procurement of 48 MH-60R Full Rate Production Airborne Low Frequency Sonar (ALFS) systems (24 Lot X and 24 Lot XI), including associated program management support.  Work will be performed in Brest, France (59 percent); Portsmouth, R.I. (37 percent), and Johnstown, Pa. (4 percent), and is expected to be completed in April 2017.  This contract was not competitively procured pursuant to 10 U.S.C 2304 (c)(1).  Contract funds in the amount of $158,571,809 are being obligated at time of award, $39,642,952 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0012).

The Boeing Co., Wichita, Kan., is being awarded a $145,000,000 firm-fixed-price contract for the procurement of two C-40A Clipper aircraft for the U.S. Navy.  Work will be performed in Renton, Wash.  (92.7 percent), Seattle, Wash. (4.9 percent), San Antonio, Texas (1.7 percent), Oklahoma City, Okla. (0.7 percent) and is expected to be completed in March 2015.  Contract funds in the amount of $145,000,000 will be obligated on this award, $72,500,000 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-C0026).

            The Boeing Co., St. Louis, Mo., is being awarded a $101,862,000 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0086) to exercise an option for the procurement of 12 EA-18G Lot 37 Full Rate Production (FRP) Airborne Electronic Attack (AEA) Kits.  Work will be performed in Baltimore, Md. (41.1 percent); St. Louis, Mo. (36.3 percent); Bethpage, N.Y. (19 percent); and Fort Wayne, Ind. (3.6 percent), and is expected to be completed in February 2015.  Contract funds in the amount of $101,862,000 are being obligated at time of 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.

Barling Bay L.L.C.*, North Charleston, S.C. (N65236-13-D-4882); Cambridge International Systems Inc.*, Arlington, Va. (N65236-13-D-4883); Centuria Corp.*, Reston, Va. (N65236-13-D-4884); Chugach Information Technology Inc.*, Anchorage, Alaska (N65236-13-D-4885); CommIT Enterprises Inc.*, Alexandria, Va. (N65236-13-D-4886); Compass Systems Inc.*, Lexington Park, Md. (N65236-13-D-4887); DEL REY Systems and Technology Inc.*, San Diego, Calif. (N65236-13-D-4888); Forward Slope Inc.*, San Diego, Calif. (N65236-13-D-4889); Imagine One StraCon Venture L.L.C.*, Fort Worth, Texas (N65236-13-D-4890); KinetX*, Tempe, Ariz. (N65236-13-D-4891); MANDEX Inc.*, Fairfax, Va. (N65236-13-D-4892); Product Data Integration Technologies Inc. doing business as Modulant*, North Charleston, S.C. (N65236-13-D-4893); Trace Systems Inc.*, Tysons Corner, Va. (N65236-13-D-4894) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with fixed-price incentive (firm target) and firm-fixed-price provisions, multiple award contract for the procurement of Decision Superiority Support (DS) services.  The services required include research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, Reconnaissance (C5ISR), Information Operations, Enterprise Information Services (EIS) and Space capabilities.  The cumulative, estimated value of the base year is $49,990,000.  These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $249,951,000.  Work will be performed worldwide and is expected to be completed by December 2013.  If all options are exercised, work could continue until December 2017.  Contract funds in the amount of $15,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with sixteen offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $45,585,516 modification to previously awarded contract (N00024-12-C-5450) to exercise a firm-fixed-price option for the production of 61 Block 2 MK-44 Mod 4 Rolling Airframe Missile guided-missile round pack all-up-rounds.  This fiscal 2013 option exercise is for the MK-44 Rolling Airframe Missile (RAM) Guided Missile Round Pack which is a cooperative production program conducted jointly by the U.S. and the Federal Republic of Germany under Memoranda of Understanding. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms.  Contract funds in the amount of $45,585,516 will be obligated at time of contract award.  Contract funds will not expire at the end of the current fiscal year.  Work will be performed in Tucson, Ariz. (49.7 percent), Ottobrunn, Germany (42.7 percent), Rocket Center, WVa. (4.5 percent), and Andover, Mass. (3.1 percent), and is expected to be completed by February 2015.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

            General Dynamics C4 Systems, Scottsdale, Ariz., is being awarded a $40,000,000 modification to a previously awarded firm-fixed-price and cost-plus-fixed-fee contract (N00039-10-C-0069) for the development and integration of software enhancements to the Digital Modular Radio (DMR).  These software enhancements include the development and integration of the Integrated Waveform and Mobile User Objective System waveform into the DMR.  This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $277,661,982.  Contract funds in the amount of $19,700,000 will be obligated at the time of award.  Work will be performed in Scottsdale, Ariz. (80 percent), Linthicum, Md. (20 percent) and is expected to be completed by July 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Huntington Ingalls Inc. — Newport News Shipbuilding, Newport News, Va., is being awarded a $33,734,943 cost-plus-fixed fee contract modification to previously awarded contract (N62793-07-C-0001) for continuation of fiscal year 2013 advance planning efforts to prepare and make ready for the defueling and inactivation of the USS Enterprise (CVN 65). This effort will provide for advanced planning, ship checks, design, documentation, engineering, long lead time material procurement, fabrication, preliminary shipyard or support facility and Early Start shipboard work to prepare for and make ready for the defueling and inactivation of the USS Enterprise.  Contract funds in the amount of $33,734,943 will be obligated at time of award.  Contract funds in the amount of $33,734,943 will expire at the end of the current fiscal year.  Work will be performed at Naval Station Norfolk (62.4 percent) and in Newport News, Va. (37.6 percent), and is expected to complete by June 2013.  The Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

Northrop Grumman Aerospace Systems, San Diego, Calif., is being awarded a $33,270,000 cost-plus-incentive-fee contract for the development, production, integration, and testing of nine radar systems on the MQ-8B Fire Scout Vertical Take-off and Landing Tactical Unmanned Air Vehicle. Contract funds in the amount of $15,844,756 are being obligated at time of award, $11,344,756 of which will expire at the end of the current fiscal year.  Work will be performed in San Diego, Calif. (70 percent) and Patuxent River, Md. (30 percent), and is expected to be completed in June 2014.  This contract was not competitively procured pursuant to 10 U.S.C 2304 (c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0020).

            Raytheon Co., McKinney, Texas, is being awarded a $29,000,000 ceiling priced repair delivery order #7004 under Basic Ordering Agreement (N00383-10-G-003D) for the repair of 28 Weapon Replaceable Assemblies (WRAs) and 28 Shop Replaceable Assemblies (SRAs) of the Advanced Targeting Forward Looking Infrared (ATFLIR) System used in support of the F/A-18 aircraft.  Work will be performed in McKinney, Texas (89 percent) and Jacksonville, Fla. (11 percent), and work is expected to be completed by Dec. 20, 2014.  The applicable fiscal 2013 Navy Working Capital Funds will not expire at the end of the current fiscal year.  The contract funds in the amount of $14,942,523 will be obligated at the time of award.  This is an urgent Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

Lockheed Martin Mission Systems and Sensors (MS2), Moorestown, N.J., is being awarded a $20,735,747 cost-plus-fixed-fee, firm-fixed-price contract for the design, development, installation, integration, testing and delivery of the Aegis Ashore Team Trainer.  This trainer will be designed to meet the Aegis Ashore Missile Defense System (AAMDS) individual watch station and watch team training, qualification and certification requirements.  This procurement also provides for information assurance requirements for the trainer, an information assurance training course, an instructor operator training course and travel associated with the trainer development.  Contract funds in the amount of $4,694,949 will be obligated on this award, none of which will expire at the end of the current fiscal year.  Work will be performed in Moorestown, N.J., and is expected to be completed in October 2014. This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-13-C-0007).

METAG Construction USA, Virginia Beach, Va., is being awarded a $19,502,065, firm-fixed-price construction contract for construction of an aircraft logistics apron, a concrete aircraft apron, and an expansion of the enduring apron to allow for the safe maneuvering of aircraft  by widening taxiways Echo, Bravo, and Delta, at Camp Lemonnier.  The proposed new construction will include parking pads for P3 aircraft, fire suppression capabilities, high mast overhead lighting, and a vehicle ditch.  Work will be performed in Djibouti, Africa, and is expected to be completed by November 2013.  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 15 proposals received.  The Naval Facilities Engineering Command Europe, Africa, Southwest Asia, Naples, Italy, is the contracting activity (contract number N33191-13-C-0815).

Northrop Grumman Systems Corp., Aerospace Systems, San Diego, Calif., is being awarded a $19,166,627 cost-plus-fixed-fee contract for logistics services in support of the MQ-8B Fire Scout Vertical Take-Off and Landing Unmanned Aerial Vehicle. Contract funds in the amount of $19,166,627 will be obligated at time of award, $19,015,007 of which will expire at the end of the current fiscal year.   Work will be performed in San Diego, Calif. (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 10 U.S.C 2304 (c) (1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0007).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $15,307,118 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded advance acquisition contract (N00019-12-C-0009) to provide systems engineering and program management services in support of the H-1 Upgrade Program.  Work will be performed in Hurst, Texas and is expected to be completed in December 2013.  Contract funds in the amount of $15,307,118 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

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $12,279,986 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-11-C-0023) to provide additional logistics products and services in support of the H-1 Upgrade effort, including logistics management support, technical material for maintenance planning, design interface, supply/material support; support of support equipment/technical data, distribution and inventory management/packaging; handling, storage and transportation; logistics management information; supportability analysis and technical manuals.  Contract funds in the amount of $12,279,986 will be obligated at time of award, and will not expire at the end of the current fiscal year.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2013.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $12,239,714 firm-fixed-price contract to procure four each Harpoon Shipboard Command Launch Control Sets (HSCLCS), Type 148 Class Ship, AN/SWG-1A(V), Classified Portion and associated hardware; four each HSCLCS, Type 148 Class Ship, AN/SWG-1A(V), Unclassified Portion and associated hardware; eight Global Positioning System Receiver Assembly (GPSRA) Retrofit Kits and associated hardware; one Installation and Checkout Prime Spares Kit, Classified Portion; one Installation and Checkout Prime Spares Kit, Unclassified Portion; four Ninety Day Primes Spares Kit; one Two Years Classified Prime Spares Kit; two -Two Year Unclassified Prime Spares Kit; one Harpoon Shipboard Equipment Integrated Logistics Support Program; four Ordinance Alteration EGE 3987 kits; and one lot engineering technical assistance for the Government of Egypt. Additionally, this effort procures one Lot HSCLCS Hardware; one Ninety Day Prime Spares Kit; one GPSRA and associated hardware; and one Lot Engineering Technical Assistance for the Government of Turkey.  Contract funds in the amount of $12,239,714 will be obligated at time of award, and will not expire at the end of the current fiscal year.  Work will be performed in Lititz, Pa. (51 percent); St. Louis, Mo. (32 percent); Pryor Creek, Okla. (5 percent); Santa Fe Springs, Calif. (5 percent); Madison, Ala. (3 percent); Kirkwood, Mo. (3 percent); and Irving, Texas (1 percent),  and is expected to be completed in July 2014.  This contract combines purchases for the Governments of Egypt ($11,927,232; 98 percent) and Turkey ($312,482; 2 percent) under the Foreign Military Sales Program. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c) (1). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0019).

            Lockheed Martin Corp., Baltimore, Md., is being awarded a $12,056,601 modification to previously awarded contract (N00024-11-C-2300) to exercise an option for Littoral Combat Ship core class services.  Contract funds in the amount of $12,056,601 will be obligated at time of award . Work will be performed in Moorestown, N.J. (36 percent), Hampton, Va. (30 percent), Washington, D.C. (23 percent), and Marinette, Wis. (11 percent), and is expected to be complete by December 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.

Austal USA L.L.C., Mobile, Ala., is being awarded an $8,057,541 modification to previously awarded contract (N00024-11-C-2301) to exercise an option for Littoral Combat Ship (LCS) core class services. This option exercise is for Core LCS Class Services.  Austal USA will assess engineering and production challenges as well as evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs.  Contract funds in the amount of $8,057,541 will be obligated at time of award.  Work will be performed in Mobile, Ala. (51 percent) and Pittsfield, Mass. (49 percent), and is expected to be complete by December 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.

DEFENSE HUMAN RESOURCES ACTIVITY

Mullen Communications Inc., Boston, Mass., is being awarded a firm-fixed-price requirements-type contract in the total estimated amount of $161,708,567 for the Joint Advertising, Market Research and Studies (JAMRS) requirement of marketing communications support services.  Work will be performed in Boston, Mass., and is expected to be completed in December 2018.  Fiscal 2013 Operations and Maintenance funds will be obligated for the base period of this contract.  This requirement was solicited on the Federal Business Opportunities website and two offers were received.  The Defense Human Resources Activity Procurement Support Office, Alexandria, Va., is the contracting activity (H98210-13-D-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc., Virginia Beach, Va.*, was issued a modification on contract SPM8EG-08-D-0002/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Southeast Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            W.S. Darley and Co.*, Itasca, Ill., was issued a modification on contract SPM8EG-08-D-0003/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Southeast Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Safeware Inc.*, Landover, Md., was issued a modification on contract SPM8EG-08-D-0004/P00009.  The modification is a fixed price with economic price adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Southeast Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Atlantic Diving Supply Inc.*, Virginia Beach, Va., was issued a modification on contract SPM8EG-08-D-0005/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Northeast Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            W.S. Darley and Co.*, Itasca, Ill., was issued a modification on contract SPM8EG-08-D-0006/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Northeast Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Safeware Inc.*, Landover, Md., was issued a modification on contract SPM8EG-08-D-0007/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Northeast Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Atlantic Diving Supply Inc.*, Virginia Beach, Va., was issued a modification on contract SPM8EG-08-D-0008/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Capital/Great Lakes Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

L.N. Curtis and Sons*, Oakland, Calif., was issued a modification on contract SPM8EG-08-D-0009/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Capital/Great Lakes Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            W.S. Darley and Co.*, Itasca, Ill., was issued a modification on contract SPM8EG-08-D-0011/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Capital/Great Lakes Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Atlantic Diving Supply Inc.*, Virginia Beach, Va., was issued a modification on contract SPM8EG-08-D-0012/P00009.  The modification is a fixed-price withDefense_Logistics_Agency economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Midwest Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

L.N. Curtis and Sons*, Oakland, Calif., was issued a modification on contract SPM8EG-08-D-0013/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Midwest Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            W.S. Darley and Co.*, Itasca, Ill., was issued a modification on contract SPM8EG-08-D-0015/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the Midwest Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Atlantic Diving Supply, Inc.*, Virginia Beach, Va., was issued a modification on contract SPM8EG-08-D-0016/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the West Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

W.S. Darley and Co.*, Itasca, Ill., was issued a modification on contract SPM8EG-08-D-0017/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the West Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

The Mallory Co.*, Longview, Wash., was issued a modification on contract SPM8EG-08-D-0018/P00009.  The modification is a fixed-price with economic-price-adjustment, twelve month bridge contract with a maximum $82,000,000 for fire and emergency services for military installations located in the West Region, United States.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were thirteen responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            BAE Systems Aerospace and Defense Group Inc., Phoenix, Ariz., was issued a modification exercising the first option year on contract SPM1C1-10-C-0011/P00041.  The modification is a firm-fixed-price contract with a maximum $28,196,837 for procurement of lightweight helmets.  Other location of performance is Pennsylvania.  Using military service is Marine Corps.  There were two solicitations with two responses.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance is April 30, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Jianas Brothers Packaging Co.*, Kansas City, Mo., was awarded contract SPM3S1-12-D-Z120.  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $14,006,571 for government furnished material for use in the meal ready to eat program.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen solicitations with six responses.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 21, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Critical Solutions International*, Carrolton, Texas, was awarded contract SPRDL1-13-D-0009.  The award is a firm-fixed-price-contract with a maximum $8,493,393 for spare axle assemblies.  Other location of performance is Michigan.  Using military service is Army.  There were two solicitations with two responses.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The date of performance completion is Dec. 4, 2015.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

            Lockheed Martin Corp., Fort Worth, Texas, (FA8611-08-C-2897, P00165) is being awarded a $613,276,500 contract modification for the continued sustainment support of the F-22 air vehicle as part of the follow-on agile sustainment to the Raptor program..  The location of the performance is Fort Worth, Tex.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.

United Technologies Corp., East Hartford, Conn., (FA8611-08-C-2896, P00100) is being awarded an $85,282,562 contract modification for the F119 Engine Sustainment.  The locations of the performance is East Hartford, Conn.; Edwards Air Force Base, Calif.; Elmendorf Air Force Base, Alaska; Hickam Air Force Base, Hawaii; Hill Air Force Base, Utah; Holloman Air Force Base, N.M.; Langley Air Force Base, Va.; Nellis Air Force Base, Nev.; Sheppard Air Force Base, Texas; Tinker Air Force Base, Okla. and Tyndall Air Force Base, Fla.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.

Goodrich Corp., Westford, Mass., (FA8620-11-C-3006, P00012) is being awarded a $26,073,000 contract modification for Facilities Support Requirements support and DB-110 training.  The location of the performance is Westford, Mass.  Work is expected to be completed by March 2015.  The contracting activity is AFLCMC/WINK, Wright-Patterson Air Force Base, Ohio.  Contract involves Foreign Military Sales to Pakistan.

            The Boeing Co., St. Louis, Mo., (FA8656-13-C-0053) is being awarded a $8,916,113 firm-fixed-price and cost-plus-fixed-fee contract for procurement of Laser Small Diameter Bombs (LSDB) retrofits, LSDB guided test vehicles, production, engineering, integration and test support and storage/shipping containers.  The location of the performance is St. Louis, Mo.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/PZJ, Eglin Air Force Base, Fla.

NAVY

AMSEC L.L.C., Virginia Beach, Va. (N65236-13-D-4863);  BAE Systems Technology Solutions and Services Inc., Rockville, Md. (N6523-13-D-4864); Computer 600px-US-DeptOfNavy-Seal.svgSciences Corp., Falls Church, Va. (N65236-136-D-4865); L-3 Services Inc. (Engility), Mount Laurel, N.J. (N65236-13-D-4866); Science Applications International Corp., McLean, Va. (N65236-13-D-4867); Serco, Reston, Va. (N65236-13-D-4868); and Scientific Research Corp., Atlanta, Ga., (N65236-13-D-4869) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with fixed-price incentive (firm target) and firm-fixed-price provisions, multiple award contract for the procurement of Production, Installation and In-Service Support (PII) services.  The services required include support of design, acquisition, production, integration, testing, installation, and configuration management of certified C5ISR capabilities, with a specific focus on submarine and surface new construction, modernization, systems production/integration, installation and life cycle support of systems and subsystems integrated within or in support of the subsurface and surface platforms, both afloat and shore based.  The cumulative estimated value of the base year is $179,908,687.  These contracts include options which, if exercised, would bring the cumulative value of these contracts to a combined estimated $899,543,000.  Work will be performed worldwide, and is expected to be completed by December 2013.  If all options are exercised, work could continue until December 2017.  Contract funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 15 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Frontier Electronic Systems Corp.*, Stillwater, Okla., is being awarded a $49,567,126 indefinite-delivery/indefinite-quantity contract using firm-fixed price and cost-plus-fixed-fee orders for AN/SPQ-14(V) Advanced Sensor Distribution System, AN/SPQ-15(V) Data Distribution System equipment and engineering support services in support of the systems procured for shipboard systems.  Work will be performed in Stillwater, Okla., and is expected to be completed by December 2017.  Contract funds will not expire at the end of the current fiscal year.  Contract funds in the amount of $2,300,000 will be obligated at contract award.  This contract was not competitively procured according to 10 U.S.C. 2304(c)(1).  The contract was synopsized via Federal Business Opportunities with one offer received.  The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-13-D-1010).

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $44,975,784 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) for the procurement of 120 Tomahawk Block IV Composite Capsule Launching Systems (CCLS) for the U. S. Navy.  The CCLS is a water tight encapsulating system in which the Tomahawk missile is loaded, shipped and launched from Navy submarines.  Work will be performed in Tucson, Ariz. (24.61 percent); Lincoln, Neb. (23.17 percent); Camden, Ark. (12.48 percent); Rocket Center, WVa. (10.3 percent); Carpentersville, Ill. (8.74 percent); Joplin, Mo. (6.63 percent); Hopkinton, Mass. (4.76 percent); Huntsville, Ark. (4.37 percent); Alamitos, Calif. (2.05 percent); Torrance, Calif. (1.47 percent); Downers Grove, Ill. (.75 percent); and Brooksville, Fla. (.67 percent), and is expected to be completed in July 2015.  Contract funds in the amount of $44,975,784 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 Co., McKinney, Texas, is being awarded an $18,356,242 firm-fixed-price order #0026 against a previously issued Basic Ordering Agreement (N00164-12-G-JQ66) for 19 multi-spectral targeting systems for the MH-60R/S helicopter.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by December 2014.  Contract funds will not expire at the end of the current fiscal year.  No funds will be obligated at time of award.  This non-commercial contract was procured and solicited on a sole source basis in accordance with the statutory authority of 10 USC 2304(c) (1).  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $18,337,407 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for the avionics upgrade of 24 F/A-18C/D aircraft in support of Phase III of the Hornet Upgrade 25 Program for the government of Switzerland under the Foreign Military Sales Program.  Work will be performed in Emmen, Switzerland (96 percent) and St. Louis, Mo. (4 percent), and is expected to be completed in March 2016.  Contract funds in the amount of $18,337,407 will be obligated at the time of 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 Technical Services Co., L.L.C., Indianapolis, Ind., is being awarded a $17,288,960 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 102 LAU-115B/A missile launchers for the F/A-18E/F and EA-18G aircraft for the U.S. Navy (86) and the Government of Australia (16).  Work will be performed in Indianapolis, Ind., and is expected to be completed in October 2015.  Contract funds in the amount of $17,288,960 are being obligated on this contract, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($15,127,840; 87.5 percent) and the Government of Australia ($2,161,120; 12.5 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ViaSat, Carlsbad, Calif., is being awarded a $12,770,380 firm-fixed-price delivery order for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs). The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for U.S. Navy, U.S. Marine Corps, U.S. Air Force and U.S. Army platforms. This delivery order combines purchases for the U.S. (44 percent), the government of Oman (48 percent), under the Foreign Military Sales Program, and the Government of Germany (8 percent), under the MIDS Program Memorandum of Understanding.  Work will be performed in Carlsbad, Calif., (30 percent), in various other sites worldwide (70 percent) and is expected to be completed by July 31, 2014.   Contract funds in the amount of $12,770,380 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year.  This contract was competitively procured under a multiple award contract (MAC) via the SPAWAR E-commerce website, with two proposals solicited and two offers received.  The synopsis was released via the Federal Business Opportunities website for the initial MAC awards.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-D-0032).

Science Applications International Corp., McLean, Va., is being awarded a $12,766,950 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-11-D-0030) to exercise an option for technical and engineering services in support of the Naval Air Systems Command’s Air Vehicle Engineering Department and the Manned Flight Simulator/Air Combat Environment Test and Evaluation Facilities.  Services to be provided support the development and utilization of advanced air vehicle technology for evaluating air vehicle flying qualities and controllability, developing simulation software, and building prototype simulations.  Work will be performed in Patuxent River, Md., and is expected to be completed in December 2013.  Funds will not be obligated at time of award; funds will be obligated on individual orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Alloy Surfaces Co., Inc., Aston, Pa., is being awarded a $9,251,390 firm-fixed-price contract to manufacture 86,397 MJU-49/B flares in support of the Airborne Expendable Countermeasures, used in a variety of assault, tactical and transport aircraft.  This contract contains an option year, which if exercise, will bring the total contract value to $17,270,142.  Work will be performed in Aston, Pa., and work is expected to be completed by December 2015.  The applicable Procurement of Ammunition Navy and Marine Corps funds will not expire before the end of the current fiscal year.  Contract funds in the amount of $9,251,390 will be obligated at the time of award.  The contract was competitively procured, with two offers received in response to the solicitation.  NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is contracting activity (N00104-13-C-K024).

Northrop Grumman Systems Corp., Aerospace Systems, Bethpage, N.Y., is being awarded a $7,224,945 modification to a previously awarded cost-plus-award-fee contract (N00019-08-C-0023) in support of the Broad Area Maritime Surveillance (BAMS) Unmanned Aircraft System (UAS) System Development and Demonstration.  This modification provides new certification requirements for the BAMS Airborne Recorder in accordance with the National Security Administration Information Assurance Security and Requirements Directive. Work will be performed in Anaheim, Calif. (75 percent); Bethpage, N.Y. (20 percent); and San Diego, Calif. (5 percent), and is expected to be completed in December 2013.  No funding will be obligated at time of award nor will any expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Thomas Scientific*, Swedesboro, N.J., was issued a modification exercising the fourth option year on contract SPM2DE-09-D-7338/P00005.  The award is a fixed-price with economic-price adjustment, indefinite delivery and indefinite quantity contract with a maximum $10,763,991 for laboratory supplies and wares.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were nine responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

McKesson Corp., San Francisco, Calif., was awarded contract SPM2DX-13-D-1000.  The award is a firm-fixed-price, prime vendor, requirements type contract with a maximum $2,609,494,450 for delivery of mail order pharmaceutical products.  Other location of performance is Arizona.  Using services are Army, Navy, Air Force, Marine Corps, and individuals authorized medical treatment through military services.  There were four responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is June 16, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Foster Caviness*, Colfax, N.C., was awarded contract SPM300-13-D-P171.  The award is a fixed-price with economic-price-adjustment, sole source contract with a maximum $25,200,000 for fresh fruit and vegetables.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is May 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

PPL Energy Plus L.L.C., Allentown, Pa., was awarded contract SPE600-13-D-8015.  The award is a firm-fixed-price contract with a maximum $13,541,861 for electricity.  Other location of performance is Philadelphia and Mechanicsburg, Pa.  Using service is Navy.  There were one hundred and ten solicitations with seven responses.  Type of appropriation is fiscal 2012 through fiscal 2014 Navy Funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

AIR FORCE

Intelligent Software Solutions Inc., Colorado Springs, Colo., (FA8750-13-D-0013) is being awarded a $593,000,000 indefinite delivery/indefinite quantity, 356px-Seal_of_the_US_Air_Force.svgresearch and development, with cost-plus-fixed-fee and firm-fixed-price contract for Air Space Precision Engagement Research and Engineering software development, maintenance, enhancements and hardware.  The location of the performance is Colorado Springs, Colo. Work is expected to be completed by Dec. 17, 2017.  The contracting activity is AFRL/RIKF, Rome, N.Y.

Lockheed Martin Corp., Fort Worth, Texas, (FA8615-10-C-6051, PZ0022) is being awarded a $563,000,000 contract modification contract for development, integration and delivery of 20 F-16C/D (16 C’s and 4 D’s) Block 52 aircraft.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Sept. 30, 2014.  The contracting activity is AFLCMC/WWMK, Wright-Patterson, Air Force Base, Ohio.  Contract involves Foreign Military Sales.

The Boeing Co., Seattle, Wash., (F33657-01-D-0013, 0365) is being awarded an $80,505,903 delivery order contract for C-32A and C-40B/C integrated fleet support.  The locations of the performance is at Joint Base Andrews, Scott Air Force Base, Ramstein Air Base, Hickam Air Force Base and other locations as necessary to support the aircraft.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WLKLB, Tinker Air Force Base, Okla.

Diversitech Inc., Cincinnati, Ohio, (FA8601-11-D-0001 P00009) is being awarded a $7,229,299 contract modification contract for civil engineering support.  The location of the performance is Wright-Patterson Air Force Base, Ohio.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/PZIO, Wright-Patterson, Air Force Base, Ohio.

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Co., Tucson, Ariz., is being awarded a $254,627,806 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) to exercise an option for the procurement of 252 Tomahawk Block IV All-Up-Round (AUR) missiles for the U. S. Navy.  The Tomahawk Block IV missile is capable of launch from surface ships equipped with the Vertical Launch System (VLS) and submarines equipped with the Capsule Launch System (CLS).  This effort provides for the procurement of 132 VLS missiles and 120 CLS missiles.  Work will be performed in Tucson, Ariz. (32 percent); Camden, Ark. (11 percent); Ogden, Utah (8 percent);  Anniston, Ala. (4 percent); Minneapolis, Minn. (4 percent); Ft. Wayne, Ind. (4 percent); Glenrothes, Scotland (4 percent); Dallas, Texas (4 percent); Spanish Fork, Utah (3 percent);  Vergennes, Vt. (3 percent); Walled Lake, Mich. (2 percent);  Berryville, Ark. (2 percent); El Segundo, Calif. (2 percent); Westminster, Colo. (2 percent);  Middletown, Conn. (2 percent);  Huntsville, Ala. (1 percent); Farmington, N.M. (0.2 percent); and various locations in the continental United States and outside the continental United States (11.8 percent); and is expected to be completed in August 2015.  Contract funds in the amount of $254,627,806 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.

BAE Systems, Information and Electronics Systems Integration Inc., Nashua, N.H., is being awarded a $50,810,844 firm-fixed-price contract to procure 543 AN/ALE-55 Fiber Optic Towed Decoys (FOTDs) and 117 Electronic Frequency Converters (EFC).  The AN/ALE-55 FOTDs and EFCs are components of the Integrated Defensive Electronic Counter Measures (IDECM) suite.  The AN/ALE-55 provides the capability to transmit complex Electronic Countermeasures (ECM) techniques from an off-board transmitter.  Work will be performed in Nashua, N.H., and is expected to be completed in March 2015.  Contract funds in the amount of $50,810,844, will be obligated at the time of award, $264,402 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-0010).

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $47,660,176 firm-fixed-priced modification to previously awarded contract (N00024-12-C-4301) to exercise the option for the execution work necessary to prepare for and accomplish maintenance and modernization work of the fiscal 2013 dry-docking selected restricted availability of the USS Toledo (SSN 769).  This scope of work encompasses required maintenance activities necessary to maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity.  Work will be performed in Groton, Conn. (95 percent) and Quonset Point, R.I. (5 percent), and is expected to be completed by September 2013.  Contract funds in the amount of $47,660,176 will be obligated at time of award.  Contract funds in the amount of $47,660,176 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

            Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded a $29,051,451 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the procurement of engineering services in support of the oxygen generating plant, gas management system, integrated low pressure electrolyzer, advanced integrated low pressure electrolyzer, and electrolytic chlorine generator systems for U.S. Navy submarines.  Work will be performed in various locations (70 percent) and Windsor Locks, Conn. (30 percent), and is expected to complete by December 2017. Contract funds in the amount of $11,786 will be obligated at the time of contract award. Contract funds in the amount of $62,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0002).

The Boeing Co., Seattle, Wash., is being awarded a $16,082,606 modification to a previously awarded cost-plus-award-fee contract (N00019-04-C-3146) for the procurement of  Non-Recurring Engineering and labor for the redesign and conversion of the existing P-8A System Development and Demonstration Liquid Air Palletized System (LAPS) to change the cooling medium from polyalphaolefin to ethylene glycol and water to ensure compatibility between the LAPS and the Special Mission Cabin Equipment; and manufacturing and procurement of three P-8A A-Kits.  Work will be performed in Seattle, Wash. (81.6 percent); Huntsville, Ala. (8.8 percent); Mesa Ariz. (7.6 percent); St. Louis, Mo. (2.0 percent) and is expected to be completed in December 2014.  Contract funds in the amount of $14,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River Md., is the contracting activity.

            Excelis Inc., Colorado Springs, Colo., is being awarded a $15,714,232 cost-plus-fixed-fee contract to provide professional, technical, programmatic, and operational engineering services in support of Navy Reentry Systems programs, including:  a) Reentry Body (RB) systems assessment, vulnerability, and nuclear safety and surety support;  b) RB Life extension studies and analysis;  c) support for the development of refurbished reentry systems;  d) support for Strategic Systems Program’s declassification review program;  e) support for Nuclear Weapons System Safety, and;  f) support to weapons facilities manager.  This contract contains options, which if exercised, will bring the contract value to $44,422,555.  Contract funds in the amount of $4,371,011 will be obligated at the time of award.  Work will be performed in Colorado Springs, Colo. (95 percent); College Park, Md. (2 percent); and various locations throughout the continental U.S. (3 percent), and work is expected to be completed September 2013.  If all options are exercised, work will continue through March 31, 2016.  Contract funds 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).  Strategic Systems Program, Washington, D.C., is the contracting activity (N00030-13-C-0016).

U.S. SPECIAL COMMAND

            General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $44,269,290 letter contract to develop and test the User Operational Evaluation160px-Special_Operations_Specops_Army.svg System for a dry combat submersible.  This includes designing, constructing, testing, and delivering a complete, commercially-classed prototype dry combat submersible system.  The design and construction work will primarily be performed in Italy.  The Government testing will be performed at a location to be determined within the United States.  This contract is expected to be completed by December 2015 (H92222-13-C-0006).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Battlespace Flight Services L.L.C., Arlington, Va., (FA4890-07-C-0006, P00120) is being awarded a $412,084,746 contract modification to provide MQ-1 O-level operation and maintenance support services.  The location of the performance is Creech Air Force Base and deployed sites worldwide.  Work is expected to be completed by Jan. 31, 2013.  The contracting activity is AMIC/PKCA, Langley Air Force Base, Va.

            Lockheed Martin Services Inc., Colorado Springs, Colo., (FA8823-13-C-0002) is being awarded a $104,205,172 firm-fixed-price contract for Global Positioning Systems control segment sustainment.  The location of the performance is Colorado Springs, Colo.  Work is expected to be completed by June 30, 2019.  The contracting activity is SMC/PKP, Peterson Air Force Base, Colo.

TASC Inc., Andover, Md., (FA8818-13-C-0001) is being awarded a $47,938,273 firm-fixed price, fixed-price-incentive-firm target and cost-plus-fixed-fee hybrid contract for mission assurance services.  The location of the performance is Kirtland Air Force Base, N.M.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is SMC/SDTD, Kirtland Air Force Base, N.M.

TASC Inc., Andover, Md., (FA8810-10-C-0001, P0021) is being awarded a $45,044,210 contract modification contract for systems engineering and integration support.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif.

Lockheed Martin Corp., Liverpool, N.Y., (FA8217-11-C-0005, P00008) is being awarded a $16,382,825 contract modification contract for modernization of AN/FPS-117 Long Range Radars via the essential parts replacement program.  The location of the performance is Canada.  Work is expected to be completed by June 20, 2016.  The contracting activity is AFLCMC/HBZKA, Hill Air Force Base, Utah.

The Boeing Co., Seattle, Wash., (F33657-01-D-0013, 0369) is being awarded a $12,779,724 firm-fixed-price contract for C40C High Speed Data Aircraft modification.  The location of the performance is Seattle, Wash.  Work is expected to be completed by Aug. 30, 2015.  The contracting activity is AFLCMC/WLKLB, Tinker Air Force Base, Okla.

NAVY

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $127,740,214 fixed-price-incentive-fee and cost-plus-incentive-600px-US-DeptOfNavy-Seal.svgfee modification to the previously awarded F-35 Lightning II  Program Air System Low Rate Initial Production (LRIP) Lot 5 contract (N00019-10-C-0002).  This effort is required to complete the definitization for the previously announced Undefinitized Contractual Action (UCA) for a total of 32 F-35 Air Systems.  This modification procures LRIP 5 production requirements including: manufacturing support equipment; two program array assemblies; ancillary mission equipment, including pilot flight equipment; preparation for ferry of aircraft; and diminishing manufacturing sources redesign.  This effort includes requirements for the international partner governments as well as for the Air Force, Marine Corps, and Navy.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in October  2014.  Contract funds in the amount of $127,740,214 will be obligated at time of award, $112,863,361 of which will expire at the end of the current fiscal year.  The contracting activity is Naval Air Systems Command, Patuxent River, Md.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $41,052,753 cost-plus-fixed-fee contract to provide non-nuclear submarine repair work on Groton-based submarines under the New England Manpower Initiative.  Under the terms of the contract, Electric Boat will provide New England Manpower Initiativetasks in support of non-nuclear maintenance, modernization, and repair of operational nuclear powered submarines, floating dry docks, support and service craft, and plant equipment assigned to the Naval Submarine Support Facility, New London, Conn.  Work will be performed in New London, Conn., and is expected to be completed by December 2013. Contract funds in the amount of $41,052,753 will be obligated at time of award.  Contract funds in the amount of $3,000,000 will 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 contracting activity is (N00024-13-C-4308) Naval Sea Systems Command, Washington, D.C.

EMCOR Government Services Inc., Arlington, Va., is being awarded a $29,665,144 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-07-D-0374) to exercise option 2 for regional base operating support services at Naval Support Activity Washington, Naval Support Activity Bethesda, Naval Support Activity South Potomac, and Quantico Marine Corp Base.  The work to be performed provides for services including, but not limited to, repair and maintenance of property, facilities, and assets.  The total contract amount after exercise of this option will be $167,332,288.  Work will be performed in Navy Yard, Washington, D.C. (40 percent); Bethesda, Md. (40 percent); Anacostia, Washington, D.C. (8 percent); Arlington, Va. (6 percent); Quantico, Va. (5 percent); and Dahlgren, Va. (1 percent), and work is expected to be completed December 2013.  Contract funds in the amount of $9,620,912 are obligated on this award and will expire at the end of the current fiscal year.  The contracting activity is Naval Facilities Engineering Command Washington, Washington, D.C.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $28,315,099 modification to previously awarded contract (N00024-12-C-2313) to exercise options for DDG 51 class lead yard services.  This work will provide technical assistance to the follow yard in the interpretation and application of the detailed design developed by Bath Iron Works, the lead yard contractor.  Lead yard services include:  liaison for follow ship construction, general class services, class logistics services, class design contractor services, class changes design services for follow ships, ship trials and post shakedown availabilities support and materials, noise, shock, and vibration program, special studies, modernization support, and baseline management.  Contract funds in the amount of $26,760,575 will be obligated at time of award.  Work will be performed in Bath, Maine, and is expected to be completed by December 2013.  Contract funds in the amount of $147,504 will expire at the end of the current fiscal year.  The contracting activity is Naval Sea Systems Command, Washington, D.C.

General Dynamics Advanced Information Systems Inc., Pittsfield, Mass., is being awarded a $28,194,504 cost-plus-incentive-fee contract modification to previously awarded contract (N00024-09-C-6206) for engineering services and production efforts in support of the Multipurpose Processor (MPP) and Total Ship Monitoring System (TSMS) for Navy submarines.  The contractor will continue development and production of multiple upgrades to the hardware and software products for the MPP and TSMS that will be integrated into the Acoustic Rapid Commercial-Off-The-Shelf Insertion System.  Work will be performed in Pittsfield, Mass., and is expected to be completed by February 2014.  Contract funds in the amount of $7,165,168 will be obligated at time of contract award.  Contract funds in the amount of $63,795 will expire at the end of the current fiscal year.  The contracting activity is Naval Sea Systems Command, Washington, D.C.

            Bath Iron Works, Bath, Maine, is being awarded a $21,130,682 cost-plus-award-fee contract for the accomplishment of the post-shakedown-availability for the USS Michael Murphy (DDG 112).  This contract includes options which, if exercised would bring the cumulative value of this contract to $27,135,678.  Work will be performed in Pearl Harbor, Hawaii (98 percent), and Bath, Maine (2 percent), and is expected to be completed by August 2013.  Contract funds in the amount of $19,839,873 will be obligated at time of award.  Contract funds in the amount of $4,112,435 will expire at the end of the current fiscal year.  This contract was competitively procured via Navy Electronic Commerce Online, with two offers received.  The contracting activity is (N00024-13-C-2315) Naval Sea Systems Command, Washington, D.C.

Altron, Inc.*, Mt. Pleasant, S.C. (N65236-13-D-5845); American Electronics, Inc.*, California, Md. (N65236-13-D-5846); Command Decisions Systems and Solutions*, Stafford, Va. (N65236-13-D-5847); Centuria Corp.*, Reston, Va. (N65236-13-D-5848); Del Rey Systems and Technology, Inc.*, San Diego, Calif. (N65236-13-D-5849); ISHPI Information Technologies, Inc.*, Mt. Pleasant, S.C. (N65236-13-D-5850); K3 Enterprises, Inc.*, Fayetteville, N.C. (N65236-13-D-5851); MANDEX, Inc.*, Fairfax, Va. (N65236-13-D-5852); Sentek Global*, San Diego, Calif. (N65236-13-D-5853); SPARC L.L.C.*, Charleston, S.C. (N65236-13-D-5854); The Cameron Bell Corp., doing business as Gov. Solutions Group*, Daniel Island, S.C. (N65236-13-D-5855); The Cybrix Group*, Tampa, Fla. (N65236-13-D-5856); and Ursa Navigation Solutions Inc.*, Chesapeake, Va. (N65236-13-D-5857), 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 decision superiority portfolio to improve customers’ ability to enable utilization of information and decision aids to support decision making in support of the warfighter’s mission.  The cumulative estimated value of the base year is $18,578,000.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,764,531.  These 13 contractors may compete for the task orders under the terms and conditions of the awarded contracts.  The work will be performed in Charleston, S.C., and is expected to be completed by December 2013.  If all options are exercised, work could continue until December 2017.  Contract funds in the amount of $10,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  These contracts were competitively procured with proposals solicited and 18 offers received via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website.  The contracting activity is Space and Naval Warfare Systems Center Atlantic, Charleston, S.C.

Raytheon Co., Tucson, Ariz., is being awarded a $12,313,750 firm-fixed-price contract modification for four refurbished and upgraded Rolling Airframe Missile MK 49 Mod 3 guided-missile launch systems and associated hardware for LPD 27, LCS 9, and LCS 11, with options for four additional launch systems.  At the time of award, an option for two remanufactured MK 49 GMLS with Mod 3 updates and associated hardware for LCS 13 and LCS 15 will be awarded in the amount of $5,529,151.  Work will be performed in Tucson, Ariz., and is expected to be completed by December 2015. Contract funds in the amount of $12,313,750 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 pursuant to 10 U.S.C. 2304(c)(1).  The contracting activity is (N00024-11-C-5448) Naval Sea Systems Command, Washington, D.C.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $12,267,000 modification to previously awarded contract (N00024-12-C-5400) to exercise options for Standard Missile engineering and technical services.  The services are to perform evaluations of advanced missile configurations and advanced technology efforts with potential for current and future standard missile development programs.  Work will be performed in Tucson, Ariz., and is expected to be completed by March 2013.  Contract funds in the amount of $12,267,000 will be obligated at time of award.  Contract funds in the amount of $2,645,000 will expire at the end of the current fiscal year. The contracting activity is Naval Sea Systems Command, Washington D.C.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

PPL Energy Plus L.L.C., Allentown, Pa., was awarded contract (SPE600-13-D-8015).  The award is a firm-fixed price contract with a maximum $13,541,861 for electricity.  Other locations of performance are Philadelphia, Pa. and Mechanicsburg, Pa.  Using service is Navy.  There were one hundred and ten solicitations with seven responses.  Type of appropriation is fiscal 2012 through fiscal 2014 Navy Funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Foster Caviness, Colfax, N.C.*, was awarded contract (SPM300-13-D-P171).  The award is a fixed-price with economic-price adjustment, sole source contract with a maximum $25,200,000 for fresh fruit and vegetables.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is May 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

DZSP 21 L.L.C., Philadelphia, Pa., is being awarded a $90,409,915 modification under a previously awarded cost-plus-award-fee contract (N40192-13-C-3001) to 600px-US-DeptOfNavy-Seal.svgexercise the fourth award option period for Base Operation Support Services at Joint Region Marianas.  The work to be performed provides for general management and administration services; command and staff (public affairs office); public safety; port operations; ordnance; material management; galley; facilities management and engineering services; sustainment, restoration and modernization; facilities services; utilities (electrical, wastewater, steam and demineralized water, and potable water); base support vehicles and equipment; and environmental.  The total contract amount after exercise of this option will be $745,771,114.  Work will be performed at various installations in the U.S. Territory of Guam, and work is expected to be completed December 2013.  Contract funds in the amount of $35,180,552 will be obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Maritime Helicopter Support Co., Trevose, Pa., is being awarded a not to exceed $65,484,809 undefinitized contract providing Through Life Support for the Royal Australian Navy MH-60 Romeo aircraft.  This effort includes support facilities, program management, administrative requirements, and inventory management. This contract involves foreign military sales for the Government of Australia (100 percent) under the Foreign Military Sales Program.  Work will be performed in Yerriyong, New South Wales, Australia (96 percent); Owego, N.Y. (2 percent); and Stratford, Conn. (2 percent); and is expected to be completed in December 2019.  Contract funds in the amount of $4,604,924 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-4.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-4000).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a not to exceed $42,095,007 for delivery order #0008 under a previously awarded contract (N00383-09-D-003N) for the repair of 66 items required to support the UH-1-Y and AH-1Z helicopters.  Work will be performed in Hurst, Texas, and is expected to be completed by June 2015.  Contract funds in the amount of $21,047,503 will be obligated at the time of the award.  The applicable Navy Working Capital Funds will not expire at the end of the current fiscal year.  One company was solicited for this non-competitive requirement and one offer was received in response to the solicitation.  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is contracting activity.

Progeny Systems Corp., Manassas, Va., is being awarded a $22,669,024 modification to previously awarded contract (N00024-08-C-6297) to exercise options for the AN/WLY-1 System, Active Intercept and Ranging System and Archival Media Center production and engineering services.  Contract funds in the amount of $8,325,764 will be obligated at contract award.  Work will be performed in Manassas, Va., 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 United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded $9,589,689 for delivery order #0001 under a previously awarded basic ordering agreement (N00383-12-G-001M) for the repair of 13 line items used on the J-52 engine, powering the EA-6B aircraft.  The contractor will also provide manufacturing, engineering, and technical support to the Fleet Readiness Center Southeast, Jacksonville, Fla.  Contract funds in the amount of $9,589,689 will be obligated at the time of award.  Work will be performed in Jacksonville, Fla., and work will be completed by July 31, 2014.  The applicable 2013-2014 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, Philadelphia, Pa., is the contracting activity.

Missile Defense AgencyMISSILE DEFENSE AGENCY

Raytheon Co., Integrated Defense Systems (IDS), Woburn, Mass., is being awarded a cost-plus-incentive-fee, fixed-priced-incentive-fee, and firm-fixed-price contract modification under contract HQ0147-12-C-0014 to exercise an option.  The value of this option award is $50,740,744 increasing the total contract value from $125,343,763 to $176,084,507.  Under this option, the contractor will implement and adapt the Clear Air Force Station (AFS) Early Warning Radar (EWR) upgraded design, installation and testing capability into the EWR located at Cape Cod Air Force Station, Mass.  The work will be performed in Woburn, Mass. and Cape Cod AFS, Mass. from the option award date through July 2018.  This is a joint Missile Defense Agency (MDA)-U.S. Air Force effort and will be funded by MDA Research, Development, Test and Evaluation in the amount of $6,590,000 to design and develop the upgrade; and Air Force other procurement funding in the amount of $44,150,744 to acquire and deploy the upgrade, utilizing both fiscal 2012 and fiscal 2013 funds.  Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147).

DEFENSE LOGISTICS AGENCY

Janssen Pharmaceuticals, Titusville, N.J., was issued a modification exercising the first option year on contract SPM2D0-12-D-0001/P00005.  The modification isDefense_Logistics_Agency a fixed-price with economic price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $43,246,524 for various pharmaceutical products.  Other location of performance is Kentucky.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were twenty-five responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Warstopper Funds.  The date of performance completion is Dec. 14, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AMO Sales and Services Inc., Santa Ana, Calif., was issued a modification exercising the second option year on contract SPM2D1-07-D-8400/P00016.  The modification is a fixed-price with economic price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $31,314,700 for medical equipment, maintenance, and spare/repair parts for medical equipment.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were twenty-one responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 19, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Raytheon, Fort Wayne, Ind., was awarded contract SPRBL1-13-D-0004.  The award is a firm-fixed-price, sole source, indefinite-delivery and indefinite-quantity contract with a maximum $14,447,290 for the acquisition of radio systems components.  There are no other locations of performance.  Using military service is Army.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The date of performance completion is Oct. 31, 2015.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems Technology Solutions, Rockville, Md., (FA8109-13-D-0001) is being awarded a $25,296,585 requirements contract for the Advance Components Obsolescence Management software tool and support of Air Force Sustainment Center obsolescence management initiatives.  The location of the performance is Tinker Air Force Base, Okla.  Work is expected to be completed by Dec. 13, 2014.  The contracting activity is AFSC/PZAAC, Tinker Air Force Base, Okla.

ARMY

            Insight Public Sector, Chantilly, Va., was awarded a $617,251,927 firm-fixed-price contract.  The award will provide for the procurement of Microsoft Enterprise License Agreements for 1.5 million devices.  Work location will be determined with each order, with an estimated completion date of Nov. 29, 2015.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-13-A-0002).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $563,788,721 firm-fixed-price contract.  The award will provide for the modification of an existing contract to fund the Navy’s Second Program Year in support of MH-60S and MH-60R Helicopters.  Work will be performed in Stratford, with an estimated completion date of Sept. 30, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

BAE Systems Technology Solutions and Services Inc., Rockville, Md., (W912DY-13-D-0004); Honeywell HBS Solutions L.L.C., Minneapolis, Minn., (W912DY-Department of the Army13-D-0005); InDyne Inc., Fort Walton Beach, Fla., (W912DY-13-D-0011); Johnson Controls BAS L.L.C., Huntsville, Ala., (W912DY-13-D-0006); M.C. Dean Inc., Dulles, Va., (W912DY-13-D-0007); Siemens Government Technologies Inc., Arlington, Va., (W912DY-13-D-0008); Smith and Wesson Security Solutions, Franklin, Tenn., (W912DY-13-D-0009); Williams Electric Co., Fort Walton Beach, Fla., (W912DY-13-D-0010); Science Applications International Corp., McLean, Va., (W912DY-13-D-0002); and American Systems Corp., Chantilly, Va., (W912DY-13-D-0003); were awarded a $315,000,000 firm-fixed-price contract between 10 contractors.  The award will provide for the services in support of various security and control systems.  Work location will be determined with each order, with an estimated completion date of Dec. 6, 2017.  The bid was solicited through the Internet, with 10 bids received.  The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $282,236,176 firm-fixed-price contract.  The award will provide for the services and parts in support of the H-60 weapon system.  Work will be performed in Corpus Christi Army Depot, Texas, with an estimated completion date of Nov. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0001).

Federal Prison Industries Inc. (UNICOR), Washington, D.C., was awarded a $75,000,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure outer tactical vests in support of Foreign Military Sales.  Work will be performed in Yazoo, Miss., with an estimated completion date of Aug. 25, 2013.  The bid was solicited through the Internet.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0045).

The Boeing Co., Ridley Park, Penn., was awarded a $34,240,221 cost-plus-fixed-fee contract.  The award will provide for the procurement of an MH-47G Special Operations Variant Chinook helicopter.  Work will be performed in Ridley Park, Pa., with an estimated completion date of Oct. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

Kaiser Aircraft Industries Inc., Birmingham, Ala., was awarded a $32,107,446 firm-fixed-price contract.  The award will provide for the services in support of the UH-60A aircraft.  Work location will be determined with each order, with an estimated completion date of Dec. 5, 2017.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0003).

            Lockheed Martin Corp., Orlando, Fla., was awarded a $29,053,638 firm-fixed-price contract.  The award will provide for the post-production services for the AH-64D in support of Foreign Military Sales.  Work will be performed in Orlando, with an estimated completion date of Sept. 30, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0021).

Weeks Marine Inc., Covington, La., was awarded a $26,256,300 firm-fixed-price contract.  The award will provide for the storm damage reduction services for Carolina and Kure Beach.  Work will be performed in Wilmington, N.C., with an estimated completion date of April 30, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912PM-13-C-0001).

            ITSI Gilbane, Walnut Creek, Calif., was awarded a $25,650,269 firm-fixed-price contract.  The award will provide for the construction of an Afghan National Civil Order Police Patrol Battalion.  Work will be performed in Afghanistan, with an estimated completion date of Dec. 30, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-13-C-4001).

Lockheed Martin Corp., Orlando, Fla., was awarded a $23,426,616 firm-fixed-price contract.  The award will provide for the procurement of the Deployable-Advanced Gunnery Training Systems in support of Foreign Military Sales.  Work will be performed in Orlando and Egypt, with an estimated completion date of March 31, 2016.  One bid was solicited, with one bid received.  The U.S. Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-C-0002).

            Oshkosh Corp., Oshkosh, Wis., was awarded a $21,986,133 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).

Day and Zimmerman Lone Star L.L.C., East Camden, Ariz., was awarded a $21,112,952 firm-fixed-price contract.  The award will provide for the procurement of the MK45 Modular 1 Electric Primer.  Work location will be determined with each order, with an estimated completion date of Sept. 30, 2016.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0010).

S and K Aerospace L.L.C., Saint Ignatius, Mont., was awarded a $20,000,000 firm-fixed-price contract.  The award will provide for the repair and return management services in support of Foreign Military Sales.  Work will be performed in Warner Robbins, Ga., with an estimated completion date of Nov. 29, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0004).

Tetra Tech EC Inc., Lakewood, Colo., was awarded a $15,667,519 firm-fixed-price contract.  The award will provide for the Phase IV expansion of the Afghan Air Force Shindand Air Wing Squadron.  Work will be performed in Afghanistan, with an estimated completion date of March 15, 2014.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-13-C-4000).

Marsh Creek, Anchorage, Alaska, was awarded a $15,000,000 firm-fixed-price contract.  The award will provide for the excavation, removal, transport and disposal of petroleum contaminated soil from a formerly used defense site.  Work will be performed in Umiat Air Force Station, Alaska, with an estimated completion date of Jan. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-13-C-0003).

            ITT Corp., Fort Wayne, Ill., was awarded a $13,750,106 firm-fixed-price contract.  The award will provide for the support services for the Single Channel Ground and Airborne Radio System RESET.  Work will be performed in Fort Wayne, with an estimated completion date of Nov. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-C-0007).

Bristol Environmental Remediation Services, Anchorage, Alaska, was awarded a $13,688,806 firm-fixed-price contract.  The award will provide for the remedy services in support of the Northeast Cape site.  Work will be performed in Northeast Cape, Alaska, with an estimated completion date of Nov. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-13-C-0004).

DRS Technical Services Inc., Herndon, Va., was awarded a $13,100,000 time-and-material contract.  The award will provide for the command, control, communications and computer capabilities throughout the U.S. Central Command Area of Operations.  Work will be performed in Afghanistan and Iraq, with an estimated completion date of Dec. 8, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-C-0008).

DRS Technical Services Inc., Herndon, Va., was awarded an $11,375,000 time-and-material contract.  The award will provide for the rapid response solutions for command, communications and computer capabilities providing infrastructure and information management systems to the Army.  Work will be performed in Rock Island, Ill., Afghanistan and Kuwait, with an estimated completion date of June 8, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-C-0003).

Dynamic Animation Systems Inc., Fairfax, Va., was awarded a $10,538,610 cost-plus-fixed-fee contract.  The award will provide for the modeling and simulation support services.  Work will be performed in Fairfax, with an estimated completion date of Nov. 29, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-C-0036).

            Raytheon Missile Systems, Tucson, Ariz., was awarded a $10,044,707 firm-fixed-price contract.  The award will provide for the continued technology development in support of the Joint Air to Ground Missile System.  Work will be performed in Tucson, with an estimated completion date of March 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0080).

Mississippi Limestone Corp., Friars Point, Miss., was awarded a $9,436,989 firm-fixed-price contract.  The award will provide for the flood control services along the Mississippi River.  Work will be performed in Delta, La., with an estimated completion date of July 11, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912EE-13-C-0003).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $7,800,000 cost-plus-fixed-fee contract.  The award will provide for the technical support services for the Abrams system.  Work will be performed in Sterling Heights, with an estimated completion date of Dec. 31, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0017).

            International Biometric Group L.L.C., New York, N.Y., was awarded a $6,714,050 cost-plus-fixed-fee contract.  The award will provide for the research and development services for software modules, interfaces and data repositories.  Work will be performed in New York, with an estimated completion date of Dec. 3, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-C-A001).

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Wash., is being awarded a $175,500,000 modification to a previously awarded cost-plus-award-fee contract (N00019-04-C-3146) for the procurement of engineering, integration, and test efforts for the stores management, acoustics, and communication subsystem modifications for integration into the baseline P-8A aircraft weapon system.  Work will be performed in Seattle, Wash. (43.3 percent); Huntington Beach, Calif. (22.4 percent);  St. Louis, Mo. (24 percent);  and Baltimore, Md. (10.3 percent), and is expected to be completed in December 2015.  Contract funds in the amount of $31,642,674 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.

G2RJ Inc., doing business as TREVET*, San Diego, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E Water-Media Engineering Support Services to meet statutory environmental compliance requirements for all applicable environmental laws and regulations pertaining to potable water, groundwater, water quality, wastewater, and incidental storm water.  No task orders are being issued at this time.  Work will be performed at various Naval and Marine Corps installations and other Department of Defense installations in California (90 percent); Arizona (2 percent); Nevada (2 percent); Colorado (2 percent); New Mexico (2 percent); and Utah (2 percent).  The term of the contract is not to exceed 36 months with an expected completion date of December 2015.  Contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-D-4803).

ERAPSCO, Columbia City, Ind., is being awarded a $17,878,748 modification to a previously awarded firm-fixed-price contract (N00421-12-C-0049) to exercise an option for the procurement of 2,999 AN/SSQ-125 sonobuoys.  Work will be performed in De Leon Springs, Fla. (55 percent) and Columbia City, Ind. (45 percent) and is expected to be completed in March 2015.  Contract funds in the amount of $17,878,748 are being 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.

AIR FORCE

            The Boeing Co., St. Louis, Mo., (FA8678-10-C-0100, P00028) is being awarded a $16,958,009 contract modification for Engineering, Manufacturing and 356px-Seal_of_the_US_Air_Force.svgDevelopment Phase Option 1.  The location of the performance is St. Louis, Mo.  Work is expected to be completed by March 2014.  The contracting activity is AFLCMC/EBYK, Eglin Air Force Base, Fla.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities DOD Awarded Contracts | beenetworknews - January 14, 2013

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

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: